Loading...
HomeMy WebLinkAboutResolution - 2014-R0335 - Contract - Galls LLC - Police Optional Uniform - 09_25_2014Resolution No. 2014-R0335 September 25, 2014 Item No. 6.18 RESOLUTION BE 1T RESOLVED BYTHE CITY COUNCIL OF THE CITY OF LUBBOCK: TI IAT the Mayor of the Cite' of LUbbock is hereby atithorized and dII'CCICd to CXCCute to) - and oil behalf of the Cite of Lubbock. Contract No. 11989 for police patrol duty optional uniform. by and between the Cite of Lubbock and Galls, LLC, of Lexington. Kentucky, and related documents. Said Contract is attached hereto and incorporated ill this resotution as if' fully set forth herein and shall be included in the minutes of the City Council. Passed by the City COLHICIl on September 25. 2014 GLE IU 013E'TSON, MAYOR f Rebec ca Garza, City Sloecr wl- APPROVED AS TO CONTENT: Roge Ellis. Chic fof Police APPROVED AS TO FORM: Viell Satterwhite, rst assistant City Attorney' vNv:cctls)cs/R]?S.Cuntruct-Cialls. LLC ALWust 29, 2014 Resolution No. 2014-R0335 Contract 11989 City of Lubbock, `UX Contract for Set -vices Police Patrol Duty Optional Uniform T11I5 CONTRACT made and entered into this 25"' day of September, 2014. by and between the; City of Lubbock ("City"), zinc[ Galls, LLC, ("Contractor"). WITNESSETH: WHEREAS, the City 01' IAubbock duly advertised 1«r bids for police patrol duty optional uniform and bids were received and duly opened as required by law: and WI I IZEAS. alter careful consideration of the bid submitted by Contractor, the City autlhorized the execution, in the name of the City of Lubbock it contract with said Contractor covering the purchase and delivery of the said police patrol duty optional uniform. N0W, TI II RIEl`0IZI:. in consideration ol' the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as ]allows: 1. In accordance with City's specifications and Contractor's bid. copies of .%!hich are: attached licreto and made part hereof, Contractor will deliver to the City, police patrol duty optional uniform and more specifically referred to as Items One thru Four on the bid subtnittcd by the Contractor or in the specifications attached hereto. 2. 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. 3. The Contractor shall perform the work according to the procedures outlined in tilt Bid Form and Specifications attached hereto. The contract shall be for a term ofonc year, with the option of six, one year extensions, said date of term beginning upon lormal approval. The City does not guarantee any specific amount of compensation, volume. minimum or maximum amount of' services under this contract. 4. This contract shall remain in effect until the expiration date, performance of services ordered, or termination of by either party �yitli a tbirty (30) day written notice. Such written notice must state the reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it dee ills to be in the best interest of the city. 5. 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 agcnt or representative of City. In no event shall Contractor be authorized to enter into any- agreement or undertaking for or on behalf of City. G. The contractor shall obtain and maintain ill full lorcc and cffcct during the ICI.111 of'tllc contract, commercial general liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies must carry a Lest's Rating of A- VII or better. The policies will be Written on an occurrence basis, subject to the Following minimum limits of liability: (30) days of such audit findings, or the City, at its option, reserves the ris!ht to deduct such arllolrrltS Ming thC'. City from any paynlcnts due Contractor. 10. All funds for payment by the city under this contract arc subject to the availability ofan annual appropriation for this purpose by the City. In the event of nonappropriation of' l'unds by the City Council of the city ol' Lubbock for the goods or services provided under the Contract, the City will terminate the contract, without termination charge or' other liability. on the last day of the then -current fiscal year or when tile appropriation made for the then -current year for the goods or services covered by this contract is spent. v� h1c11eGer event occurs first. If at anv tulle funds are not appropriated for tilc continuance of this contract. cancellation shall be acccpled by the Seller an 30 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 11. The Contractor shall not assign or sublet rtic contract, orally portion ni' the Contract. Without written Consent front the Director of Purchasing alai Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that corn pIIes with all contract insurance requirements. 