HomeMy WebLinkAboutResolution - 2004-R0575 - Letter Of Award For Police Department Duty Uniforms - Nardis, Inc. - 12_07_2004 (2)Resolution No. 2004—RO575
December 7, 2004
Item No. 26
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Letter of Award for police
department duty uniforms -annual pricing, by and between the City of Lubbock and
Nardis, Inc. of Kilgore, Texas, and related documents. Said Letter of Award 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 this 7th
ATTEST:
Re ecca Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Trchasing Manager
APPROVED AS TO FORM:
Attorney
gs/ccdocs/Ltr of Award-Nardis,Inc..res
Nov. 18, 2004
day of December , 2004.
Resolution No. 2004-RO575
December 7, 2004
Item No. 26
Office of
Purchasing
P.O. Box 2000
Lubbock. Texas 79457 December 7, 2004
(806) 775-2167 • Fax (806) 775-2164
Greg Thurmon
Nardis, Inc.
500 E. Main Street
Kilgore, Texas 75662
RE: ITB #04-168 — POLICE DEPARTMENT DUTY UNIFORMS — ANNUAL PRICING
Dear Mr. Thurmon:
NARDIS, INC. has been awarded the items noted below for Police Department Duty Unfiorms -
Annual Pricing based on your response to the City of Lubbock Invitation to BID #04-168-BM.
1. Purchase Orders will be issued by the City of Lubbock that cover the category of items shown
below, and no other, during the period December 7, 2004 and ending December 6, 2005. The
City of Lubbock shall not be responsible for payment of any invoices except those orders
placed pursuant to this agreement.
2. Category of Items:
A. See Attached Bid Tabulation
3. NARDIS. INC.'s bid dated November 1, 2004 and the City's ITB# 04-168-BM are incorporated
into and made a part of this agreement.
4. Prices: As quoted on Bid Form.
5. All invoices shall be directed to:
City of Lubbock
Accounts Payable
PO Box 2000
Lubbock, Texas 79457
r ITV r1F I I IRRr1r:K•
City Secretary
cc: Bid Folder
Vendor File
APPROVED AS TO CONTENT:
Victor Kilman fj
Purchasing M nager
APPROVED AS TOTO .
ttomey
Prepared by Purchasing Department for December 7, 2004 City Council Meeting
Advertised: 10/10/04 & 10/17/04
Prebid: 10/20/04
Closed: 11 /04/04
POLICE DEPARTMENT DUTY UNIFORMS -ANNUAL PRICING
Police Patrol
ITB #04-168-BM
Bid Item QTY
U/M Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount
250
EA Blauer Short Sleeve Shirt - Lightweight ( ), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$53.99
$13,497.50
GST Public Safety Supply, LLC
Grand Prairie, TX
$62.95
$15,737.50
Nardis, Inc.
Kilgore, TX
$70.95
$17,737.50
Miller Uniforms & Emblems
Austin, TX
$75.50
$18,875.00
2 30
EA Blauer Short Sleeve Shirt - Lightweight (#8460VV), Color. Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$53.99
$1,619.70
GST Public Safety Supply, LLC
Grand Prairie, TX
$62.95
$1,888.50
Nardis, Inc.
Kilgore, TX
$70.95
$2,128.50
Miller Uniforms & Emblems
Austin, TX
$75.50
$2,265.00
3 250
EA Blauer Long Sleeve Shirt - Lightweight (#8450), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$58.99
$14,747.50
GST Public Safety Supply, LLC
Grand Prairie, TX
$70.95
$17,737.50
Nardis, Inc.
Kilgore, TX
$78.95
$19,737.50
Miller Uniforms & Emblems
Austin, TX
$85.00
$21,250.00
4 30
EA Blauer Long Sleeve Shirt - Lightweight (#8450W), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$58.99
$1,769.70
GST Public Safety Supply, LLC
Grand Prairie, TX
$70.95
$2,128.50
Nardis, Inc.
Kilgore, TX
$78.95
$2,368.50
Miller Uniforms & Emblems
Austin, TX
$85.00
$2,550.00
5 250
PR Blauer Four Pocket Trouser - Lightweight (#8560), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$59.99
$14,997.50
GST Public Safety Supply, LLC
Grand Prairie, TX
$73.95
$18,487.50
Nardis, Inc.
Kilgore, TX
$76.95
$19,237.50
Miller Uniforms & Emblems
Austin, TX
$79.50
$19,875.00
6 30
PR Blauer Four Pocket Trouser - Lightweight (#8560W), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$59.99
$1,799.70
GST Public Safety Supply, LLC
Grand Prairie, TX
$73.95
$2,218.50
Nardis, Inc.
Kilgore, TX
$76.95
$2,308.50
Miller Uniforms & Emblems
Austin, TX
$79.50
$2,385.00
7 250
EA Blauer Short Sleeve Shirt - Mid -weight (#.8410), Color: Dark Navy
GST Public Safety Supply, LLC
Grand Prairie, TX
$64.95
$16,237.50
Nardis, Inc.
Kilgore, TX
$72.95
$18,237.50
Miller Uniforms & Emblems
Austin, TX
$76.00
$19,000.00
Bazaar Uniforms & Men's Store
El Paso, TX
No Bid
8 30
EA Blauer Short Sleeve Shirt - Mid -weight (#8410W), Color: Dark Navy
GST Public Safety Supply, LLC
Grand Prairie, TX
$64.95
$1,948.50
Nardis, Inc.
Kilgore, TX
$72.95
$2,188.50
Miller Uniforms & Emblems
Austin, TX
$76.00
$2,280.00
Bazaar Uniforms & Men's Store
El Paso, TX
No Bid
9 250
EA Blauer Long Sleeve Shirt - Mid -weight (#8400), Color: Dark Navy
GST Public Safety Supply, LLC
Grand Prairie, TX
$74.95
$18,737.50
Nardis, Inc.
Kilgore, TX
$81.95
$20,487.50
Miller Uniforms & Emblems
Austin, TX
$90.50
$22,625.00
Bazaar Uniforms & Men's Store
El Paso, TX
No Bid
10 30
EA Blauer Long Sleeve Shirt - Mid -weight (#8400W), Color: Dark Navy
GST Public Safety Supply, LLC
Grand Prairie, TX
$74.95
$2,248.50
Nardis, Inc.
Kilgore, TX
$81.95
$2,458.50
Miller Uniforms & Emblems
Austin, TX
$90.50
$2,715.00
Bazaar Uniforms & Men's Store
El Paso, TX
No Bid
11 250
PR Blauer Four Pocket Trouser - Mid -weight (#8510), Color: Dark Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$69.99
$17,497.50
GST Public Safety Supply, LLC
Grand Prairie, TX
$83.75
$20,937.50
Nardis, Inc.
Kilgore, TX
$86.95
$21,737.50
Miller Uniforms & Emblems
Austin, TX
$89.00
$22,250.00
Page 1 of 2
Prepared by Purchasing Department for December 7, 2004 City Council Meeting
Advertised: 10/10/04 & 10/17/04
Prebid: 10/20/04
Closed: 11 /04/04
POLICE DEPARTMENT DUTY UNIFORMS -ANNUAL PRICING
Police Patrol
ITB #04-168-BM
Bid Item QTY U/M DescriptionNendor(s)
Vendor Location Unit Cost
Total Amount
12 30 PR Blauer Four Pocket Trouser - Mid -weight (#85T0_VVT_NoTo_r_5ark
Navy
Bazaar Uniforms & Men's Store
El Paso, TX
$69.99
$2,099.70
GST Public Safety Supply, LLC
Grand Prairie, TX
$83.75
$2,512.50
Nardis, Inc.
Kilgore, TX
$86.95
$2,608.50
Miller Uniforms & Emblems
Austin, TX
$89.00
$2,670.00
13 16 PR Motorcycle Breeches, Color. Dark Navy
Nardis, Inc.
Kilgore, TX
$175.00
$2,800.00
Miller Uniforms & Emblems
Austin, TX
$199.00
$3,184.00
GST Public Safety Supply, LLC
Grand Prairie, TX
No Bid
Bazaar Uniforms & Men's Store
El Paso, TX
No Bid
All or None, Items 1-13:
Nardis, Inc.'
Kilgore, TX
$134,036.00
Miller Uniforms & Emblems*
Austin, TX
$141,924.00
GST Public Safety Supply, LLC
Grand Prairie, TX
Bid Withdrawn
Bazaar Uniforms & Men's Store
El Paso, TX
Not Quoted As Specified
' This bidder has agreed to sell these items to other governmental entities that have cooperative
purchasing agreements with the City of Lubbock.
No Bid:
Regional Uniform & Supply, LLC
Safety & Security International
Tyler Uniforms
Page 2 of 2
aRrc�N��
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SUBMIT TO:
Y Y (t
CITY OF LUBBOCK
: z
CITY OF LUBBOCK TEXAS
PURCHASING DEPARTMENT
ff
�� t
1625 13TH STREET, RM L04
ttf!
LUBBOCK, TX 79401-3830
AN EQUAL
INVITATION TO BID
CONTACT PERSON:
OPPORTUNITY
Bruce MacNalr
EMPLOYER
# 04,_ 168 BM
TEL: 806.775.2167
FAX: 806.775.2164
http://purchasing.ci.tubbock.tx.us
TITLE:
SUBMITTAL DEADLINE:
Police Department Duty Uniforms -Annual Pricing
November 4, 2004 @ 2:00 P.M. CST
PRE BID DATE, TIME AND LOCATION: October 20, 2004 @ 9:00 AM,
Any bids received after the time and date listed above, regardless of
Police Patrol Conference, Room, 916 Texas Ave., Lubbock,
Texas
the mode of delivery, shall be returned unopened.
