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