12. '['his Contract consists of the following documents set lirrth herein: Invitation to Bid No. 14- 11989-TS. Specifications. and the Bid Form. IN WITNESS WHEIZE01F, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. C1TY OF L BO GVIe Robertson. Mavor ATTEST: 0 ,& --e—1 -.,- V Rebec •a Garza, City Secretary APP UVE❑ AST C `�ENT: Roger Ilis, Chief of Police A P ED TO 1- M : tch Satterw First Assistant City Attorney C ON'i.RAC OR. BY /L Authorized I presentative — /- SKw wwa Print Name Address City. State. Zip Code City of Lubbock, TX 1T13 14-11989-TS Police Patrol Duty Optional Uniform specifications 1. Bidder must be an authorized Vertx distributor at the time of bid award. 2. Bidder must provide filVC uniform customer references with bid submission. 3. Bidder must provide a three week delivery of specified items. 4. Binder shall provide supplementary trouser hemming at no additional cost including shipping charge. 5. Bidder shall provide garment alterations at no additional charge. Alteration should not disrupt (lie integrity and purpose of the gannent style, e.g. vented yoke, knit side body, with a guarantee of quality on all alterations with no additional cost to the department. 6. Winning bidder shall provide a vendor representative to perform an on -site fit session a mininuun of two times per year. 7. Winning bidder shall provide a size -run of the Vertx phantom LT short sleeve and long sleeve. shirts, and the men's and women's phantom LT pant at no cost to the department. Size run will be housed at the Lubbock Police Department. S. Winning bidder shall allow exchanges and returns, i.e. items with tags attached, with no time limit. 9. Winning bidder shall provide shipping return label/call tags for exchanges and/or returns. 10. Winning bidder shall provide sales order when order is placed. 11. LPD will provide samples «fall authorized emblems and insignia (LPD patch, rank chevrons) to winning bidder for reproduction. 12. Bidder must bid all items as specified herein. S-hm;ha,r. nit) Rocs 1TB 14-11984-TS Polite Patrol Duty Optional Unifonn 8 IMEN'S SHIRT SPECIFICATIONS VTX8IOil — Vertx Phaiitoin LT SHELL FABRIC: 65% Polyester 1 35% Cotton Fiber blend Mini-Ripstop material. 5.0 oz. per square yard with water repellent finish. Machine washable and dry cleanable material for durability and easy care. Color: Navy Blue 92% Nylon 1 8% Lycra Tuff face knit Fiber blend Tuff Face Knit material with anti -microbial treatment 6/0 oz. per square yarn for the side panels and underarm gusset which allows for stretchable comfort and increased mobility in the shoulder. Color: Navy Blue TRUVI FABRIC: The vented back yoke shall be lilted w1th 100% Polyester mesh for increased ventilation. Color: Black STYiP To be VERTX Model VTX810ONV. Dress style, top center placket front, knit side body inserts for tapered fit, convertible sport collar, short sleeves and dress shirttail. Two front map pockets with velcro closure and inverted pleated breast pockets with topstitched mitered flaps. Loose topstitched shoulder straps, badge tab with metal eyelets and liiic-tab. Inside yoke lined with nylon mesh fabric. Work wear industrial style shirt construction is unacceptable and shall be cause for rejection. riblM 0 "- ta Collar points to measure ? %z" long with ultrasonically fused -in niylar stays. Collar to have woven interlining of 4250 dacron and woven fusible interlinings. Stays to be ?" long, 318" minimum width positioned along the leading edge of the collar and to be fused to under side of collar interlining. Stays applied directly to collar material itself unacceptable. Topstitched 1/4" off the edge. FRONT: Each front shall have a facing approximately 3" in width. The left front shall have a top center placket 1-1/2" wide with two rows of stitches 7/8" apart. Stitching on the top center is not to be visible on the turn back facing. Tile shirt will have seven buttons and bUltonholLs Oil the INTE'A KING front, spacing between each will be 3-%" except the spacing between the deck button and the first button on the front, which will be approximately 3-1/4". Top center placket to have woven fusible 4rLAC.: interlining. Non -woven interlining unacceptable and shall be cause for Ke, rejection. 