RESPONDENT NAME:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
Nardis Inc.
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
MAILING ADDRESS:
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF
500 E. Main St.
NO BID".
CITY - STATE - ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN
Kilgore, Tx 75662
WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS.
FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN
TELEPHONE NO:
THE BEST INTEREST OF THE CITY.
903-984-8900
IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS REQUEST PERMITS
COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK
FAX NO:
903-984-8982
PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS
THEREOF, INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A
SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED
E-MAIL' sales@nardisinc.com
BY THE PURCHASING MANAGER NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE
DEADLINE.
FEDERALSUBMITTAL
TAX ID NO. OR SOCIAL SECURITY NO.
75-21-77747
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY ADDENDA POSTED ON RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be
interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of
their immediate family, benefit from the award of this bid to the above firm? YES_X NO
IN COMPLIANCE WITH THIS SOLICITATION, 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 ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES
SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS
PORTION MAY RESULT IN BID REJECTION.
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or
person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further
agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes
of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular
comm (s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective
at t g�or�-finel-pey�nent to the vendor.
Executive Vice President
ri d Signature Title
Greg Thurmon 11/1/04
Print/Type Name Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB#04.168-BM
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
BID FORM
Police Department Duty Uniforms -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #04-168-BM
In compliance with the Invitation to Bid #04-168-BM, 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 # 04-168-BM is by reference incorporated in this contract. The Bid Form must be completed in blue or
black ink or by typewriter.
UNIT OF
UNIT PRICE'
Extended
Delivery
Days
ITEM
QTY
MEASURE
DESCRIPTION
BID
Cost
ARO"
1.
250
EA
Blauer Sort Sleeve Shirt — Lightweight (#8460)
$ 70.95
$ 17 737.50
14
COLOR: DARK NAVY, as specified herein.
,
2.
30
EA
Blauer Sort Sleeve Shirt — Lightweight, (#8460W)
COLOR: DARK NAVY, as specified herein.
$ 70 . 95
$ 2,128.50
14
3.
250
EA
Blauer Long Sleeve Shirt — Lightweight (#8450)
$ 78.95
$ 19 737
14
COLOR: DARK NAVY, as specified herein.
, .50
4.
30
EA
Blauer Long Sleeve Shirt — Lightweight (#8450W)
$ 78 95
$ 2,368.50
14
COLOR: DARK NAVY, as specified herein.
•
5.
250
EA
Blauer Four Pocket Trouser— Lightweight (#8560)
$ 76 95
$ 19, 237.50
14
COLOR: DARK NAVY, as specified herein.
.
6.
30
EA
Blauer Four Pocket Trouser— Lightweight (#8560W)
$ 76 95
$ 2,308.50
14
COLOR: DARK NAVY, as specified herein.
.
7.
250
EA
Blauer Short Sleeve Shirt — Mid -weight (#8410)
$ 72.95
$ 18,237.50
14
COLOR: DARK NAVY, as specified herein.
8.
30
EA
Blauer Short Sleeve Shirt — Mid -weight (#8410V1f)
$ 72.95
$ 2,188.50
14
COLOR: DARK NAVY, as specified herein.
9.
250
EA
Blauer Long Sleeve Shirt — Mid -weight (#8400)
$ 81 95
$ 20, 487 .50
14
COLOR: DARK NAVY, as specified herein.
.
10.
30
EA
Blauer Long Sleeve Shirt — Mid -weight (#8400V1f)
$ 81 . 95
$ 2,458.50
14
COLOR: DARK NAVY, as specified herein.
11.
250
PR
Blauer Four Pocket Trouser— Mid -weight (#8510)
$ 86.95
$ 21,737.50
14
COLOR: DARK NAVY, as specified herein.
12.
30
PR
Blauer Four Pocket Trouser— Mid -weight (#8510V1f)
$ 86.95
$ 2 , 608 -50
14
COLOR: DARK NAVY, as specified herein.
13.
16
PR
Motorcycle Breeches COLOR: DARK NAVY, as
$ 175.00
$ 2,800.00
14
specified herein.
"PRICE: F.O.B. City of Lubbock "Days After Receipt of Order (ARO)
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net M 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.
INTERLOCAL 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 Act (Chapter 791, 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.
ITB#04-168-BM 2
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
YES X 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/services 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.
THIS BID IS SUBMITTED BY Nardis . Inc. a corporation organized under the laws of the
State of Texas , or a partnership consisting of or an individual
trading as
of the City of
Firm: Nardis Inc.
Address: 500 E. Main St.
City: Kil ore State: TX zip 75662
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
By.
Authorized Representative - must sign by hand
Officer Name and Title: GrPIZ Thiirmnn F,xecutive Vice President
Please Print
1
Business Telephone Number 903-984-8900 FAX: 903-984-8982
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
IT13#04-168-13M 3
ITB # 04-168-BM, Police Deparlmenl Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #1 and #2
Blauer Sort Sleeve Shirt — Lightweight (#8460, #8460W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0305)
COMPLY: BYES �NO
SHELL FABRIC
10.25-10.75 oz. per linear yard plain weave, 2-ply warp, single -ply filling, 75% Dacron polyester / 25% worsted
wool with 10-12% mechanical filling stretch. Machine washable and dry cleanable worsted wool blend provides
user comfort, uniform appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: BYES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: x YES NO
DESIGN AND CONSTRUCTION
Short sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, convertible sport collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Back collar and yoke lined with polyester taffeta or satin
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: X YES NO
ITU04-168-13M 18
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION
Emblems
NAKIWIN
Zipper Front
Metal Buttons on epaulets and pocket flaps & shirt front
COMPLY: AYES NO
STANDARD SIZE RANGE
Men's: Regular Body: 14.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: AYES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: AYES NO
ITB#04.168-BM 19
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #3 and #4
Blauer Long Sleeve Shirt — Lightweight (#8450, #8450W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0304)
COMPLY: _.X_YES NO
SHELL FABRIC
10.25-10.75 oz. per linear yard plain weave, 2-ply warp, single -ply filling, 75% Dacron polyester / 25% worsted
wool with 10-12% mechanical filling stretch. Machine washable and dry cleanable worsted wool blend provides
user comfort, uniform appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: x YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: yYES NO
DESIGN AND CONSTRUCTION
Long sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, banded dress collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Collar stand and yoke lined with polyester taffeta or satin
2 button adjustable cuffs
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: X YES NO
ITB#04.168-8M 20
ITB # 04-168-BM, Police Department Duly Uniforms -Annual Pricing
CUSTOMIZATION
Emblems
t'lb
Zipper Front
Metal Buttons on epaulets and pocket flaps & shirt front
COMPLY: AYES NO
STANDARD SIZE RANGE
Men's:
Body Length Regular: Sleeve Length: 32 sizes 14.5-17
Body Length Regular: Sleeve Length: 33 sizes 14.5-18.5
Body Length Regular: Sleeve Length: 34 sizes 15.5-18.5
Body Length Regular: Sleeve Length: 35 sizes 15.5-19.5
Body Length Tall: Sleeve Length: 37 sizes 16.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: AYES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: BYES NO
ITB#04-168-BM 21
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #5 and #6
Blauer Four Pocket Trouser— Lightweight (#8560, #8560W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0403)
COMPLY: X YES NO
SHELL FABRIC
14.0- 14.5 oz. per linear yard serge weave 75% Dacron polyester / 25% worsted wool with10 - 12% mechanical
filling stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform
appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: AYES NO
TRIM
Pocketing: 50150 polyester cotton twill, not less than 4.1 oz. Sq. yd
Interlining: polyester non -woven.
Binding: polyester/cotton bias cut.
Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip.
Stretch edge control.
Fly zipper: nylon coil #5 with auto lock slider.
Hook and eyes: nickel -plated.
Buttons: melamine, 22 ligne, matching shell fabric.
COMPLY: x YES NO
DESIGN AND CONSTRUCTION
Front quarter pockets and inverted double cord hip pockets with button tabs.
All pocket secured with bartacks.
Wide stretch waistband with fly tab.
Interlined wide belt loops inserted in bottom of waistband and tacked at top.
Double hook and eye closure.
Quarter linings in front quarters.
Outlets in waistband (back) and thigh inseam.
Tandem needle seat seam.
Seat, inseam, and out seams pressed open.
ITB#04-168-BM 22
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
10-12 stitches per inch (all seams).
Permanent silicone adhesive creases front and back.
COMPLY: X YES NO
CUSTOMIZATION
AR"MIX
Hemming.
