R-00-02-24-11C2 - 2/24/2000d's u gfp
� I CITY OF ROUND ROCK
�N iII/!
Mayor
Robert A. Stluka, in
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pitt
Earl Palmer
Isabel Callahan
Gary Coe
City Manager
Robert L Bennett, Jr
City Attorney
Stephan L Sheets
Mr. RobertA Miller
Miller Uniforms and Emblems, Inc.
23 West Anderson Lane
Austin, TX 78757
Dear Mr. Miller:
This letter is notification that the contract referenced above will expire February
24, 200k
By signatures affixed below the Contractor agrees to extend the contract an
additional twelve -month period with no changes in price, terms and conditions.
City of Round Rock
Christine Martinez, City Sec tary AuthnrizeSl - -presentative
Name: elTh r1 Mite/-
Title: Trcks0re
Date: //) 3/0
Please sign all three originals and return copies at your earliest convenience, but
no later than February 1, 2002. A signed original will be forwarded to you
before February 24, 2002.
Date: / - 31 - Dar
Please feel free to contact me at (512) 218 -5457 with any questions.
CMB /s
Cc: file
Fax: 512- 218 -7097 1 -800- 735 -2989 TDD
www.ci.round- rock.tx.us
January 17, 2002
RE: Multi -Year Contract far
Police Uniforms
Miller Uniforrn & Emblems, Inc.
221 East Main Street
Round Rock, Texas 78664
512- 218 -5400
Carolyn Brooks, CPPB
Purchaser
(512) 218 -5457
1- 800 -735 -2988 Voice
P -DO-c, (-/ /Q
RESOLUTION NO. R- 00- 02- 24 -11C2
WHEREAS, the City of Round Rock has duly advertised for bids for
uniforms for the Police Department, and
WHEREAS, Miller Uniforms & Emblems, Inc. has submitted the lowest
and best bid, and
WHEREAS, the City Council wishes to accept the bid of Miller
Uniforms & Emblems, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an annual supply agreement with Miller Uniforms &
Emblems, Inc. for uniforms for the Police Department, a copy of said
agreement being attached hereto and incorporated herein for all
purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 24th day of Feb 2000.
RO T A. STLUKA, .R., Mayor
ST: City of Round Rock, Texas
1
,iG /I Il ■€JL •
E LAND, City Secretary
K: \WPoocS \RESO \R 00224Ca.wno /ec
CITY OF ROUND ROCK
ANNUAL SUPPLY AGREEMENT
FOR
POLICE UNIFORM SHIRTS AND TROUSERS
THIS AGREEMENT, is made and entered into this PC of J W by
and between the City of Round Rock, a Texas home -rule municipal corporation, wh offices are
located at 221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City"
and Miller Uniforms and Emblem Inc. doing business as Miller Uniforms and Emblem Inc.,
hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with the Vendor to provide the Police Department with
uniform shirts and trousers, make alterations `while- you - wait "or within a 24 hour period. The
Police Department will be responsible for uniform pickup.
WHEREAS, the Invitation for Bid to provide the City with uniform shirt and trousers was
previously issued for said uniforms and the City has selected the Bid submitted Miller Uniforms and
Emblem Inc.; and
WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises
contained herein and other good and valuable consideration, the sufficiency and receipt of which are
hereby acknowledged, it is mutually agreed between the parties as follows:
1.0 CONTRACT DOCUMENTS AND EXHIBITS
The City of Round Rock selected Vendor as the integrator of choice to supply, alter and
uniform garments as outlined in IFB Number 00 -006 and response to IFB submitted by
Vendor (Exhibit A). The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the IFB and as offered by Vendor in their
response to the IFB.
The items that are the subject matter of this Agreement are further described in Exhibit A,
and together with this Agreement comprise the Agreement, and they are fully a part of this
Agreement as if herein repeated in full.
2.0 COSTS: The following shall be the costs for providing the garments described in the bid
specification, as follows:
2.1 Shirt, long sleeve with minor alterations
2.2 Shirt, long sleeve with major alterations
2.3 Shirt, short sleeve with minor alterations
2.4 Shirt, short sleeve with major alterations
2.5 Trousers with minor alterations
2.6 Trousers with major alterations
2.7 Trousers with striping
3.0 INVOICES: All invoices shall include, but not be limited to, the following information:
3.1 Name and address of Vendor
3.2 Purchase Order Number
3.3 Description and quantity of item(s) delivered
3.4 Pickup date
4.0 PRICE ADJUSTMENT
The City may permit "unit price" adjustments upward, only as a result of a cost increase
imposed by manufacturing in accordance with the Producers Price Index. Any price
adjustment shall affect all vendors selling the manufacturer's product. Any price increase shall
be requested by the Vendor in writing and accompanied with documentation to justify the
increase. The Vendor may offer price discounts at any time. The City reserves the sole option
to reject any price increase and terminate this contract should the City and the Vendor not
agree on any price increase.