'T lie fronts shall be Joincd to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitell joining unacceptable. S:Punhase.Bid Dacs'ITB 14-11989-Ts Police Pa1m1 Duty olrlional Ur,ilinn, 29 VENTED BACK YOKE: Vented, two-ply back yoke constructed of self goods and nylon mesh trim. Vents are constructed with one vertical bartack at the center back with two vertical bar -tacks equal distance from the center and spaced proportionally to the sire of the shirt. Vents arc open in the center and stitched closed from outer vertical bar -tacks to annhole. LOOSE SHOULDER STRAPS: Loose shoulder straps to be two-piece pointed, 1/4" topstitched and interlined with woven fusible interlining. To measure approximately 2" at straight end tapering to approximately 1-318" at the pointed end. Shoulder strap to have functional buttonhole with a well sewn button centered on buttonhole. Edge stitched shoulder strap construction unacceptable. SHOULDER STRAP LOOSE BADGE TAB: Two-ply loose badge tab with metal eyelets. Badge tab to measure approximately 3" in length and 1 118" wide with two metal eyelets centered on the tab and spaced 1 '/" apart from center of eyelet to center of eyelet. LOOSE MICROPHONE HOLDER: Loose microphone holder to finish approximately 1" wide, 3" deep TOPSTITCHING -------------------------- METAL EYELET BADGE TAB �3 a LOOSE MIC-TAB NOTE: Loose shoulder straps, badge tab and uric -tab will be packaged 3` together in small zippered bag and swift -tacked to the shirtfront. MAP POCKETS: Each front shall be constructed with a map pocket design which is sewn to the shirt front with velcro opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams. S r P urc ha,;&B id Doc s'1T13 14-11999•TS Policy Pat R)I Duty Optional Unironn 30 POCKETS: Two breast patch pockets with mitered corners and 1-112" inverted pleats to be sewn over the map pockets. Pleats shall be stitched approximately 1" from top and bottom of pocket. Pocket to measure 5-5/8" wide, 5" deep. Left breast pocket to have 1- 112" pencil stitch. Each pocket to have hook Velcro, 314" long by %" wide, positioned on both edges of pocket to correspond with outer mitered flap edges as specified. HIDDEN TOPSTITCHED PEN/PENCIL FLAP OPENING PENMENCIL STITCH FLAPS: Two-piece mitered design to measure 5-718" across and 2-1/4" in depth at center. Secured to shirtfront approximately 318" above packet. Lett flap to have invisible pencil opening 1-112". (Stop and start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4" topstitclied. Flaps to have woven fusible interlining. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have looped Velcro '/" long by `/z" wide stitched on all sides. positioned on outer edges of both pocket flaps to secure with corresponding Velcro strips on shirt pocket. Each flap shall have a button centered on an uncut sewn buttonhole. KNIT SIDE BODY: Wearer's Right & Le Ft Knit Side Body and Sleeve Panel hates mash teh panel I hale mesh trh Panel ' 1i��nPCn nVCYIEtl Ph4it ---- ---------- FLAP TOPSTITCHED FLAP Side Kn It Fa nel & U ndera r m GU ss 01; Side Closed Hole Mesh Se retch Pannt & Und-.1 rm C.0 sset s:Purcha,e E3iti I rB 14 -119"JS Police Patrol Duty Qptinnal L1niFnl7n 31 SLEEVES: Sleeves are to be straight and whole and to have a'/" hem and to finish at a minimum of 9 '/" long from shoulder seam. LEFT SLEEVE PENCIL POCKET: Pencil Pa( kr[ Placement Left Sleeve First grade 20-ligne melamine. Collar, shoulder straps and PIacependIpocke[21/2'down from shouldersea m pocket flaps to be topstitched 1/4" off the edge. Sleeve inserting and side close telling seams are to be safety stitched then topstitched. TPPFAr) All sewing threads to be color fast polyester wrap to match. INTERLINING: Collar interlined with #250 dacron and woven fusible. Pocket flaps, shoulder straps and top center to be interlined with woven fusible. CONSTRUCTION: Collar, shoulder straps and flaps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned right side out and finally topstitched. STOCK SIZES: Shirts must be available in the following sizes: Alpha Sizing; S - 5XL S'PurcIw. /Bid Doc %,/[TR 14-11989-TS Police Pit ltvl