COMPLY: AYES NO
STANDARD SIZE RANGE
Men's: Regular Length: even waist sizes 28 - 54; odd sizes 31 - 39 37
Women's: Regular Length: even dress sizes 6 — 24
COMPLY: AYES NO
MEASUREMENTS
Men's: Regular Length: Waist Size 36
1/2 Waist:
18
Seat:
24
1/2 Knee:
10.875
1/2 Bottom Leg:
8.75
Inseam:
37
Out seam:
46.25
Front Rise:
10.375
Back Rise:
16.875
(plus 0.25 inch)
(plus or minus 0.25 inches)
(plus or minus 0.25 inches)
(plus or minus 0.25 inches)
(plus or minus 0.50 inches)
(plus or minus 0.50 inches)
(plus or minus 0.25 inches)
(plus or minus 0.25 inches)
Women's: Regular Length: Dress Size 12
1/2 Waist:
15.25
(plus 0.25 inch)
Seat:
22.625
(plus or minus 0.25 inches)
1/2 Knee:
10.125
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.5
(plus or minus 0.25 inches)
Inseam:
35.875
(plus or minus 0.50 inches)
Out seam:
45.875
(plus or minus 0.50 inches)
Front Rise:
11.625
(plus or minus 0.25 inches)
Back Rise:
15.25
(plus or minus 0.25 inches)
COMPLY: X
YES
NO
IT13#04.168-13M 23
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #7 and #8
Blauer Short Sleeve Shirt — Mid -weight (#8410, #8410W)
COLOR: DARK NAVY
- DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0301)
COMPLY: X YES NO
SHELL FABRIC
8.5 — 9 oz. per linear yard plain weave 55% Dacron polyester / 45% worsted wool with 8-10% mechanical filling
stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform appearance,
durability, and easy care. (Color: see specified garment color)
COMPLY: AYES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta.
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: AYES NO
DESIGN AND CONSTRUCTION
Short sleeve uniform shirt
5 crease military style with permanent sewn in creases
Top fused, convertible sport collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: X YES NO
ITB#04-168-BM 24
ITB # 04-168-BM, Police Department Duty UnHorms-Annual Pricing
CUSTOMIZATION (OPTIONAL)
Emblems
NXMIWM
Zipper Front
Metal Buttons on epaulets and pocket flaps & Shirt Fronts
COMPLY: AYES NO
STANDARD SIZE RANGE
Men's: Regular Length: 14.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: xYES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: AYES NO
ITB1t04.168-BM 25
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #9 and #10
Blauer Long Sleeve Shirt— Mid -weight (#8400, #8400W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0300)
COMPLY: AYES NO
SHELL FABRIC
8.5 — 9 oz. per linear yard plain weave 55% Dacron polyester / 45% worsted wool with 8-10% mechanical filling
stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform appearance,
durability, and easy care. (Color: see specified garment color)
COMPLY: X YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta.
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric.
COMPLY: X YES NO
DESIGN AND CONSTRUCTION
Long sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, banded dress collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Collar stand and yoke lined with polyester taffeta or satin
2 button adjustable cuffs
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: XYES NO
ITB#04.168-BM 26
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION (OPTIONAL)
Emblems
URKWJW
Zipper Front
Metal Buttons on epaulets and pocket flaps & shirt front
COMPLY: AYES NO
STANDARD SIZE RANGE
Men's:
Body Length Regular: Sleeve Length: 32 sizes 14.5-17
Body Length Regular: Sleeve Length: 33 sizes 14.5-18.5
Body Length Regular: Sleeve Length: 34 sizes 15.5-18.5
Body Length Regular: Sleeve Length: 35 sizes 15.5-19.5
Body Length Tall: Sleeve Length: 37 Length: sizes 16.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: X YES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: X YES NO
ITB#04.168-BM 27
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #11 and #12
Blauer Four Pocket Trouser — Mid -weight (#8510, #8510W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0401)
COMPLY: AYES NO
SHELL FABRIC
14.0- 14.5 oz. per linear yard serge weave 2-ply 55% Dacron polyester / 45% worsted wool with 7% mechanical
filling stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform
appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: xYES iNO
TRIM
Pocketing: 50/50 polyester cotton twill, not less than 4.1 oz. Sq. yd
Interlining: polyester non -woven.
Binding: polyester/cotton bias cut.
Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip.
Stretch edge control.
Fly zipper: nylon coil #5 with auto lock slider.
Hook and eyes: nickel -plated.
Buttons: melamine, 22 ligne, matching shell fabric.
COMPLY: X YES NO
DESIGN AND CONSTRUCTION
Front quarter pockets, and inverted double cord hip pockets with button tabs.
All pocket secured with bartacks.
Stretch waistband with fly tab.
Interlined wide belt loops inserted in bottom of waistband and tacked at top.
Double hook and eye closure.
Quarter linings in front quarters.
Outlets in waistband (back) and thigh inseam.
Tandem needle seat seam.
Seat, inseam, and out seams pressed open.
ITB#04-168-BM 28
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
10-12 stitches per inch (all seams).
Permanent silicone adhesive creases, front and back.
COMPLY: X YES NO
CUSTOMIZATION (OPTIONAL)
Hemming.
COMPLY: X YES NO
STANDARD SIZE RANGE
Men's: Regular Length: even waist sizes 28 - 54; odd sizes 31 - 37
Women's: Regular Length: even dress sizes 6 — 24
COMPLY: X YES NO
MEASUREMENTS
Men's: Regular Length: Waist Size 36:
1/2 Waist:
18
(plus 0.25 inch)
Seat:
24
(plus or minus 0.25 inches)
Inseam:
37
(plus or minus 0.50 inches)
1/2 Knee:
10.875
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.75
(plus or minus 0.25 inches)
Out seam:
46.25
(plus or minus 0.50 inches)
Front Rise:
10.375
(plus or minus 0.25 inches)
Back Rise:
16.875
(plus or minus 0.25 inches)
Women's: Regular Length: Dress Size 12
1/2 Waist:
15.25
(plus 0.25 inch)
Seat:
22.5
(plus or minus 0.25 inches)
Inseam:
35.875
(plus or minus 0.50 inches)
1/2 Knee:
10.125
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.5
(plus or minus 0.25 inches)
Out seam:
46.875
(plus or minus 0.50 inches)
Front Rise:
11.625
(plus or minus 0.25 inches)
Back Rise:
15.25
(plus or minus 0.25 inches)
COMPLY:
X YES
NO
IT13#04.168-13M 29
ITS 0 04-168-8M, Police Dopnilionni Duly Uniforms-Ammonl Pticlnp
SPECIFIACTIONS
for
ITEM #13
Motorcycle breeches
COLOR: DARK NAVY
` DATED: 8/30/04
GENERAL REQUIREMENTS
Specifications for Mid -weight Trousers will apply with the following exceptions:
STYLE
Custom-tailored with double thickness knees and seat In the manner of equestrian riding breeches.
COMPLY: X YES NO
SEAMS
Breeches are to be seamed with polyester core or 100% polyester spun thread. Stitching shall be at the rate of
no less than 12 stitches her Inch. Seat seams, knee seams, side seams and Inseams shall be chaln-stitched;
knees and sent shall be double -stitched. All Inside edges are to be serged.
COMPLY: X YES NO
ZIPPER
Breeches shall be closed with a Talon #42 brass memory lock zipper. A straight bartack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly. It shall be sewn through the zipper tape
and the right and left fly and the right fly lining.
COMPLY: X YES NO
TROUSER LEG
Legs shall be pegged not more than 1 % inches and outfitted with #4 automatic lock zipper from knee to hem.
COMPLY: X YES NO
i1BN04.168-BM 30
Resolution No. 2004-RO575
1 NAR'DIS, Inc. December 7, 2004
500 E. Main Street — Kilgore, Texas 756621tem No. 26
Phone: (903) 984-8900; Fax: (903) 984-8982; Email: gregt(a�nardisinc.com
City of Lubbock, Texas
ITB # 04-168-BM
Bid Addendum & Notes
Notes: Item 913 Motor Pant Sample is for style only. The production product
will be made out of the Blauer Poly/Wool Fabric.
Nardis, Inc. will provide the following Blauer made products to the City of Lubbock and other
agencies which participate in interagency agreements with the city of Lubbock as part of this Bid
offering. Addendum product surcharges are 10% for 2X, 20% for 3X and 30% for 4X. Nardis,
Inc. will provide any Blauer product for 15% off of Blauer retail pricelist.
Bid Addendum Pricing:
Style # Product Description
S-XL
339P
Traffic Vest w/ Standard ID in Black
$ 43.42
339133D
Traffic Vest w/ standard ID in 3D
$ 58.42
340P
Traffic Vest w/ standard ID in Black
$ 52.22
340133D
Traffic Vest w/ standard ID in 3D
$ 67.22
26991
Reversible Rain Jacket
$ 86.50
9910Z
Cruiser Jacket w/ CROSSTECH (All Colors) w/ 2 Patches
$281.75
9845Z
Certified Emergency Response Jacket w/ CROSSTECH
$261.22
9972
Shell Pants w/ CROSSTECH (All Colors)
$204.17
9691
Featherweight Rain Jacket (Hip Length) w/ GORE-TEX (All Colors)
$202.40
9690
Featherweight Rain Coat (Long) w/ GORE-TEX (All Colors)
$246.40
26950
All Purpose Rain Jacket - Black
$ 99.73
26950-1
All Purpose Rain Jacket - Hi-Vis Yellow w/ Scotchlite
$126.72
26976
All Purpose Rain Coat -Black
$ 93.87
26976-1
All Purpose Rain Coat Hi-Vis Yellow w/ Scotchlite
$115.87
134
Rain Pant
$ 41.65
733
Reversible Raincoat (All Colors)
$123.20
200
V-Neck Wool Sweater (All Colors)
$ 61.02
200VIS
V-Neck Wool Sweater (All Colors) Reverse to HiVis
$136.70
210
V-Neck Sweater (All Colors)
$ 64.53
210XCR
V-Neck Sweater w/ Windstopper (All Colors)
$120.85
8100
Turtleneck (All Colors)
$ 30.65
8109
Turtleneck Dickey (All Colors)
$ 10.85
8119
Mock Turtleneck Dickey (All Colors)
$ 10.85
9100
GORE_TEX Service Gloves
$ 43.42
9111
GORE_TEX Trooper Cap
$ 29.33
Resolution No. 2004-RO575
December 7, 2004
Item No. 26
ITB # 04-168-BM, Pollee Department Duty Uniforms -Annual Pricing
SUBMIT TO:
CITY OF LUBBOCK
CITY OF LUBBOCK TEXASPURCHASING
ft
DEPARTMENT
1625 13TH STREET, RM L04
LUBBOCK, TX 79401-3830
AN EQUAL INVITATION TO B I D
OPPORTUNITY
CONTACT PERSON:
Bruce MacNair
EMPLOYER # 04 168 BM
TEL: 806.775.2167
FAX: 806.775.2164
http://purchasing.ci.tubbock.tx.us
TITLE:
SUBMITTAL DEADLINE:
Police Department Duty Uniforms -Annual Pricing
November 4, 2004 @ 2:00 P.M. CST
PRE BID DATE, TIME AND LOCATION:
October 20, 2004 @ 9:00 AM,
Any bids received after the time and date listed above, regardless of
Police Patrol Conference, Room 916
Texas Ave., Lubbock, Texas
the mode of delivery, shall be returned unopened.