5.0 PROMPT PAYMENT POLICY
$65.50
$65.50
$58.00
$58.00
$71.50
$71.50
$77.50
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will
be made within thirty (30) days of the day on which the City receives the supplies, materials,
equipment, or within thirty (30) days of the day on which the performance of services was
complete, or within thirty (30) days of the day on which the City receives a correct invoice for
the supplies, materials, equipment, or services, whichever is later. Vendor may charge a late
fee (fee shall not be greater than that which is permitted by Texas law) for payments not made
in accordance with this prompt payment policy; however, this policy does not apply to
payments made by the City in the event:
5.1 there is a bona fide dispute between the City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment
to be late; or
5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
5.3 there is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered
or the services performed which causes the payment to be late; or
5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order, or this Agreement or other such contractual agreement.
6.0 DURATION OF AGREEMENT
The term of this agreement shall be for a period of time of forty eight (48) months from the
date of award. Prices shall be firm for the first twelve months (12) of the agreement, except
as provided as herein above. This agreement will be reviewed every twelve (12) months to
assess and confirm that the vendor is meeting the performance requirements described herein.
7.0 TERMINATION OF THIS AGREEMENT
The City may terminate this agreement for any reason by giving Vendor thirty (30) days
written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall
discontinue all deliveries of commodities in connection with the performance of this
agreement and shall proceed to cancel promptly all existing orders and contracts insofar as
such orders or contracts are chargeable to this agreement. Within thirty (30) days after
receipt of notice of termination, the Vendor shall submit a statement, showing in detail the
satisfactorily performed under this agreement to the date of termination. The City will then
pay the Vendor that portion of the prescribed charges.
8.0 ORDERS PLACED WITH ALTERNATE VENDORS
If the Vendor cannot provide the items as specified, the City reserves the option to obtain the
items from another source.
9.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
10.0 TITLE AND RISK OF LOSS
Title and risk of loss will pass to the City upon inside delivery and acceptance.
11.0 PICKUP
Garments shall be available for pick up at the Vendors locations within the specified time
period.
3
12.0 ASSIGNMENT
Vendor's rights and duties awarded by this agreement may not be assigned to another
without written consent of the City and signed by the City's authorized agent. Such consent
shall not relieve the assignor of the liability in the event of default by the assignee.
13.0 GRATUITIESBRIBES
The City may, by written notice to Vendor, cancel this contract without liability to Vendor if
it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or
otherwise, were offered or given by Vendor, or its agent or representative to any City officer,
employee or elected representative with respect to the performance of this agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
14.0 INDEMNIFICATION
Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents,
and employees, from and against any and all claims, losses, damages, causes of action, suits,
and liability of every kind, including all expenses of litigation, court costs, and attorney's fees
for injury to any person, or for damages to any property, arising out of or in connection with
any act or omission, negligence, willful misconduct in the performance of this Agreement
done by Vendor, its officers, agents, employees, or subcontractors under this Agreement,
without regard to whether such persons are under the direction of City agents or employees.
15.0 INSURANCE
Vendor shall meet the requirements as stated in the attached Invitation To Bid No. 00 -006
and their bid response.
16.0 APPLICABLE LAW
This agreement shall be governed by the laws of the State of Texas. No rights, remedies, and
warranties available to the City under this agreement or by operation of law are waived or
modified unless expressly waived or ,modified by the City in writing.
17.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas.
4
18.0 NON - APPROPRIATION
This Agreement is a commitment of the City's current revenues only. It is understood and
agreed the City shall have the right to terminate this Agreement at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase
quantities as determined by the City's budget for the fiscal year in question. The City may
effect such termination by giving Vendor a written notice of termination of its then current
fiscal year.
19.0 RIGHT TO ASSURANCE
Whenever one party to this agreement in good faith has reason to question the other party's
intent to perform, the questioning party may demand that the other party give written
assurance of their intent to perform hi 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.
20.0 MULTIPLE COUNTERPARTS
This agreement may be executed in multiple counterparts, any one of which shall be
considered an original of this instrument, all of which, when taken together shall constitute
one and the same instrument.
21.0 NOTICES: For the purposes of this Agreement, notices to the City shall be to:
City Manager
City of Round Rock
221 East Main Street
Round Rock, Texas 78664 -5299
With a copy to:
Stephan L. Sheets, City Attorney
City of Round Rock
309 East Main Street
Round Rock, Texas 78664
Notice to Vendor shall be to:
Miller Uniform and Emblems, Inc.
2135 West Anderson Lane
Austin, TX 78757
Notices will be effective upon delivery at the above addresses until the parties notify each other, in
writing, of a change in address.
5
IN WITNESS , WHEREOF the parties to these presents have executed this Agreement on the
day of J ,
CITY OF ROUND ROCK
B r t/!._f ' S .
. -I. i
RO : EAT A. STLUKA, JR , • yor,
Name:
City of Round Rock
Attest:
By: /hi II /A
JO f LAND, City Secretary
C Oof Round Rock
6
MILLER UNIFORMS
By: / / -I //
Attest:
Title: 7-e S o t 42 /`t
By:
Name:
Title:
FEB - 15 - 2900 11 57 MILLER UNIFORMS 8 EMBLEMS
512 392 5516 P.02/02
MILLER UNIFORMS & EMBLEMS, INC
2135 W. ANDERSON LANE AUSTIN. TX 78757 (512) 302-5541 (512) 302-5516 FAX
2/15/2000
City of Round Rock
Attn: Carolyn Brooks
Dear Carolyn,
Regarding Bid # 00 -006, There was an error on the unit pricing for the shirts. The short
sleeve shirts were in the long sleeve line and the long sleeve shirts were in the short
sleeve line. Thereby making the extensions incorrect.