Duty Optional Unifornn 32 STYLE NUMBERS. Color Options: VTX8IOONV Navy VTXSIOOLBK Black VTXS I OODT Desert Tan VTX8I00OD OD Green VTX81 OOSMG Smoke Grey CUSTOMIZATION: Hidden Zipper Front - A 15" nylon ripper 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 of remaining buttons to be sewn over the buttonholes on the left front. Epatiilets — Loose shoulder straps to be sewn into sleeve seams. Shoulder straps to be two-piece pointed, 1/4" topstitched and to be set on yoke with leading topstitch conf nning with front joining seam. To measure 2" at sleeve tapering to 1-3/8" and set not more than 1/2" from collar set seam. Cross-stitched approximately 2" from sleeve scam. Shoulder strap to have non- functional buttonhole with a vvell sewn button centered oil buttonhole. Points of she older straps to be tacked to the shoulder. Edge stitched shoulder strap construction unacceptable. Badge Tab — Loose badge tab to be sewn onto shirt front. To comply with current specifications, the top of the tab shall be positioned 2 '/a inches above the top pocket scam to provide no less than `/a inch hctween the top of the packet flap and the bottom of a badge of 3 inches hciL_IIht. Shoulder Patches - To be provided by vendor in the LPD-approved design on a background of black Raeford 8321-30, or approved equal, with nicrrowcd edges. The lettering, inerrowing 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 '/z inch below the shoulder scam. (The department widerstands the manipulation of the patch covering the two -stall Pencil Pockcton oil lell sleeve.) The Lubbock Police Department will provide a sample patch to the successful bidder. Chevrons - Chevrons. when required, shall be sewn oft cacti sleeve at least one inch but utot inore than two inches below the shoulder patch. To be provided by vendor when rccluired. All chevrons shall use a raeford 832 I -30 dark navy background, or approved equal, with nierrowed 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. STurchase%Bid Tkcsinill 14-11989-T5 Police Patml Duty Optional Unifonn 33 MEN'S SHIR'r SPECIFICATIONS LONG SLEEVE V`I'X81211 — Vertx Phantom LT SHELL FABRIC: 65% Polyester 1 35% Cotton Fiber blend Mini-Ripstop material. 5.0 oz. per square yard with water repellent finish. Machine washable and dry cleanable material for durability and easy care. Color: Navy Blue 92% Nylon 1 8% Lycra Tuff face knit Fiber blend Tuff Facie Knit material with anti -microbial treatment 6/0 oz. per square yard for the side panels and underarm gusset which allows for stretchable comfort and increased mobility in the shoulder. Color: Navy Blue TRIM FABRIC: The vented back yoke shall be lined with 100% polyester mesh for increased ventilation. Color: Black 01hu0a To be VERTX Model VTX8120NV. Dress style, top center placket front, knit side body inserts for tapered fit, convertible sport collar, long sleeves with barrel cuffs and dress shirttail. Two front map pockets with Velcro closure and inverted pleated breast pockets with topstitched mitered flaps. Loose topstitched shoulder straps, badge tab with metal eyelets and uric -tab. Inside yoke lined with nylon inesh fabric. Work wear industrial style shirt construction is unacceptable and shall he cause: for rejection. COLLAR: Collar points to measure 2 long with ultrasonically fused -in inylar stays. Collar to have woven interlining of #250 cdacron and woven fusible interlinings. Stays to be 2" long, 3/8" minimum width positioned along the lending edge of the collar and to be fused to underside of collar interlining. Stays applied directly to collar material itself unacceptable. Topstitched 1/4" off the edge. Each front shall have a facing approximately 3" in width. The left front shall have: a top center placket 1-1/2" wide with two rows of stitches 718" apart. Stitching oil the top center is not to be visible on the turn hack filcing. The shirt will have seven h>lttrflls and buttonholes on the WOV- iNrEEN front; spacing between each will be 3-%" except the spacing between IN �ERI ININC � l r C l the neck button and the first button on the front, which will be approximately 3-1/4". Top center placket to have woven fusible interlining. Noel -woven interlining cnhacceptable and shall be cause for "A`K`r rejection. phe fronts shall be.joinccl 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 