RESPONDENT NAME:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING
DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS.
MAILING ADDRESS:
IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF
NO BID".
CITY - STATE - ZIP:
THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN
WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS.
FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN
TELEPHONE N0:
THE BEST INTEREST OF THE CITY.
IT 15 THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS REQUEST PERMITS
COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK
FAX NO:
PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS
THEREOF, INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A
SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED
E-MAIL:
BY THE PURCHASING MANAGER NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE
SUBMITTAL DEADLINE.
FEDERAL TAX ID NO. OR SOCIAL SECURITY NO.
THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON ANY ADDENDA POSTED ON RFPDEPOT.COM
The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be
interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of
their immediate family, benefit from the award of this bid to the above firmt YES NO
IN COMPLIANCE WITH THIS SOLICITATION, 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 ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES
SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS
PORTION MAY RESULT IN BID REJECTION.
By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or
person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further
agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest In and to all causes
of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular
commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective
at the time the City tenders final payment to the vendor.
Authorized Signature
Print/Type Name
ITB#04-168-BM
Title
Date
THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE.
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
BID FORM
Police Department Duty Uniforms -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #04-168-BM
In compliance with the Invitation to Bid #04-168-BM, 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 # 04-168-BM is by reference incorporated in this contract. The Bid Form must be completed in blue or
black ink or by typewriter.
UNIT OF
UNIT PRICE*
Extended
Delivery
Days
ITEM
QTY
MEASURE
DESCRIPTION
BID
Cost
ARO"
1.
250
EA
Blauer Sort Sleeve Shirt — Lightweight (#8460)
$
$
COLOR: DARK NAVY, as specified herein.
2.
30
EA
Blauer Sort Sleeve Shirt— Lightweight, (#8460W)
$
$
COLOR: DARK NAVY, as specified herein.
3.
250
EA
Blauer Long Sleeve Shirt— Lightweight (#8450)
$
$
COLOR: DARK NAVY, as specified herein.
4.
30
EA
Blauer Long Sleeve Shirt— Lightweight (#8450W)
$
$
COLOR: DARK NAVY, as specified herein.
5.
250
EA
Blauer Four Pocket Trouser — Lightweight (#8560)
$
$
COLOR: DARK NAVY, as specified herein.
6.
30
EA
Blauer Four Pocket Trouser — Lightweight (#8560W)
$
$
COLOR: DARK NAVY, as specified herein.
7.
250
EA
Blauer Short Sleeve Shirt — Mid -weight (#8410)
$
$
COLOR: DARK NAVY, as specified herein.
8.
30
EA
Blauer Short Sleeve Shirt — Mid -weight (#8410W)
$
$
COLOR: DARK NAVY, as specified herein.
9.
250
EA
Blauer Long Sleeve Shirt — Mid -weight (#8400)
$
$
COLOR: DARK NAVY, as specified herein.
10.
30
Blauer Long Sleeve Shirt — Mid -weight (#8400W)
$
$
COLOR: DARK NAVY, as specified herein.
11.
250
PR
Blauer Four Pocket Trouser — Mid -weight (#8510)
$
$
COLOR: DARK NAVY, as specified herein.
12.
30
PR
Blauer Four Pocket Trouser — Mid -weight (#8510W)
$
$
COLOR: DARK NAVY, as specified herein.
13.
16
PR
Motorcycle Breeches COLOR: DARK NAVY, as
$
$
specified herein.
'PRICE: F.O.B. City of Lubbock -Days After Receipt of Order (ARO)
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ 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.
INTERLOCAL 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 Act (Chapter 791, 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.
ITB#04-168-BM
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
YES 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/services 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.
THIS BID IS SUBMITTED BY a corporation organized under the laws of the
State of , or a partnership consisting of or an individual
trading as
Address:
of the City of
M/WBE Firm: I I Woman I I Black American I I Native American
I-- I HiSDanic American I I Asian Pacific American I— I Other ISDecifvl
By Date:
Authorized Representative - must sign by hand
Officer Name and Title:
Please Print
Business Telephone Number,
F
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25,000): Date P.O. /Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND
YOUR COMPANY NAME AND ADDRESS.
ITB#04-168-BM 3
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
Police Department Duty Uniforms -Annual Pricing
CITY OF LUBBOCK, TEXAS
ITB #04-168-BM
THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL BIDDERS SHOULD
FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO BIDDERS, GENERAL CONDITIONS, AND ATTACHED
SPECIFICATIONS.
I. INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME It DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Police
Department Duty Uniforms -Annual Pricing per the attached specifications. Sealed bids will
be received no later than 2:00 p.m. CST, November 4, 2004, if date/time stamped on or
before 2:00 P.M. at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. EACH BID AND SUPPORTING
DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR CONTAINER PLAINLY LABELED IN
THE LOWER LEFT-HAND CORNER: "ITB #04-168-BM, Police Department Duty Uniforms -
Annual Pricing " AND THE BID OPENING DATE AND TIME. BIDDERS MUST ALSO INCLUDE
THEIR COMPANY NAME AND ADDRESS ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER.
Bids must be addressed to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department.
Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If
bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service
that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of
bids, including those relegated to a courier agent who fails to deliver in accordance with the
time and receiving point specified.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private
courier service. No bids will be accepted by oral communication, telephone, electronic mail,
telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
The Bid Form must be completed in blue or black ink or by typewriter.
1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids
CANNOT be withdrawn, altered or amended after bid closing. Alteration made before bid
closing must be initiated by bidder guaranteeing authenticity.
1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids
through an addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and
issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a
ore -bid meetine will be held at 9:00 A.M.. October 20, 2004. in the Police Patrol Conference
Room 916 Texas Avenue Lubbock Texas. All persons attending the conference will be
asked to identify themselves and the prospective bidder they represent.
2.2 It is the bidders responsibility to attend the pre -bid meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
bid meeting to bidders who do not attend the pre -bid meeting.
ITB#04-168-BM 4
ITB # 04-168•BM, Police Department Duty Unfforms-Annual Pricing
2.3 The City of Lubbock does not discriminate against person with disabilities. City of Lubbock
pre -bid meetings are available to all persons regardless of disability. If you would like
information made available in a more accessible format or if you desire assistance, please
contact the City of Lubbock ADA Coordinator, 1625 13th Street, (806)775-2018 at least forty-
eight (48) hours in advance of the conference.
CLARIFICATION OF REQUIREMENTS
3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids.
It is the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any
laneuage, requirements, etc., or any combinations thereof, inadvertently restricts or limits
the requirements stated in this ITB to a single source. Such notification must be submitted in
writing and must be received by the Purchasing Manager no later than five (5) business days
prior to the bid closing date. A review of such notifications will be made.
3.2 ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS
INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5)
BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Bruce MacNair, Senior Buyer
City of Lubbock
1625 13a' Street
Lubbock, Texas 79401
Fax: (806)775-2164
RFPDepot: http://www.RFPdepot.com
4 ADDENDA £t MODIFICATIONS
4.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information
available over the Internet at http://www.RFPdepot.com. We strongly suggest that you
check for any addenda a minimum of forty-eight hours in advance of the response
deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most
public libraries.
4.2 Any offeror in doubt as to the true meaning of any part of the ITB or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the
offeror, or in the event the Purchasing Department deems the interpretation to be
substantive, the interpretation will be made by written addenda issued by the Purchasing
Department. Such addenda issued by the Purchasing Department will be available over the
Internet at http://www.RFPdepot.com and will become part of the proposal package having
the same binding effect as provisions of the original ITB. No verbal explanations or
interpretations will be binding. In order to have a request for interpretation considered, the
request must be submitted in writing and must be received by the City of Lubbock.
4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The
City of Lubbock shall not be legally bound by any amendment or interpretation that is not in
writing. Only information supplied by the City in writing or in this ITB should be used in
preparing bid responses. All contacts that a bidder may have had before or after receipt of
this ITB with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility
regarding this bid should be disregarded in preparing responses.