The correct pricing is as follows:
Line Item #1 Blauer # 8400 Long Sleeve Shirts 350 units @ 65.50 $22,925.00
Line Item #2 Same as Item # 1 with Major Alterations 40 units @ 65.50 $2,620.00
Line Item # 3 Blauer #8410 Short Sleeve Shirts 480 units @ 58.00 527,840.00
Line Item #4 Same as Item #3 with Major Alterations 40 units ®58.00 $2,320.00
All other line items will remain the same
The revised total will be less than the original total $102960.00
We appologize for this oversight.
Sincerely,
TOTAL P.02
BID TAB
BID NUMBER
BID OPENING
POLICE
00 -006
2/8/00 3:PM
UNIFORMS
VENDOR
MILLER UNIFOR
It+.
DELIVERY: 45430 DAYS
TOTALS 102,960 .
VENDOR
DELIVERY:
TOTAL: 30.00
VENDOR
DELIVERY:
TOTAL: 00.00
ism
Bld Item(s)
QTY
Unit $
Extended
Unit $
Extended
unn 3
Extended
THIS IS TO ESTABLISH A
*-
MULTI YEAR CONTRACT FOR
POLICE SHIRTS AND TROUSERS
1
SHIRT, LONG SLEEVE WI
350
$5898
MINOR ALTERATIONS
4. E
[
-;FN
2
SHIRT, LONG SLEEVE WITH
40
-558:98
MAJOR ALTERATIONS
# 45..5o
Il
3
SHIRT, SHORT SLEEVE WITH
480
-388f9
.
MINOR ALTERATIONS
1 '51. 86
4
SHIRT, SHORT SLEEVE WITH
40
-83000
MAJOR ALTERATIONS
y
Y S8 .6.0
5
TROUSERS WAMINOR ALTERATION
480
371.50
8
TROUSERS WITH MAJOR
40
071.50
ALTERATIONS
7
TROUSERS WITH STRIPING
130
077.50
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO:
City of Round Rock
Finance Department
221 East. Main Street
Round Rock, Texas 78664.5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
Police Department
615 Palm Valley
- Round Rock, TX 78664 '.
INVITATION FOR 510 (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664-5299
FACIMILE RESPONSES
' SHALL NOT BE ACCEPTED
6004 no x001810 DATE •
ND HUMBER IN LOWER LEFT
NANO CORNER OF SEAM NO
ERVfOPF a SNOW AFTURM
ADDRESS OF YOCUM FEIN.
Bidder agrees to comply with all conditions set forth below and on the reverse side of his IFB.
ITEM
POLICE UNIF ' MS CONTRACT
GATE: JANUARY 26, 2000
1. of -
BIDDING INFORMATION:
BID NUMBER - 00-006 -
OPENING DATE: 2/8/2000 3:00 PM
BID LOCATION: 221 E. Main Street, 191 Floor
Council Chambers, Round Rock, TX 78664
Pre-131d:1-25-00 at 10:00 AM, Council Chambers
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
SEE 1.8 ON BACK FOR INSTRUCTIONS:
TAX
1O NO.: 7y -,7493 4 !,
LEGAL BUSINESS NAME: / /p� tit I / _ 1 Q- ei erfw 4i1,c
ADDRESS: ,1(3s We-Yr APJrnan/ [ -
ADDRESS: - ,4/5.7/N, - 7>i 7t757
ffeIrR Aarke
CONTACT:
TELEPHONE NO.: ca - TO3 SSY
BUSINESS ENTITY TYPE: _O�o(' , E --17) rl
'CLASS 6 R E M DESCRIPTION
REVISED REVISED REVISED
PRE -510 CONFERENCE: THE CITY WILL CONDUCT A
BIDDER'S CONFERENCE FOR ALL INTERESTED BIDDERS
SCHEDULED BELOW: - -
LOCATION: 221 EAST MAIN STREET, FIRST FLOOR - COUNCIL
CHAMBERS, ROUND ROCK, TEXAS
DATE: JANUARY 25, 2000 TIME: 10:OOAM
_<- --
POINT OF OF CONTACT: CAROLYN BROOKS
TELEPHONE NO.: -. 15121 218.5457
THIS IS TO ESTABLISH A MULTI -YEAR CONTRACT TO PROVIDE
UNIFORM SHIRTS AND TROUSERS IN ACCORDANCE WITH
SPECIFICATION NO. 22- 00.20088, DATED 1.2000 (10 PGS) ATTACHED.
SUCCESSFUL BIDDER SHALL PROVIDE EACH OFFICER WITH 3
LONG SLEEVE SHIRTS, 4 SHORT SLEEVE SHIRTS AND 4 TROUSERS
WITH THE INITIAL ORDER AND DELIVER ITEMS WITHIN THIRTY
DAYS OF EFFECTIVE DATE OF CONTRACT. THE TRANSITION
FROM THE OLD UNIFORM TO THE NEW SHALL TAKE . NO MORE THAN ONE WEEK (SEVEN DAYSI.