1l16" raised sti tell. Safety stitchjoining unacceptable. S-Pu X.7-huse!Bid Dcvcw'ITB 14-119S9-TS Polio Patrol Duty optional Unifimn 34 VENTED BACK YOKE: Vented, two-ply back yoke constructed of self -goods and nylon mesh trim. Vents are constructed with one vertical bartack at the center back with two vertical bar -tacks equal distance from the center and spaced proportionally to the size of the shirt. Vents are open in the center and stitched closed from outer vertical bar -tacks to annhole. LOOSE SHOULDER STRAPS: Loose shoulder straps to he two-piece pointed, 1/4" topstitched and interlined with woven fusible interlining. To measure approximately 2" at straight end tapering to approximately 1-3/8" at the pointed end. Shoulder strap to have functional buttonhole with a well sewn button centered on buttonhole. Edge stitched shoulder strap construction unacceptable. LOOSE BADGE TAB: Two-ply loose badge tab with metal eyelets, Badge tab to measure approximately 3" in length and 1 1/8" wide with two metal eyelets centered on the tab and spaced 1 '/" apart from center of eyelet to center of eyelet. LOOSE MICROPHONE HOLDER: Loose microphone holder to finish approximately 1" wide, 3" deep. SHOULDER STRAP NOTE: Loose shoulder straps, badge tab and mic-tab will be packaged together in small zippered back and swift -tacked to the shirtfront. TOPSTITCHING L005E MiC-TAB 3" �u I MAP POCKETS: Each front shall be constructed with a map pocket design which is sewn to the shirt front with velero opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams. S:Pureha.r: Bid Doc+ rrB 14-1 19$9-T5 Police PatroI Duty OpIionaI Unifcum 35 POCKETS: HIDDEN TOPSTITCHED Two breast patch pockets with mitered corners and 1-1/2" PENOPENING IL FLAP inverted pleats to be sewn over the snap pockets. Pleats shall be stitched approximately 1" from top and bottom " of pocket. Pocket to measure 5-5/8" wide, G" deep. Lell breast packet to have 1- 112" pencil stitch. Each pocket to ................. have hook Velcro, 3/4" long by'/" wide, positioned on both edges of pocket to correspond with outer mitered flap edges as specified. �- 1 j;]• C(++1 if IV Nta,l PENVENCIL (deal STITCH FLAPS' Two-piece mitered design to measure 5-7/8" across and 2-1/4" in depth at center. Secured to shirtfront approximately 318" above pocket. Left flap to have invisible pencil opening I - 112 (Stop & start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4" topstitched. Flaps to have woven Fusibie interlining. Creased and edge stitched pocket flap construction unacceptable. Under side of the flip to have looped Velcro '/" long by `/x" wide stitched on all sides, positioned on outer edges of both pocket flaps to secure with corresponding velcro strips on shirt pocket. Each flap shall have a button centered on an uncut sewn buttonhole. KNIT SIDE BODY - Wearer's Right & Left Knit Side Body and Sleeve Panel FLAP TOPSTITCHED FLAP ^ [Iosed hvlr• rrtrsh ;1 Ytretc it Pa net �i I r 1 E Front •' •f: Bark closed holr mesh 1 ;Iretch panel Pr• f� Side Knit 11an-1 & Vndararm G��se•s• Slda Cios�d Hnln Mm" Srf oerh Pan rl 6 Under arm Gir tee S:PuT-,hase'Bid Doc s:rrB 14-11989JS Police PaIml Duty optional Unifonn 36 Ct .FFVFq. Sleeve vent shall be a minimum of'S" long with top and bottom facings. Top facing to n1LaSUrL 1" wide point blocked at top, bottom facing to measure %" wide. CUFFS: Two piece '/2-inch hemmed cuff with 114" topstitching*. Cuffs to measure 3" in depth with rounded corners (barrel cuffs). Cuffs to he two button adjustable with two buttons and buttonholes centered on the facing. Cuffs to have woven fusible interlining. LEFT SLEEVE PENCIL POCKET: Pencil Pocket Placement Left Sleeve Place pencil pocket 2 1r2' down from shoulder seam BUTTONS: First grade 20-ligne melamine. Collar, shoulder straps and pocket flaps to be topstitched 1/4" off the edge. Sleeve inserting and side close felling seams are to be safety stitched then topstitched. THRFAT)- All sewing threads to he color fast polyester wrap to match. INTERLINING: Collar interlined with #250 dacron and woven fusible. Pocket flaps, shoulder straps, cuffs and top center to be interlined with woven fusible. CONSTRUCTION: Collar, shoulder straps, tuff', and daps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, they tamed right side out and filially