4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
ITB#04.168-BM
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with
all requirements prior to submitting a bid to ensure that the goods and/or services being bid
meet the intent of these specifications.
5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Invitation to Bid. Failure to make such investigations and examinations
shall not relieve the bidder from obligation to comply, in every detail, with all provisions and
requirements of the Invitation to Bid.
BID SUBMITTAL
6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND ONE COPY OF THE SEALED BID TO THE PURCHASING
DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME. FAILURE TO SUBMIT THE ADDITIONAL
COPY MAY RESULT IN THE BID BEING DECLARED UNRESPONSIVE TO SPECIFICATION AND MAY
NOT BE FURTHER EVALUATED. The original must be clearly marked "ORIGINAL" and the copy
must be clearly marked "COPY".
6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the
space provided. Identify the item bid, including brand name and model number, if
applicable. Enter unit price, extended cost, and delivery days in the columns provided. In
the event of discrepancies in extension, the unit price shall govern. THE BID FORM MUST BE
COMPLETED IN BLUE OR BLACK INK OR BY TYPEWRITER.
6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT
BE INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager
upon request.
6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid
item(s) are to be included in the bid.
6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and packa ink
costs. The number of calendar days required to place the materials in the City's receiving
point under normal conditions must be shown on the Bid Form. DO NOT quote shipping dates.
Failure to indicate delivery days on the Bid Form will obligate Bidder to complete delivery in
two weeks. A minimum of five days better delivery will automatically break a tie bid.
Unrealistically short or undue long delivery promises may cause bid to be disregarded.
Consistent failure of a bidder to meet delivery promises without a valid reason may cause
removal from the bid list.
6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price
increases will not be considered.
6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and
all reports, charts, and other documentation submitted by bidders shall become the property
of the City of Lubbock when received.
6.8 If there are any additional charges of any kind, other than those mentioned above, specified
or unspecified, offeror MUST indicate the items required and attendant costs or forfeit the
right to payment for such items.
6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
7 BID PREPARATION COSTS
7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs
incurred in the preparation and submission of a bid. Also, should a bidder bid an alternate,
ITB#04-168-BM
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
any test costs to prove equality of product will be at the expense of the bidder, not the City
of Lubbock.
7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any
services or equipment.
7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify
those portions.
8.2 The City of Lubbock will honor your notations of trade secrets and confidential information
and decline to release such information initially, but please note that the final determination
of whether a particular portion of your bid is in fact a trade secret or commercial or financial
information that may be withheld from public inspection will be made by the Texas Attorney
General or a court of competent jurisdiction. In the event a public information request is
received for a portion of your bid that you have marked as being confidential information,
you will be notified of such request and you will be required to justify your legal position in
writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code.
In the event that it is determined by opinion or order of the Texas Attorney General or a
court of competent jurisdiction that such information is in fact not privileged and
confidential under Section 552.110 of the Government Code and Section 252.049 of the Local
Government Code, then such information will be made available to the requester.
8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas
Open Records Act.
LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc.
that the bidder is or may be required to pay.
10 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) REQUIREMENTS
10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this ITB, Historically Underutilized Businesses (HUB's) will be afforded equal
opportunities to submit bids and will not be discriminated against on the grounds of race,
color, sex, disability, or national origin in consideration of an award.
10.2 A HUB is defined as a small business concern which is at least 51% owned and controlled by
one or more socially and economically disadvantaged individuals, or in the case of any
publicly owned business, at least 51% of the stock of which is owned by one ore more socially
and economically disadvantaged individuals. Socially and economically disadvantaged
include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific
Americans, and Asian -Indian Americans.
11 CONFLICT OF INTEREST
11.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value
for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this bid.
ITB#04-168-8M
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
12 AUTHORIZATION TO BIND SUBMITTER OF BID
12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an
officer of the company authorized to bind the submitter to its provisions. Person signing bid
must show title or AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign
bid will disqualify it.
12.2 The bid submitted by the bidder shall become an integral part of the contract between the
City and the Bidder and the representations, covenants, and conditions therein contained
shall be binding upon the person, firm or corporation executing the same.
13 BID AWARD
13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who
provides goods or services at the best value for the City of Lubbock. In determining the best
value for the City of Lubbock, the City may consider:
a) The purchase price;
b) The reputation of the of the bidder and of the bidder's goods or services;
c) The quality of the bidder's goods or services;
d) The extent to which the goods or services meet the City's needs;
e) The bidder's past relationship with the City;
f) The impact on the ability of the City to comply with laws and rules relating to contracting
with Historically Underutilized Businesses and non-profit organizations employing persons
with disabilities;
g) The total long-term cost to the City to acquire goods or services; and
h) Any relevant criteria specifically listed in the Invitation to Bid.
13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on
a bid, and to waive immaterial formalities and to accept the offer most advantageous to the
City of Lubbock in its sole discretion. Unless otherwise specified herein, the City may award
the bid either item -by -item or on an all -or -none basis for any item or group of items shown
on the Bid Form.
13.3 All bids are evaluated for compliance with specifications before the bid price is considered.
Failure to comply with the listed General Conditions may result in disqualification of bid.
13.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie
bidding on any commodity could be cause for rejection of bids by the City of Lubbock and/or
investigation by the Attorney General to determine possible Anti -Trust violations.
13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must
be lower than lowest bid submitted by a responsible Texas bidder by the same margin or
amount that a Texas bidder would be required to underbid the nonresident bidder in the
nonresident bidders' home state.
13.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be
entered into the State of Texas and under the laws of the State of Texas. In connection with
the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act,
Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws,
regulations, and executive orders to the extent that the same may be applicable.
13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
ITB#04-168-BM
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
13.8 Responsible Bidder Criteria: The City shall consider only responsible Bidders. Responsible
Bidders are those that have, in the sole judgment of the City, the financial ability,
experience, resources, skills, capability, reliability and business integrity necessary to
perform the requirements of the contract. The City may also consider references and
financial stability in determining a responsible Bidder.
14 EQUAL EMPLOYMENT OPPORTUNITY
14.1 Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other terms
and conditions of employment based on race, sex, national origin, age, disability, or in any
way violative of Title VII of 1964 Civil Rights Act and amendments, except as permitted by
said laws.
15 SPECIFICATIONS
15.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive and
NOT restrictive, and are used to indicate type and quality level desired. Bids on brands of like
nature and quality may be considered unless specifically excluded.
15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand,
trade name, catalog and/or lot number, etc., on article offered and certify article offered is
equivalent to specifications. If other than specified brand of items are offered,
specifications, catalog sheets, illustrations and complete descriptive literature must be
submitted with bid.
15.3 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid.
The City of Lubbock specification committee will be the sole determiner of what constitutes
a minor deviation.
15.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior to
usage or standardization. The City may test any sample(s), supplied free of charge, to
qualify for the Approved Brand list. Each sample must be marked with bidders name and
address. At bidder's request and expense, the sample(s) not destroyed or used in
examinations and testing will be returned.
15.5 When specifications call for samples to be submitted, samples shall be delivered by the
bidder, at bidder's expense, five days prior to the opening of bids. Each sample shall be
clearly tagged to show bidders name and address and item number.
15.6 The City of Lubbock reserves the right to determine which specific items on any specification
requirements require strict adherence, or are most important, and those that are not, or
requiring a lesser degree of importance (i.e., the shade of paint is far less important than the
horsepower of a motor). Such determination can and will be a basis for evaluating,
recommending and making award. The City will, at its sole discretion, assess warranty
offered, and utilize life -cycle costing and/or performance factors as the evaluation method
and basis for award. The low bid most closely meeting specifications is usually the bid given
the award, although delivery time is sometimes a necessary factor (i.e., a low bid that best
meets specifications will not do us much good if delivery is two years from now). Should a
requested specification sheet not be submitted with a bid, this is considered non -responsive
and therefore may not be considered. PLEASE READ AND RESPOND TO SPECIFICATION
REQUIREMENTS CAREFULLY.
16 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
16.1 Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal
property that is not affixed to real property, if the City receives one or more bids from a
bidder whose principal place of business is in the City of Lubbock and whose bid is within
three percent (3%) of the lowest bid price received by the City from a bidder who is not a
resident of the City of Lubbock, the City may enter into a contract with:
IT13N04-168-13M
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the City of Lubbock if the City Council
determines, in writing, that the local bidder offers the City the best combination of
contract price and additional economic development opportunities for the City of
Lubbock created by the contract award, including the employment of residents of the
City of Lubbock and increased tax revenues to the City of Lubbock.
16.2 In order to receive consideration, bidders must submit an Affidavit of Eligibility.
17 QUALIFICATIONS OF BIDDERS
17.1 The Bidder may be required before the award of any contract to show to the complete
satisfaction of the City of Lubbock that the Bidder or his Subcontractor has the necessary
facilities, ability, and financial resources to provide the service specified therein in a
satisfactory manner. The Bidder may also be required to give a past history and references in
order to satisfy the City of Lubbock in regard to the Bidder's or his Subcontractor's
qualifications.
17.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to
determine the ability of the Bidder or his Subcontractor to perform the work, and the Bidder
shall furnish to the City of Lubbock all information for this purpose that may be requested.
The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or
investigation of, the Bidder fails to satisfy the City of Lubbock that the Bidder or his
Subcontractor is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the Bidder's or his Subcontractor's
qualifications shall include:
a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required;
b) The ability of the Bidder or his Subcontractor to perform the work or provide the service
promptly or within the time specified, without delay or interference;
c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder
or his Subcontractor;
d) The quality of performance of previous contracts or services.