ESTIMATED QUANTITIES AFTER THE INITIAL ORDER ARE
LONG SLEEVE SHIRT • ESTIMATED 90 EA PER YR
SHORT SLEEVE - ESTIMATED 120 EA PER YR
TROUSER • ESTIMATED 120 EA PER YR
TROUSER WISTRIPING • ESTIMATED 30 EA PER YR
QUANTITES ARE ESTIMATES ONLY. NO GUARANTEE OF
ANY MINIMUM OR MAXIMUM PURCHASE'S MADE OR IMPUED.
THE CITY WILL ONLY ORDER QUANTITIES NEEDED TO
SATISFY OPERATING REQUIREMENTS. THERE SHALL
BE NO MINIMUM ORDER QUANTITY.
QTY
UNIT
MAKE/6AODEL
UNIT
PRICE
EXT
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONQITIONS OF BID
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
11 - Bidding requires pricing per unit shown and extensions. If trade ,dement is shown on bid, it should be deducted and net line extensions sham. Bidders guarantee.
product offered wig meet or exceed specifications identified In This Invitation For Bid (IFB).
12 - 01ds should be submitted on this form. Each bid shag be placed in a separate envelope completely and properly identified. See instructions on reverse side. 'Bids must b.
in the office of the City Purchasing Agent before the hour and dale specified on the reverse side of this IFB.
1.3 Late bids properly identified will be returned to bidder unopened. Late bids will not be considered.
1.4 Iyid F.O.B. destination, freight. prepaid. 8 allowed unless otherwise specified on the IFB. H otherwise, show exact cost to deliver.
1.5 ,lid unit price on quantity and unit of measure specified, extend and show total. In case of error: In extension. unit prises shall govern. Bids subject to unlimited prier
.■crase will not be considered.
1.8 bid prices shall be firm for acceptance 30 days from 91d opening date. "Discount from Ust" bids are not acceptance unless requested. Cash discount will not b
considered In determining the low bld. All cash discounts offered will be taken If earned.
1.7 bids shall give Tax Identification Number, full name and address d bidder. Failure to sign will disqualify bid. Person signing bid shall show link and authority to bin,
signatories firm in a contract. Firm name should appear on each page In the block provided in the upper right corner. Business Entity shall be one (1) of the following
Individual. Partnership, Sole Pmpdetorship, Estate/Trust, Corporation. Governmental.. Non -profit. all others shall be speed. INDIVIDUAL: List name and number a .
sham on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; List legal namr
of entity and Tax Identification Number (Tin). - -
1.8 Bid cannot be altered or amended after opening time. Any Alterations made before opening time shag be initialed by bidder or an authorized agent. No bid an b.
withdrawn alter opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in bid.
1.10 Tire City reserves the right to accept or 'elect all or any pan of bid, waive mirror technicalities and award the bid to best serve the Interests of the City, Split awards may br
made al the sole discretion of the City.
1.11 Consistent and continued tie bids could cause rejection of bids by the City andlor investigation for antitrust violations.
1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB.
1.13 CAUTION: Bid imitation allows sufficient time for receipt of the preferred mall response. The City shall not be responsible for bids received tate, illegible, Incomplete, s
otherwise non- responsive
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturers reference used in IFB Is descriptive only (not restrictive), and is used 10 indicate type and quefly desired. Bids on brands of lit.
nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If other than brand(s) specified i
offered, illustrations and complete descriptions of product offered are requested to be made a pad of the bbl. If Udder lakes no exceptions to specifications or referent,
data in bid, bidder will be required to lumish brand names, numbers, etc, as speckled in the IFB.
2.2 - All items bid shall be new, In first Bass condition, including containers suitable for shipment and storage. unless otherwise indicated in IFB. Verbal agreements to th.
contrary vAll not be recognized. - -
2.3 Samples. whon requested, must be furnished free of expense to the City. If not destroyed in examination. they will be returned to the bidder, on request. at bidder expense.
Each example should be marked with bidders name and address. City bid number and code. Do not enclose In or attach to bid.
2,4 The City will not be bound by any oral statement or representation contrary to the mitten specifications of this IFB. '
2.5 Manufacturers standard warranty shag apply unless othewse stated In the IFS.
3. TIE BIDS: In ass of fie bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY: - - --
4.1 Bid should show number of days required to plxe material in City's designated loa8a under normal conditions. Failure to slate deliver time obligates bidder to eompleh
delivery in fourteen (14) calendar days. Unrealistically shat or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promise
without valid reason may cause removal from rid flit. (See 42 following.) - 4.2 11 delay is foreseen. contractor shag give written notice to the City. The City has the right to extend delivery date 7 reasons appear vend. Contacts must keep the Cit
advised al all times of statue of order. Default in promised delivery (without acceptable reasons) or failure to meal specifications, authorizes the City to purchase supplies
elsewhere and charge full increase, Sony. in cost and handling to defaulting contractor.