topstitched. S:Purchase. Bid Docs IT 14 -11989-T5 Pot icc Patrol Duty optional Unifonn 37 MEN'S TROUSER SPECIFICATIONS VTX8000 - Vertx Phantom LT Pant Fabric: 65% Polyester 135% Cotton Weave: Mini Rip -Stop Weight: 6.5 oz. per square yard Color: Navy IntclIlDry combines fluorochemical -based water repellency on the outside of the garment with proprietary technology for superior moisture wicking on the inside. In addition to repellency and wicking, the fabric releases oily stains in the wash. The dual -sided performance of this smart fabric is achieved through an application that uniquely balances the chemistry to obtain the differential performance. DESIGN: Trouser shall be manufactured fro trouser shall incorporate two front patch style hip pockets, two side gusseted crotch, hidden mug/cell waistband. POCKET DESIGN: ina men's uniform trouser pattern. The pockets with utility notch, two pointed utility pockets, concealed zipper pocket, phone pocket, back yoke and stretch The two front pockets shall be a notch style with a minimum opening of 7". Pocket facings shall be made of the shell fabric. Front pockets shall have a knife notch at the bottom of the pocket opening. There shalt be a 6.5" vertical concealed pocket on a size 36 waist set into the right front pocket facing with a #3 invisible coil zipper. Concealed pocket shall zip closed from top to hottom. There shall be two pointed patch style hip pockets. These patch hip pockets shall wide by 7 3/8" deep from top of pocket to bottom of center point on size 36 waist. be a trap flap oil the inside of each back pocket and shall be cut oil an angle. There shall be a cargo style accessory pocket set into right and left side seam. Cargo pockets shall measure approximately 8 %" back side of pocket and 9 '/4" front side of pocket and shall be 7" wide. Cargo pocket shall be placed 3" down from bottom of side pocket. Cargo pocket shall have a %" vertical pleat 1 1/4" from back edge of pocket. Top of pocket shall be serged and turned and stitched under ''/". There shall be a pocket flap inserted at the top of the packet I '/" by 7 '/z". WAISTBAND: The waistband shall be 1 '/z" wide with a 4" elastic gusset sewn into each side for extra comfort. The waistband shall be lined with self -goods and shall have a metal riveted button and buttonhole for closure. The waistband shall he top stitch completely around. measure 6" There shall S:Purcha,, lBid Docs/iTB 14-11989 I S Police Patrol Duty oplional Unifonn 39 FLY: Trouser shall have a metal YKK 4 5 lacking zipper. There shall be two straight bar -tack at the bottom of the fly going through the zipper tape. KNEE PLEATS: There shall be two pleats on each knee farming an articulated knee. This will ensure total mobility with no restrictions BELT LOOPS: There shall be a minimum of six belt loops 7/8" in width of double thickness. All loops must be bartacked to the top of the waistband and bartacked I" below the bottom of the waistband turned and then stitched into the waistband. There shall be a double belt loop placed at the center back spaced approximately l" apart. PRESSING AND FINISHING: Trouser must be neatly pressed on botbead presses and properly shaped so that no crease is visible at center of leg. Trouser must be cleaned and finished in such a manner that there are no loose threads. T.ARF.l.fi- Trouser must have a care label permanently affixed. A paper ticket showing the size, fabric content, cut number, and WPL number must be on the outside of the waistband. STOCK SIZES: Trouser must be available in the following stock sizes: Inseams: 30" Inseam: 28-35 (all sizes), 38-44 (even only) 32" Inseam: 28-35 (all sizes), 38-44 (even only) 34" Inseam: 28-36 (all sizes), 38-44 (even only) 36" Inseam: 32-36 (all sizes), 38-54 (even only) STYLE NUMBERS Color Options: VTX8000NV Navy VTX8000LBK Black VTX800ODT Desert Tan VTX8000KH Khaki VTX8000O❑ OD Green VTX8000SMG Smoke Grey S.