18 ANTI -LOBBYING PROVISION
18.1 DURING THE PERIOD BETWEEN BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS,
INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE
THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS
REQUESTED BY THE CITY.
18.2 This provision is not meant to preclude bidders from discussing other matters with City
Council members or City staff. This policy is intended to create a level playing field for all
potential bidders, assure that contract decisions are made in public, and to protect the
integrity of the bid process. Violation of this provision may result in rejection of the bidder's
bid.
19 UTILIZATION OF LOCAL BUSINESS RESOURCES
19.1 The City desires, as much as practicable, to stimulate growth in all sectors of the local
business community. Bidders are strongly encouraged to explore and implement methods for
the utilization of local resources.
20 PROTEST
20.1 All protests regarding the bid solicitation process must be submitted in writing to the City
Purchasing Manager within five (5) business days following the opening of bids. This includes
ITB#04-168-BM 10
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
all protests relating to advertising of bid notices, deadlines, bid opening, and all other
related procedures under the Local Government Code, as well as any protest relating to
alleged improprieties with the bidding process.
This limitation does not include protests relating to staff recommendations as to award of
this bid. Protests relating to staff recommendations may be directed to the City Council by
contacting the Executive Assistant to the City Council.
All staff recommendations will be made available for public review prior to consideration by
the City Council as allowed by law.
20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY
PROTEST.
21 BIDDING ITEMS WITH RECYCLED CONTENT
21.1 In addressing environmental concerns, the City of Lubbock encourages Bidders to submit bids
or alternate bids containing items with recycled content.
21.2 When submitting bids containing items with recycled content, Bidder shall provide
documentation adequate for the City to verify the recycled content. The City prefers
packaging consisting of materials that are degradable or able to be recycled.
22 CONTRACT TERM AND PRICING
22.1 The purpose of this Invitation to Bid is to set for a period of one-year firm pricing for items
described herein, with the option to renew for up to two additional one-year terms, upon
mutual written agreement between the City of Lubbock and the supplier. All extension(s)
will be granted only under the same contract prices and terms and conditions as the initial
twelve-month term.
22.2 All stated annual quantities are approximations of usage during the time period to be covered
by pricing established by this bid. Actual usage may be more or less. Order quantities will be
determined by actual need.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting bids to the City.
Please let us know of any bid requirement causing you difficulty in responding to our Invitation to Bid. We
want to facilitate your participation so that all responsible vendors can compete for the City's business.
Awards should be made approximately two to six weeks after the opening date. If you have any questions,
please contact the City of Lubbock Purchasing Manager at (806) 775-2165.
ITB#04-168-BM 11
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
11. GENERAL CONDITIONS
**** PLEASE READ CAREFULLY ****
These General Conditions apply to all bids and become a part of the terms and conditions of any bid
submitted. The City shall mean the City of Lubbock.
Quantities: The quantities appearing in this Invitation to Bid are approximate only and the City reserves
the right to increase, decrease or delete any or all items. If the quantities of materials to be furnished
are increased, such increase shall be paid for according to the unit prices established for the item. In
making its bid hereunder, the Seller expressly recognizes the rights of the City provided herein, and
further recognizes that the Seller shall have no claims against the City for anticipated profits for the
quantities called for, diminished or deleted.
Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications
identified in this bid invitation. The Seller shall, upon request, replace any equipment or product proved
to be defective and make any and all adjustments necessary without any expense to the City. If at any
time, the equipment or product cannot satisfactorily meet the requirements of the specifications, the
Seller shall upon written request from the City, promptly remove such equipment or product without any
further expense to the City. At the City's request, Seller will provide evidence sufficient to demonstrate
such equipment or product meets the foregoing.
Invoices: Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release
after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply
agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be
listed separately. A copy of the bill of lading, and the freight waybill when applicable, shall be attached
to the invoice. Mail to Accounts Payable, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment
shall not be due unless and until the Seller shall not be in default under the terms of the contract, and
until the above instruments are submitted after delivery. CITY MAY MAKE PAYMENTS FOR PURCHASES
UNDER THIS CONTRACT USING THE CITY'S MASTERCARD PURCHASING CARD (PCARD). THE SELLER AGREES
TO ACCEPT PCARD PAYMENTS WITHOUT ANY ADDITIONS OR SURCHARGES.
4 Delivery Delay: When delivery delay can be foreseen, the Seller shall give prior notice to the Purchasing
Manager, who shall have the right to extend the delivery date if reasons for delay appear acceptable. The
Seller must keep the Purchasing Manager informed at all times of the status of the order. Default in any
manner under the contract, including, but not limited to default on promised delivery, without acceptable
reasons, or failure to meet specifications hereunder authorizes the Purchasing Manager to purchase goods
elsewhere and charge any increase in cost and handling to the defaulting Seller, and/or exercise any and
all rights available to it by law, equity and/or under the terms of the contract. Every effort will be rr<- ,Ie
by the Purchasing Office to locate the goods at the same or better price as than originally contracted.
Packa>;in ,: Seller will package goods in accordance with good commercial practice. Each shipping
container shall be clearly and permanently marked as follows: (a) Seller's name and address. (b)
Consignee's name, address and purchase order or purchase release number and the supply agreement
number if applicable, (c) Container number and total number of containers, e.g., box 1 of 4 boxes, and
(d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless
otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform
with requirements of common carriers and any applicable specifications. The City's count or weight shall
be final and conclusive on shipments not accompanied by packing lists.
Delivery Time: Deliveries will be accepted only during receiving hours: 9:00 A.M. - 3:30 P.M., Monday
through Friday, except on City holidays, at the designated location.
ITB#04-168-BM 12
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
7 Damage: The City assumes no liability for goods delivered in damaged or unacceptable condition. The
Seller must handle all claims with carriers, and in case of damaged goods, shall ship replacement goods
immediately upon notification by the City.
No Warranty By The City Against Infrin»ements: As part of the contract for sale, Seller agrees to ascertain
whether goods manufactured in accordance with the specifications attached to the contract will give rise
to the rightful claim of any third person by way of infringement of the like. The City makes no warranty
that the production of goods according to the specification will not give rise to such a claim, and in no
event shall The City be liable to Seller for indemnification in the event that Seller is sued on the grounds
of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will
notify the City to this effect in writing within two weeks after the signing of the contract. If the City
does not receive notice and is subsequently held liable for the infringement or the like, Seller will save
The City harmless. If Seller in good faith ascertains the production of the goods in accordance with the
specifications will result in infringement or the like, the contract shall be null and void.
9 Material Safety Data Sheets: Seller shall provide Material Safety Data Sheets (MSDS) for all chemicals to
comply with provisions of the Texas Hazard Communication Act, Title 6, Subchapter D, Chapter 502,
Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1910.1200, which is
generally known as the Right to Know Law.)
10 Shipment Under Reservation Prohibited: Seller is not authorized to ship the goods under reservation and
no tender of a bill of lading will operate as a tender of goods.
11 Title 8 Risk Of Loss: The title and risk of loss of the goods shall not pass to the City until the City actually
receives and takes possession of the goods at the point or points of delivery as provided herein.
12 No Replacement of Defective Tender: Every tender of delivery of goods must fully comply with all
provisions of the contract as to time of delivery, quality and the like. If a tender is made which does not
fully conform, this shall constitute a breach of the contract and Seller shall not have the right to
substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller
may reasonably notify the City of his intention to cure and may then make a conforming tender within
the Contract time but not afterward.
13 Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without
liability to Seller if it is determined by the City that gratuities, in the form of entertainment, gifts or
otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer
or employee of the City of Lubbock with a view toward securing a contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determinations with respect
to the performing of such a contract. In the event the Contract is canceled by the City pursuant to this
provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold
the amount of the cost incurred by Seller in providing such gratuities.
14 Special Tools 8 Test Equipment: If the price stated on the face hereof includes the cost of any special
tooling or special test equipment fabricated or required by Seller for the purpose of filing this order, such
special tooling or equipment and any process sheets related thereto shall become the property of the
City and to the extent feasible shall be identified by the Seller as such.
15 Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller
warrants to be no higher than Seller's current prices on orders by other parties for products of the kind
and specification covered by the contract for similar quantities under similar or like conditions and
methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced
to the Seller's current prices on orders by other, or in the alternative. The City may cancel the contract
without liability to Seller for breach or Seller's actual expenses. b. The Seller warrants that no person or
selling agency has been employed or retained to solicit or secure the contract upon an agreement or
understanding for commission, percentage brokerage, or contingent fee excepting bona fide employees
of" bona fide established commercial or selling agencies maintained by the Seller for the purpose of
ITB#04-168-BM 13
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
securing business. For breach or violation of this warranty the City shall have the right in addition to any
other right or rights to cancel the contract without liability and to deduct from the Contract price, or
otherwise recover the full amount of such claimed commission, percentage, brokerage, or contingent
fee.
16 Safety Warranty: Seller warrants that the product sold to the City shall conform to the standards
promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970
and/or any other governmental agency standards or regulations. In the event the product does not
conform to each OSHA or other standards, Seller shall be in default hereunder, and the City may exercise
and of the remedy provided for herein, including but not limited to return of the product for correction
or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction
within a reasonable time, correction made by the City will be at the Seller's expense
17 Right of Inspection: The City shall have the right to inspect the goods at delivery before accepting them.
18 Cancellation: The City shall have the right to cancel for default all or any part of the undelivered portion
of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller
becomes insolvent and/or files bankruptcy or has bankruptcy filed against it. Such right to cancellation is
in addition to and not in lieu of any other remedies which the City may have in law, equity or hereunder.