4.3 No substitutions or cancellations pem without written approval of the City.
4.4 Delivery shell be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the IFB.
5, INSPECTION AND TESTS: All goods will be subject to inspection and lest by the City to the extent practicable at all limes and places. Authorized City personnel shall hay
access to any supplier's place of business fa the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples taken Ira:
regular shipments. lithe products tested fail to meal or exceed a8 conditions and requirements of the specifications, the coal of the sample used and the cost of the testing she
be borne by the supplier. Goods which have been delivered and rejected Ifi whole or In pad may, al the City's option. be retumed to the Vendor or held for disposition at Vendof,
risk and expense. Latent defects may result in revocation of acceptance. - -
6. AWARD OF CONTRACT: A response loan IFS Is an offer to contract with the Gty based upon the tents, conditions, and epeckications contained In the IFB Bids de not become
contracts wdess and until they are accepted by the City through its designates and a purchase order Is Issued. The contract shag be governed, construed, and interpreted under
the Charter of the City and the laws of Stale of Texas. All contracts are subject to the approval of the City Council. -
7. PAYMENT: Venda shall submit Three (3) copies of an invoke showing the purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City Inc.. claims Involving infringements of patents or copyrights. - - - - -
9, VENDOR ASSIGHNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract, which arise under the antitrust laws of the Slalr
of Texas. Tx. Bus. And Comm. Code Ann. Sec. 15.01, el seq. (1967). -
10. BIDDE(. AFFIRMATION: - - -
10.1 signing this hid with a false statement is a material breach of contract and shall void the submitted bid or any resulting canlacts, and the bidder shall be removed from aq
Lid lists. By signature hereon effaced, the bidder hereby certifies that:
10.2 The bidder has not given, offered to give, nor intends to give any lime hereafter any economic opportunity. future employment, gift, loan, gratuity special discount, tip, favor,
or ice to a public servant in c0nedlon with the submitted bld. - -
10.3 The bidder is not currently delinquent In the payment of any debt owed the City. -
10.4 Nnilher the bidder non the firm, corporation, partnership, or any entity represented by the bidder. or anyone acting for such firm, corporation, or entity has violated the
antitrust laws of this Stale codified In Section 15.01 et. Seq. Texas Business and Commercial Code. or the Federal Antitrust Laws, non con nran oeted direc0y or indirecty
Vie bid made to any competitor, cr any other person engaged in such line of business.
10.5 The bidder has not received compensation for participation In the preparation or the specification for this IFB.
11. NOTE TO BIDDERS: Any lens and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid form. WARNING: Sus'
terms and conditions may result in disqualification of the bid (e.g. bids with the laws of a slate other than Texas requirements for prepayment. Limitations on remedies, el:.) Th'
City 4 Round Rock an only accept bids which contain all the tents and coed0ons of its formal IFB; in parldcular, a1 bidders affirmations and cerligatons mat be include,.
5 ubrn n.. n of bids nn rams other than City bid form may resuft in dsquallation of your bid. - -
12. INQUIW_S: Inquiries pertaining to bid invitations mat give bid member. codes, and opening dale.
.
ITEM P
»..
CLASS & REM . DESCRIPTION
200 -88
CITY
UNIT.
...,,.,. ,........_..,..,ww..,..,....,
MAKE /MODEL
UNIT
PRICE
EXTENSION
1
SHIRT, LONG SLEEVE. 6 CREASE MILITARY STYLE, POLICE BLUE
350
EA
' ,/.,�
Io
, re. 00
TO INCLUDE MINOR ALTERATIONS
BLAUER 5 rLE 8400 OR CITY APPROVED EQUAL
{+
#45, 5 5 0
# ZZ, 925..c
MFR ara lRIKK STYLE 8y00
2
3
SAME AS ITEM NO. 1 WITH MAJOR ALTERATIONS
SHIRT, SHORT SLEEVE. 5 CREASE MILITARY STYLE, POUCE BLUE
40
480
EA
EA
-
M ,,
'' 65 5
tb ''.5/
33�-r.
.2,/r2o.m
- 7 I 4 0. 11 o
y Y
TO INCLUDE MINOR ALTERATIONS
T ra I. ola
127 '$4:f p, m
BLAUER 8410 OR CITY APPROVED EQUAL
MF R gin ue Q. ', STYLE 29 -
.
/ �^1
4
SAME AS ITEM NO. 3 WITH MAJOR ALTERATIONS
40 .
EA
{� '
'r'S ,
V 6 0.
451. °°
4 t i2,,,,.o
5
TROUSER, SPLIT• SEAM, DRESS STYLE, POLICE BLUE ISTOCKI -
480
EA
'7/. 50 -:
WITH MINOR ALTERATIONS
RAVER 8910 OR CITY APPROVED EQUAL
MFR falia4feoe STYLE 957,0
B
7
SAME AS ITEM N0. 5 WITH MAJOR ALTERATIONS
SAME AS ITEM NO. 5 WITH STRIPING PER PART II, PARA 7.10
40
130.
EA
EA
- 7), S / 0 - -. -
77. J 0 .
//,�,, .00
�b (pV
/4 677.00
MFR STRIPING
V MARKET INSTALLATION
DELIVERY DATE FOR SPECIAL CUT ITEMS SHALL BE APPROXIMATELY
90-
Alb "110. .
NOTE THE CITY RESERVES THE RIGHT TO PURCHASE
THE ABOVE ITEMS ELSEWHERE AT ANY TIME DURING
-
THE CONTRACT OR EXTENSION PERIODS, IF THE •
CONTRACTOR CANNOT - PROVIDE THE QUANTITIES - -
ORDERED FOR A SPECIFIC DELIVERY TIME.