- P urc h as c/B i d Doe s'rf6 14-11989-'TS PoIicc Palm] Duty 0ptionai L1nifonn 40 LADIES TROUSER SPECIFICATION'S NITX8050 — Vertx Phantom LT Pant Fabric: 65`in Polyester 135% Cotton Weave: Mini Rip -Stop Weight: 6.5 oz. per square yard Color: Navy Mini Rip -Stogy Mini rip -stop is a woven fabric weave using a special reinforcing technique; to make it resistant to tearing and ripping, Mini rip - stop patterned squares are sired at 5'/z squares per linear inch. IntelliDry combines fluorochcmical -based water repellency oil the outside of the garment with proprietary technology for superior moisture wicking on the inside. In addition to repellency and wicking, the fabric releases oily stains in the wash. The dual -sided performance oi' this smart fabric is achieved through an application that uniquely balances the chemistry to obtain the differential performance. nFS,TGN- Trouser shall be manufactured from a ladies uniform trouser pattern. The trouser shall incorporate two front pockets with utility notch, two pointed patch style hip pockets, two side utility pockets, concealed zipper pocket, maglcell phone pocket, back yoke and stretch waistband. POCKET DESIGN: gusseted crotch, hidden The two front pockets shall be a notch style with a minimum opening of 7". Pocket facings shall be made of the shell fabric. Front pockets shall have a knife notch at the bottom of the pocket opening. There shall be a 6.5" vertical concealed pocket oil a site 36 waist set into the right front pocket facing with a ##3 invisible coil zipper. Concealed pocket shall rip closed from top to bottom. There shall he two pointed patch style hip pockets. These patch hip pockets shall measure G" wide by 7 3/S" deep from to 1) of pocket to bottom of center point on size 36 waist. There shall be a trap flap on the inside of each back pocket and shall be cut on an angle. There shall be a cargo style accessory pocket set into right and left side searn. Cargo pockets shall measure approximately S '/" hack side of packet and 9 '/3" front side of pocket and shall be 7" wide. Cargo pocket shall be placed 3" down from bottom of side pocket. Cargo pocket shall have a '/" vertical pleat 1 1 /4" from back edge of pocket. Top of pocket shall be scrged and turned and stitched under %". There shall he a pocket Clap inserted at the top ❑f the pocket 1 %" by 7 t/" WAISTBAND-. The waistband shall be 1 '/2" wide with a 4" elastic gusset sewn into each side for extra comfort. The waistband shall be lined with self -goods and shall have a metal riveted button and buttonhole for closure. The waistband shall he top stitch completely around. S.Purehase Bid Doc> IT 14-11989-T5 Police Patrol Duty optional Unil'onn 41 FLY: Trouser shall have a metal YKK # 5 locking Tipper. There shell be two straight bartack at the bottom of the fly going through the Tipper tape. KNEE PLEATS: There shell be two pleats on each knee forining -.in articulated knee. '['his will ensure total mobility with no restrictions BELT LOOPS There shall be a minimum of six belt loops 7/8" in width of double thickness. All loops must be bartacked to the top of the waistband and bartacked l" below the bottom of the waistband turned and then stitched into the waistband. There shall he a double belt loop placed at the center back spaced approximately 1" apart. PRESSING AND FINISHING: Trouser must be neatly pressed on hothead presses and properly shaped so that no crease is visible at center of leg. Trouser must be cleaned and finished in such a manner that there are no loose. threads. LABELS: Trouser must have a care label permanently affixed. A paper ticket showing the size, fabric content, cut number. and WPL number must be on the outside of the waistband. STOCK SIZES: Trouser must be available in the following stock sizes: Inseams: 34" Inseam: 4-18 (even only) 32" 1nscam: 0-18 (even only) 34" Inseam: 0-18 (even only) STYLE NUMBERS Color Q tions: VTX845ONV Navy VTX8050LBK Black VTX8050DT Desert Tan VTX8050Kfi Khaki VTX8050OD OD Green SPurchase: Bid Doc&- TT 14-11989-TS Police Pat ml Duty 0rtinFla I Unifionn 42 BID FORM Police 1'4ttrol duty Optional Unifitl•ttt Cite of Lubbock,'TX ITB 14-11989-Ty In compliance: with the Invitation to Rid 14-1 I999-TS, the undersigned Bidder ]caving examined the Invitation to [lid and Specifications, and being familiar with the conditions to be met, hereby submits the hollowing Bid tar furnishing the material, equiprnent. 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 an this form. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu or the items specified, it' the unit prices are ohviously unbalanced (either in excess of or below reasonably expected values), ur irregularities of any kind. The Invitation to [aid 14-11989-TS is by reference incorporated in this contract. The Bid Form must be completed iit blue or black ink or by typewriter. [)1"Y UNIT OF UNIT PRICE* EXTENDED COST ITEM l { � } MEASURE DESCRIPTION Bit) 1. 