19 Termination: The contract or purchase order may be terminated in whole, or in part by the City.
Termination hereunder shall be effected by the delivery to the Seller of a "Notice of Termination"
specifying the extent to which the contract or purchase order is terminated and the date upon which
such termination becomes effective. In the event of said termination, in whole or in part, provided that
Seller shall not be in default under the Contract, the Seller shall be entitled to payment only for goods
actually delivered, and/or services actually performed under and in compliance with the terms of the
contract or purchase order.
20 Force Maieure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment
of any terms of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or
public enemy, fire, or flood.
21 Assignment -Delegation: No right or interest in the contract shall be assigned or delegation of any
obligation made by Seller without the written permission of the City. Any attempted assignment or
delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in
conformity with this paragraph.
22 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by
a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by
consideration and is in writing signed by the aggrieved party.
23 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided
by the City in its advertisement for bids and any other document provided by Seller as part of his bid, is
intended by the parties as a final expression of their agreement and is intended also as a complete and
exclusive statement of the terms of their agreement. Whenever a term defined by the Uniform
Commercial Code is used in the contract, the definition contained in the Code is to control.
24 Applicable Law: The Contract shall be governed by the Uniform Commercial Code. Wherever the term
"Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as
adopted in the State of Texas as effective and in force on the date of the contract.
25 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other
party's intent to perform he may demand that the other party give written assurance of this intent to
perform. In the event that a demand is made and no assurance is given within five (5) days, the
demanding party may treat this failure as an anticipatory repudiation of the Contract.
ITB#04-168-BM 14
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
26 Indemnification: Seller shall indemnify, defend, keep and save harmless the City, its agents, officials and
employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments,
costs and expenses, which may in anywise arise or accrue against the City in consequence of the granting
of the contract or which may anywise result therefrom, whether or not it shall be alleged or determined
that the act was caused through negligence or omission of the Seller or its employees, or of the
subcontractor or assignee or its employees, if any, and the Seller shall, at his own expense, appear,
defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in
connection therewith, and, if any judgment shall be rendered against the City in any such action, the
Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees
that any bond required by the contract, or otherwise provided by Seller, shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the City as herein provided.
27 Nonappropriation: All funds for payment by the City under this contract are subject to the availability of
an annual appropriation for this purpose by the City. In the event of nonappropriation of funds by the
City Council of the City of 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 the appropriation made for the then -current year for the goods or services covered by
this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the
continuance of this contract, cancellation shall be accepted by the Seller on thirty (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.
28 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of
the contract, and failure by Seller to meet the time specifications of the contract will cause Seller to be
in default of the contract.
29 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission
from it of a detailed description concerning any point, shall be regarded as meaning that only the best
commercial products and practices are to prevail and that only material and workmanship of the finest
quality are to be used. All interpretations of the specifications in this bid shall be made on the basis of
this statement. The items furnished under this contract shall be new, unused, of the latest product in
production to commercial trade, and shall be of the highest quality as to materials used and
workmanship. Manufacturer furnishing these shall be experienced in design and construction of such
items and shall be an established supplier of the item bid.
ITB#04-168-BM 15
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
CITY OF LUBBOCK, TEXAS
STATEMENT OF NO BID
The City of Lubbock is very conscious and extremely appreciative of the time and effort you expend in
preparing and submitting bids to the city. If you do not intend to bid on this requirement, please complete
and return this form prior to date shown for receipt of bid to: Victor Kilman, Purchasing Manager, City of
Lubbock, P.O. Box 2000, Lubbock, Texas 79457.
We, the undersigned, have declined to bid on your ITB # 04-168-BM for the following reason(s):
Specifications too "tight", i.e. geared toward one brand or manufacturer only. (Please explain reason
below)
Specifications unclear. (Please explain below)
Insufficient time to respond to Invitation to Bid.
We do not offer this product/s or equivalent. (If you wish to remain on bidders list for other
commodities and/or services, please state particular product and/or service under which you wish to
be classified.)
Our product schedule would not permit us to perform.
Unable to meet specifications.
Job too large.
Job too small.
Cannot provide required bonding.
Cannot provide required insurance.
Bidding through dealer.
Do not wish to do business with the City of Lubbock. (Please explain below)
Other (Please specify below)
REMARKS:
Company Name:
Address:
City: State:
Contact Name: Title:
Business Telephone Number FAX:_
Internet Address:
Company's Internet Web Page URL:
ITBM-168-BM 16
Resolution No. 2004-RO575
December 7, 2004
Item No. 26
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
City of Lubbock
Consideration of Location of Bidder's Principal Place of Business
Affidavit of Eligibility
Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed
to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of
Lubbock and whose bid is within three percent (3%) of the lowest bid price received by the City from a bidder who is not a
resident of the City of Lubbock, the City may enter into a contract with:
(1) the lowest bidder; or
(2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing,
that the local bidder offers the City the best combination of contract price and additional economic development
opportunities for the City of Lubbock created by the contract award, including the employment of residents of the
City of Lubbock and increased tax revenues to the City of Lubbock.
In order to receive consideration, bidders must submit this affidavit to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 131h Street
Lubbock, TX 79401
Complete all areas below. Incomplete affidavits may be rejected.
Local Business Name:
Local Address (must be within the City limits):
1. Is the above address the principal place of business for the business named above?
2. How many residents of the City of Lubbock are employed at the above business location?
3. Year your business was established in the City of Lubbock:
4. For transactions that require sales tax, provide the following Reseller information:
Reseller Permit Number:
Company Name and Address (as it appears on permit):
5. Does your business have more than one office in the State of Texas? Yes No
If Yes, identify the office location considered as the point -of sale for the purpose of sales tax calculation:
6. Was the local business required to pay business and/or real property tax for the most recent tax year?
Yes No
If Yes, did the local business pay any of this tax to the City of Lubbock? Yes No
Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any
person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for eligibility shall be
prohibited from bidding on City of Lubbock products and services for a period of one (1) year.
Authorized Signature:
Printed Name and Title:
ITB#04-168-BM 17
Date:
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #1 and #2
Blauer Sort Sleeve Shirt — Lightweight (#8460, #8460W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0305)
COMPLY: YES NO
SHELL FABRIC
10.25-10.75 oz. per linear yard plain weave, 2-ply warp, single -ply filling, 75% Dacron polyester / 25% worsted
wool with 10-12% mechanical filling stretch. Machine washable and dry cleanable worsted wool blend provides
user comfort, uniform appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Short sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, convertible sport collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Back collar and yoke lined with polyester taffeta or satin
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: _YES NO
IT13#04-168-13M 18
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION
Emblems
Name Tab
Zipper Front
Metal Buttons on epaulets and pocket flaps
COMPLY: YES NO
STANDARD SIZE RANGE
Men's: Regular Body: 14.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length:
Neck: 15.5
1/2 Chest: 22
Back Length: 28.5
COMPLY: YES
Size 38
(plus or minus 0.5 inches)
(plus or minus 0.75 inches)
(plus or minus 0.5 inches)
NO
IT13#04.168-131% 19
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #3 and #4
Blauer Long Sleeve Shirt — Lightweight (#8450, #8450W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0304)
COMPLY: YES NO
SHELL FABRIC
10.25-10.75 oz. per linear yard plain weave, 2-ply warp, single -ply filling, 75% Dacron polyester / 25% worsted
wool with 10-12% mechanical filling stretch. Machine washable and dry cleanable worsted wool blend provides
user comfort, uniform appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Long sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, banded dress collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Collar stand and yoke lined with polyester taffeta or satin
2 button adjustable cuffs
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: YES NO
ITB#04-168-BM 20
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION
Emblems
Name Tab
Zipper Front
Metal Buttons on epaulets and pocket flaps
COMPLY: YES NO
STANDARD SIZE RANGE
Men's:
Body Length Regular: Sleeve Length: 32 sizes 14.5-17
Body Length Regular: Sleeve Length: 33 sizes 14.5-18.5
Body Length Regular: Sleeve Length: 34 sizes 15.5-18.5
Body Length Regular: Sleeve Length: 35 sizes 15.5-19.5
Body Length Tall: Sleeve Length: 37 sizes 16.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: YES NO
ITB#04-168-BM 21
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #5 and #6
Blauer Four Pocket Trouser — Lightweight (#8560, #8560W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0403)
COMPLY: YES NO
SHELL FABRIC
14.0- 14.5 oz. per linear yard serge weave 75% Dacron polyester / 25% worsted wool with10 - 12% mechanical
filling stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform
appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Pocketing: 50/50 polyester cotton twill, not less than 4.1 oz. Sq. yd
Interlining: polyester non -woven.
Binding: polyester/cotton bias cut.
Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip.
Stretch edge control.
Fly zipper: nylon coil #5 with auto lock slider.
Hook and eyes: nickel -plated.
Buttons: melamine, 22 ligne, matching shell fabric.
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Front quarter pockets and inverted double cord hip pockets with button tabs.
All pocket secured with bartacks.
Wide stretch waistband with fly tab.
Interlined wide belt loops inserted in bottom of waistband and tacked at top.
Double hook and eye closure.