.. - DELIVERY IN Y5"4a DAYS
'By the aipneture hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such
entity has violated the antitrust laws of tide Stets, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or Indirectly. the bid made to any competitor or any other person engaged in such line of business.'
POUCE UNIFORMS CONTRACT
DATE: JANUARY 28, 2000
2012
Mayor
Robert A. Srluka, Jr.
Mayor Pro -tem
Martha A. Chavez
Council Members
Tom Nielson
Earl M. Hairston
Rick Stewart
Earl Palmer
Jimmy Joseph
City Manager
Robert L Bennett, Jr
City Attorney
Stephan L Sheets
CITY OF ROUND ROCK
ACKNOWLEDC /
/Mlle" 01rt / U J �nt 4 &ndemi t
Vendor
Fax: 512. 218.7097
INVITATION FOR BID ADDENDUM
PURCHASING OFFICE
CITY OF ROUND ROCK, TEXAS
IFB No. 00-006 Addendum No. 1 Date of Addendum: January 26. 2000
The Above Invitation For Bid (IFB) has been changed to include the following:
1. The attached revised Bid Sheet shall replace the original bid sheet revising the following:
♦ Item No. 5 shall include minor alterations Quantity changed from 1500 each to 480 each.
• Item No. 6 was deleted and was replaced by Item No. 7 Quantity changed from 620 to 40
• Item No. 8 was moved to Item No. 7 and was corrected to read: "Item No. 5 with striping per part
II, pare 7.10 Quantity changed from 620 to 130.
2. Specification, Part II, ADD para. 7.1 1.1 (pg. 8 of 11) The Police Department presently only employees
four female officers and Contractor shall not be required to stock full range of sizes: however,
Contractor shall fit female officers and provide uniforms with any type alterations within 7 working
days.
3. Specification, Part II, para. 10.2 (pg. 8 of 11) Change to read: Have sample sizes available for sizing
officers seven days after notice for award of contract and shall do initial sizing of each officer at the
vendors locations, unless otherwise noted.
4. Specification, Part II, para. 10.3 (pg. 8 of 11) Change hours of operation from 6 P.M to 5 P.M.
5. Specification, Part II para. 10.5.3 (pg. 8 of 11) Change Tapering Shirt to major alterations.
All other terms and conditions of this IFB and specifications remain unchanged.
Approved by C Gyi'
By the signatures affixed below, Addendum No. 115 hereby incorporated into and made a part of the
above referenced Invitation For Bid.
Authorized Signature
1 -800- 735 -2989 TDD 1- 800 - 735 -2988 Voice
www.ci.round- rock.tx.us
221 East Main Street
Round Rock. TO /MS 78664
512. 218 -5400
a1/4/uo
Date
RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE, CITY OF ROUND ROCK,
PRIOR TO BID OPENING WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUE
GROUNDS FOR REJECTION OF YOUR BID.
We fully understand that this bid calls out for a 30 day delivery after award.
The items quoted are, in fact, manufacturer's stock items. However, due to the increased
demand for these items, the manufacturer is behind in their production. Therefore, we
have no alternative but to quote 45 -60 days delivery.
Keith Miller
MILLER UNIFORMS & EMBLEMS, INC.
2135 W. ANDERSON LANE AUSTIN, TX 78757 (512) 302 -5541 (512) 302 -5516 FAX
2/8/00
City of Round Rock
Purchasing Dept.
RE: Bid # 00 -0006
32
33
34
35
37
MILLER UNIFORMS & EMBLEMS, ,INC.
2135 W. ANDERSON LANE AUSTIN, TX 78757 (512) 302 -5541 (512) 302 -5516 FAX
MEN'S LONG SLEEVE SHIRTS
BLAUER # 8400
M3 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19.5
• • • • • •
• • • • • • •
MEN'S SHORT SLEEVE SHIRTS
BLAUER # 8410
M4 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19.5
R • • • • • • • • • •
WOMAN'S SHORT & LONG SLEEVE SHIRTS
BLAUER #8400W & #8410W
W2 32 34 36 38 40 42 44 46 ,
R • • • • • • • •
MEN'S TROWSERS
BLAUER # 8510
WOMANS TROWSERS
BLAUER # 8510W
W3 8 8 10 12 14 16 18 20 22 24
R • • • • • • • • • •
SIZING GUIDE
M5 28 30 31 32 33 34 35 36 37 38 40 42
• • • • • • • • • • •
• • • • •
R •
L
44 46 48 50 52 54
R • • • • • •
L
VENDOR'S NAME: l /P,( VVa, ()gins 1 w46be e. DATE: _6
The Bidder shall furnish, with the bid, the following information, for at least live (5) recent customers to
whom products and /or services have been provided that are similar to those required by this solicitation.