1500 FA. Vertx Phantom LT Short Sleeve Shirt S ,t `t5+ 99 S "VTN8100, With Customization, As gb5'L'0 Specified Herein. 1 600 1,A. Verts; Phantom LT Lone Sleeve Shirt S 41,y9 S a'VTX8120, With Customization, As Specific(] Herein. 3, 1400 LA. Vert\ Phantom LT Men's Pant _S $ LQ �VTN8000, 1k'ith Hemming, As 35, y 9 50) .3 O iD Specified Herein. .1. 100 1-_V Vertx Phantom LT Women's Pam 5 0,39 S 4p 3, 599 4VTX8050. With Flemming, As • Specified Herein. Total Cost (Items 1-4) S * PRICE. F.O.M llcstinatiun, Freight Pre -Paid and Allowed Unless otherwise specified herein, the City may award the hid either item -by —item or on an ait-or-none basis for any item or group of items shown nit the hid. The City of Lubbock is seeking; n contract for police patrol duty optional uniform with one or more contractors. In order to assure adequate coverage, the City may make multiple awards, selecting nmlliple vendors to provide the products desired, if multiple ;lwards are in the hest interest of the City. A decision to make a multiple award of this Bid, however, is att option reserved by the City, based. o11 111C 11eedl . of 111e City. PAYMENT 'ITRIVIS AND DISCOLIN'rS - Bidder offers a prompt payment discount ctf' _'.!%, net 30calendar days. (Discounts will not be considered in determining low bid. Unless otherwise indicated on the [aid Dorm, payment terms will he NE'I TI ARTY DAYS. The City will pay the successful bidder within thirty days after the rcc;cipt of a correct invoice or ;If Cr [Ile date Of aCCClltalllee, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated mitit her or days will be interpreted as applying within the stipulated number ❑f calendar clays 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 FAVOURIM PRIt'1N6: fhe 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 producueservices. does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products'sel-ices of like duality 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 oPer fitr sale to any other customer. an equal or less quantity oI'sitit ilar contract products of like or better quality, at a lower nct price(s) than provided herein, supplier agrees to notiry the City and sell same product(s) at the lower price(s) on all deliveries made during the period in %Oich such lo�rer price(s) is effective. In S I'urchsurlicd I)env1111 14•I I'A)-I'ti !'c+licc Pulrnl lluty t)puan:+l Li�xm 4 IiNTERLOCAL PURCHASING (optional): 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 Art (Chapter 791, Govermnent 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 Fomi 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 Count►•, 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 Wolfkorth. YES N_ NO • If you (the bidder) checked YES. the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative 1'Lirchasing with the City of Lubbock will be eligible, but not obligated, to purchase tnate;rialslservices 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 bovunmental entity will order their own materials/service as needed. THIS BID IS SUBIMI'MD BY UQflS � LLG a corporation organized under the laws of the State of D? I(Aw0ry , or a partnership consisting of of the City of or individual trading as Firm: Cj U 11S t UG Address:_ 13 46 &J4 0 1 W v� F. o Q d City:_(AXIi State: y zip 400505 Bidder acknowledges receipt of the following addenda: Addenda No. V&_ Date Addenda No, N it Date �ti7/WISE Firm Woman is American By Authori_ed Rep•eserrtutii must sign by hrriid ❑fficer Name and 'Title: 1-*e ise 11ri► t Black American I I Native American Asian Pacific Americ I ❑ther(Svecifylt �o v r� � rr• � � C= C� T Business Telephone Number - 0-1U' 4 2-42- FAX: � T 7 — 914 - Z55 7 E-mail Address: Vl SR)JL - M l-e Q. g U i l l O(I( ) FOR CITY USE ONLY Bid Fomt mean Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over S50.000): Date P.O./Contract Issued. RETURN COMPI.F,TED & SIGNFD 1111) FORA ALONG wrr1l CrrY OF 1,IIIMOCK SPECIFICATIONS. LABEL TILE OU'rsli}E: OF POUR SFALED 1111) W1T11 TILE I. 13 NlJM ER,TFIE CLOSING DATE AND TIME, AND YOUR COMPANY NANE AND ADDRESS. S Purch.rsedlid tkxvIM 14-11999-IS Police Palyd Uun Optional tliiirixm 5