Quarter linings in front quarters.
Outlets in waistband (back) and thigh inseam.
Tandem needle seat seam.
Seat, inseam, and out seams pressed open.
IT 04.168-BM 22
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
10-12 stitches per inch (all seams).
Permanent silicone adhesive creases front and back.
COMPLY: YES NO
CUSTOMIZATION
Windproof breathable liner.
Striping.
Hemming.
COMPLY: YES NO
STANDARD SIZE RANGE
Men's: Regular Length: even waist sizes 28 - 54; odd sizes 31 - 39
Women's: Regular Length: even dress sizes 6 — 24
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Waist Size 36
1/2 Waist:
18
(plus 0.25 inch)
Seat:
24
(plus or minus 0.25 inches)
1/2 Knee:
10.875
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.75
(plus or minus 0.25 inches)
Inseam:
37
(plus or minus 0.50 inches)
Out seam:
46.25
(plus or minus 0.50 inches)
Front Rise:
10.375
(plus or minus 0.25 inches)
Back Rise:
16.875
(plus or minus 0.25 inches)
Women's: Regular Length: Dress Size 12
1/2 Waist:
15.25
(plus 0.25 inch)
Seat:
22.625
(plus or minus 0.25 inches)
1/2 Knee:
10.125
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.5
(plus or minus 0.25 inches)
Inseam:
35.875
(plus or minus 0.50 inches)
Out seam:
45.875
(plus or minus 0.50 inches)
Front Rise:
11.625
(plus or minus 0.25 inches)
Back Rise:
15.25
(plus or minus 0.25 inches)
COMPLY:
YES
NO
ITB#04-168-BM 23
ITB # 04-168-13M, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #7 and #8
Blauer Short Sleeve Shirt — Mid -weight (#8410, #8410W)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0301)
COMPLY: YES NO
SHELL FABRIC
8.5 — 9 oz. per linear yard plain weave 55% Dacron polyester / 45% worsted wool with 8-10% mechanical filling
stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform appearance,
durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta.
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Short sleeve uniform shirt
5 crease military style with permanent sewn in creases
Top fused, convertible sport collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: YES NO
iTBp04• 168-BM 24
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION (OPTIONAL)
Emblems
Name Tab
Zipper Front
Metal Buttons on epaulets and pocket flaps
COMPLY: YES NO
STANDARD SIZE RANGE
Men's: Regular Length: 14.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: YES NO
ITB#04-168•BM 25
SPECIFICATIONS
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
for
ITEMS #9 and #10
Blauer Long Sleeve Shirt — Mid -weight (#8400, #8400Wi)
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0300)
COMPLY: YES NO
SHELL FABRIC
8.5 — 9 oz. per linear yard plain weave 55% Dacron polyester / 45% worsted wool with 8-10% mechanical filling
stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform appearance,
durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Lining: 100% Polyester Satin or 100% Polyester Taffeta.
Interlining: Small Parts: 100% polyester, Front Placket: 50% Polyester 50% Cotton
Hook and loop: Woven Nylon base
Buttons: melamine, 20 ligne, matching shell fabric.
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Long sleeve uniform shirt
5 crease military style with permanent silicone adhesive creases
Top fused, banded dress collar
Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure
Collar stand and yoke lined with polyester taffeta or satin
2 button adjustable cuffs
Epaulets
Badge eyelets with internal support strap
Extra long shirttails
COMPLY: YES NO
IT13#04-168-11M 26
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
CUSTOMIZATION (OPTIONAL)
Emblems
Name Tab
Zipper Front
Metal Buttons on epaulets and pocket flaps
COMPLY: YES NO
STANDARD SIZE RANGE
Men's:
Body Length Regular: Sleeve Length: 32 sizes 14.5-17
Body Length Regular: Sleeve Length: 33 sizes 14.5-18.5
Body Length Regular: Sleeve Length: 34 sizes 15.5-18.5
Body Length Regular: Sleeve Length: 35 sizes 15.5-19.5
Body Length Tall: Sleeve Length: 37 Length: sizes 16.5-19.5
Women's: Regular Length: even sizes 32 — 46
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Size 16.5
Neck: 17 (plus or minus 0.5 inches)
1/2 Chest: 25.25 (plus or minus 0.75 inches)
Back Length: 32.5 (plus or minus 0.5 inches)
Women's: Regular Length: Size 38
Neck: 15.5 (plus or minus 0.5 inches)
1/2 Chest: 22 (plus or minus 0.75 inches)
Back Length: 28.5 (plus or minus 0.5 inches)
COMPLY: YES NO
ITB#04-168.BM 27
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFICATIONS
for
ITEMS #11 and #12
Blauer Four Pocket Trouser — Mid -weight (#8510, #851 OW)
COLOR: DARK NAVY
DATED: 8/30104
GENERAL REQUIREMENTS
Failure to complete the compliance questions following each section below will result in automatic rejection of
such bids as non -responsive.
All garment details not specifically described herein, tailoring, styling, construction, materials, and components
must match the standard reference sample.
Pre -bid samples are required at the time of the bid opening.
Samples may be subjected to laboratory testing at the discretion of the contracting officer. Bidders are
responsible for all testing costs of their sample garments.
Bidders must enclose evidence (dated manufacturers catalogs or similar) that this item is currently a
commercial in -stock style. The successful bidder will provide a full size run of try -on garments within 10 days for
agency approval.
Garments will have a warranty covering (at minimum) defects in materials and workmanship for one (1) year.
Garments must be manufactured to ISO 9001 quality assurance standard. (AG0401)
COMPLY: YES NO
SHELL FABRIC
14.0- 14.5 oz. per linear yard serge weave 2-ply 55% Dacron polyester / 45% worsted wool with 7% mechanical
filling stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform
appearance, durability, and easy care. (Color: see specified garment color)
COMPLY: YES NO
TRIM
Pocketing: 50/50 polyester cotton twill, not less than 4.1 oz. Sq. yd
Interlining: polyester non -woven.
Binding: polyester/cotton bias cut.
Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip.
Stretch edge control.
Fly zipper: nylon coil #5 with auto lock slider.
Hook and eyes: nickel -plated.
Buttons: melamine, 22 ligne, matching shell fabric.
COMPLY: YES NO
DESIGN AND CONSTRUCTION
Front quarter pockets, and inverted double cord hip pockets with button tabs.
All pocket secured with bartacks.
Stretch waistband with fly tab.
Interlined wide belt loops inserted in bottom of waistband and tacked at top.
Double hook and eye closure.
Quarter linings in front quarters.
Outlets in waistband (back) and thigh inseam.
Tandem needle seat seam.
Seat, inseam, and out seams pressed open.
ITB#04-168-BM 28
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
10-12 stitches per inch (all seams).
Permanent silicone adhesive creases, front and back.
COMPLY: YES NO
CUSTOMIZATION (OPTIONAL
Windproof -breathable liner.
Striping.
Hemming.
COMPLY: YES NO
STANDARD SIZE RANGE
Men's: Regular Length: even waist sizes 28 - 54; odd sizes 31 - 37
Women's: Regular Length: even dress sizes 6 — 24
COMPLY: YES NO
MEASUREMENTS
Men's: Regular Length: Waist Size 36:
1/2 Waist:
18
(plus 0.25 inch)
Seat:
24
(plus or minus 0.25 inches)
Inseam:
37
(plus or minus 0.50 inches)
1/2 Knee:
10.875
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.75
(plus or minus 0.25 inches)
Out seam:
46.25
(plus or minus 0.50 inches)
Front Rise:
10.375
(plus or minus 0.25 inches)
Back Rise:
16.875
(plus or minus 0.25 inches)
Women's: Regular Length: Dress Size 12
1/2 Waist:
15.25
(plus 0.25 inch)
Seat:
22.5
(plus or minus 0.25 inches)
Inseam:
35.875
(plus or minus 0.50 inches)
1/2 Knee:
10.125
(plus or minus 0.25 inches)
1/2 Bottom Leg:
8.5
(plus or minus 0.25 inches)
Out seam:
46.875
(plus or minus 0.50 inches)
Front Rise:
11.625
(plus or minus 0.25 inches)
Back Rise:
15.25
(plus or minus 0.25 inches)
COMPLY:
YES
NO
ITB#04-168-8M
29
ITB # 04-168-BM, Police Department Duty Uniforms -Annual Pricing
SPECIFIACTIONS
for
ITEM #13
Motorcycle Breeches
COLOR: DARK NAVY
DATED: 8/30/04
GENERAL REQUIREMENTS
Specifications for Mid -weight Trousers will apply with the following exceptions:
STYLE
Custom-tailored with double thickness knees and seat in the manner of equestrian riding breeches.
COMPLY: YES NO
SEAMS
Breeches are to be seamed with polyester core or 100% polyester spun thread. Stitching shall be at the rate of
no less than 12 stitches per inch. Seat seams, knee seams, side seams and inseams shall be chain -stitched;
knees and seat shall be double -stitched. All inside edges are to be serged.
COMPLY: YES NO
ZIPPER
Breeches shall be closed with a Talon #42 brass memory lock zipper. A straight bartack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly. It shall be sewn through the zipper tape and
the right and left fly and the right fly lining.
COMPLY: YES NO
TROUSER LEG
Legs shall be pegged not more than 1 '/Z inches and outfitted with #4 automatic lock zipper from knee to hem.
COMPLY: YES NO
ITB#04-168-BM 30