1. Company's Name
Name of Contact
Tille of Contact
Present Address
City, Stale, Zip Code
Telephone Number
2. Company's Name
Name of Contact
Title of Contact
Present Address
City, Stale, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
Present Address
City, Stale, Zip Code
Telephone Number
Company's Name
Name of Contact
Title of Contact
Present Address
City, Stale, Zip Code
Telephone Number
5. Company's Name
Name of Contact
l
We of Contact
Present Address
City, Stale, Zip Code
Telephone Number
0705 (IFrt) Reference Sheet
PURCHASING OFFICE
REFERENCE SHEET (IFB)
Please Complete and Return This Form with the bid
%?'/1{RS no/ 7)/ Slrerr (1 01 ca
£/ i (O N_ f 3
S��FI n
3 oil/ /loc. k�
d
el 1/4lle 1 7P6'7
( s,z ) '173- 4/y0 x -wig Fax Number
X-3xoo
ap YTRz /llerra
f /tnson
)duce
d1/6 G K< Sr.
41/5;7,/ , T. 78 ??
(sr - ) 389 - 7503
4977,✓ 6m5
6 -- 4ry 3 461
•SL/'psV a.wm4nc/e•C
/5 !d / /e,e ST•
4vw -/N, 78 --)0.
( sly) g79- v180 Fax Number (
Fax Number ( sr z ) 369 - 6.9/ y
411517n) • Climn en/ ry 2// y , - 4,
4}y'/ t:J;ll/AnTs
Chief
• 513o Add. 'K,;, Ile
1
•
7 7, - `1370
( S/Z ?23 -- 70:9 Fax Number (s -) X73- 789
.4/50 - AhZe- r
S Cnj;€T - Sco /I S /,ni/ - - Sir. Per l „� Nnr
S617 - S G r•
/Hi 97;
T 78 703 - ` 5379
( slz) y /V - / / ,Q8 6.1 Fax Number( Vi - ) r/7y -yO'
VlY //r0/ (Sc ° /t )
Revised '
MILLER UNIFORMS & EMBLEMS, INC.
2135 W. ANDERSON LANE AUSTIN, TX 70757 (512) 302 -5541 (512002-5516 FAX
RETURN POLICY
Miller Uniforms & Emblems, Inc. has an open exchange, return, refund, credit policy.
Any garment not worn or laundered may be returned, with or without patches sewn,
striping applied, or pants hemmed - no questions asked. No re- stocking fee would be
assessed on any returns.
WARRANTY POLICY - ONE FULL YEAR
Any item that proves defective in any way may be returned to Miller Uniforms &
Emblems, Inc. for replacement, repair or refund. The one year warranty on shirts and
pants is valid provided the garments are wom and laundered no more than once a week.
This warranty is void if the garment has been subjected to accidental damage, abuse, or is
worn out due to excessive wear and laundering as noted above.
• SPECIFICATION FOR MILLER UNIFORMS •
STYLE NO. 8510 SERGE WEAVE TROUSER
COLOR: POLICE BLUE
DATED: 1/21/00
MATERIALS:
SHELL FABRIC
The shell fabric of the garment shall be a machine washable and drycleanable worsted wool blend conforming to the
following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance
cost:
Cloth Type: 14.0- 14.5 oz. per linear yard serge weave 2 -ply 55% Dacron Polyester / 45% Worsted Wool with
mechanical filling stretch
(Numerical specifications below are average values and may vary plus or minus 10 %)
(Appearance specifications are measured on a scale of 1 -5: 5= excellent)
Tensile Strength: Warp: 135 Ibs Filling: 143 Ibs (ASTM D 1682)
Tear Strength: Warp: 15 Ibs Filling: 10 lbs (ASTM D 2262)
Flex Abrasion: Warp: 1000+ Filling: 1000+ (ASTM 1175)
Washed 20 cycles at 120F / 125F Tumble Dry:
Shrinkage: Warp: 2.4% Filling: 1.2%
Appearance: Unpressed: 4 Pressed: 5
Frosting: 4 (60 launderings AATCC 119)
Pilling: 4 (60 minutes ASTM D 3512)
Crocking: Dry: 4/5 Wet: 4 (AATCC 8)
Light Fastness: 4 (40 hrs. AATCC 16A)
Stretch and Recovery: Total Filling Stretch: 7.0% (Du Pont TRL 321)
80% of Stretch Load: 6.0%
% Growth after 1 hr: 0.6%
% Growth after 2 hrs: 0.0%
% Growth Overnight: 0.0%
Color: See specified garment color
INTERLINING
Cloth Type:. 100% polyester non -woven
Weight: 2.5 oz. per square yard
Break Strength: Machine direction: 5 Ibs per inch
Across machine: 5.5 lbs. per inch
Color: Charcoal
BINDING
Binding shall be 70% polyester, 30% cotton with bias binding 1 inch in width.
Color: Black
POCKETING
Cloth Type: 2.25 oz. per square yard twill weave 50% polyester / 50% cotton blend with shreinered finish
Tensile Strength: Warp: 74 Ibs Filling: 95 lbs
Tear Strength: Warp: 3.6 Ibs Filling: 5.0 Ibs
Seam Slippage: Warp: 73 Ibs Filling: 58
Shrinkage: Warp: 3.0% Filling: 2.5%
Color: Pearl Grey
BUTTONS
Buttons shall be 22 ligne 4 hole pure melamine plastic conforming to Type II, class D, Style 20 and 21, of U.S. Military
Specification #V -B -871 D.
Color: Shall match the shell fabric.
ZIPPER
The front fly zipper shall be nylon coil size #5 with auto -lock slider.
Color: Black
HOOK AND EYE
The hook and eye closures will be Universal size #18 with a nickel plated finish.
1of5
WAISTBAND
The stretch waistband material shall measure 2.75 inches wide and shall be composed of 75% polyester, 18% Spandex,
and 7% nylon. There shall be two strips of silicone rubber measuring 0.125 inches wide each spaced 0.25 inches apart
applied to the waistband material to grip the shirt. The entire waistband material shall be machine washable, machine
dryable, and drycleanable.
Color: Pearl Grey
BANROLL
The banroll stretch material shall measure 1 inch wide and shall be composed of 50% polyester / 50% nylon.
Stretch: Minimum: 10% Maximum: 20%
Color: White
THREAD
Thread for all stitching except overedge stitching shall be size #50 cotton wrapped polyester core, direct dyed. Thread for
overedge stitching shall be spun polyester size #70.
Color: Shall match specified fabric color
DESIGN AND CONSTRUCTION:
GENERAL DESIGN - 8510
The uniform trousers shall be a tailored split -seam construction dress uniform style with front quarter pockets, two button -
tab hip pockets, and wide waistband with belt loops Inserted into the bottom and tacked to the top. There shall be a
stretch waistband with silicone shirt-grip stripe, permanent silicone adhesive creases on both the front and back of the
legs, front crotch panels and fly lining with button tab. The patterning shall allow generous seat and thigh letout to
accommodate alterations and athletic builds. The trousers shall be machine washable/dryable as well as drycleanable.
FRONT POCKETS
Front pockets shall be quarter pocket style with pockets slanting 1.75 inches from the top waistband to the bottom at the
side seam. Pockets shall be constructed of one piece of the specified pocketing material finishing approximately 7.5
inches wide at the bottom of the pocket opening and 12.5 inches long from where the pocket is sewn into the waistband.
There shall be a facing of shell fabric material running from the side seam and waistband and into the pocket toward the
body measuring 4.625 inches wide at the waistband and tapering to 4 inches at the bottom of the pocket opening. There
shall be a facing of shell fabric material on the Inside of the pocket away from the body measuring 1.75 inches wide.
There shall be a straight bartack across the top of the pocket opening 0.25 Inches down from the waistband and a
triangular bartack across the bottom of the pocket opening centered on the side seam.
HIP POCKETS --
Hip pockets shall be inverted double corded type with button tabs. Finished pocket opening shall measure 5.25 inch and
finished pocket depth shall be 6 inches. The finished pocket bag shall measure 6.75 inches wide and shall extend down
9.25 inches from where it is sewn into the waistband. The button tabs shall be 0.375 inch wide looping constructed of two
plies of shell fabric and one ply of interlining. The tab shall finish in a miter fold point with the ends set under the top
corded welt of the pocket and shall extend 1.25 inches in length. There shall be two straight horizontal bartacks set top
and bottom on the tab to define the button opening. There shall be a button set under the pocket to secure the hip pocket.
The top and bottom pocket cord shall be topstitched. All facings shall be clean finished inside the pocket bag. There
shall be triangular bartacks set at each end of the pocket opening.
WAISTBAND
The waistband shall finish 2 inches wide and shall be constructed of one ply of shell fabric cut along the filling direction for
maximum stretch, one ply of 1 inch stretch banroll, and the specified waistband material. The finished waistband in the
trouser ,shall stretch at least 2 inches. There shall be two hook and eye closures reinforced with woven interlining set
vertically to the continuos single needle stitch from the setting of the fly.
FLY
The right side of the fly shall be lined with a fly reinforcement extension constructed of two plies of pocketing plus one ply
of interlining and measuring 2.25 Inches wide and extending down and clean finishing at the inseam. The zipper topstitch
shall extend to the top of the waistband. Inserted between the lining and the shell shall be a fly tab measuring 1.5 inches
wide and extending at an upward angle so that the tab extends 3 inches at the center. The tab shall finish in a point with
a buttonhole and the tab shall be topstitched around the edges. The left inside edge of the fly shall be bound with the
specified binding. The left fly shall be J- stitched 1.5 inch from the folded edge. The specified zipper shall be attached to
the fly 9nd the bottom of the fly opening shall be straight bartacked. The top of the fly shall be secured by 2 specified
hooks and eyes set vertically.
2of5
QUARTER LININGS
Crotch shall be lined in the front quarters with 2 plies of the specified pocketing material bias cut with a folded edge.
BELT LOOPS
The belt loops shall be inserted into the waistband at the bottom, belly - tacked to the trouser body 0.25 inches down and
tacked to the top of the waistband. Loops shall be 1 inch wide, have a 2.25 inch opening, and be constructed of two plies
of shell fabric and one ply of fusible interlining butted on the reverse side and sewn with a double needle looping machine.
There shall be a minimum of seven belt loops per pair with larger sizes getting additional pairs as required.
OUTLETS
The seat outlet shall measure 1.5 inches on each side at the waistband tapering to 0.375 inches at the crotch. There shall
be thigh outlets with the back side of the inseam measuring 1 inch at the crotch tapering to 0.375 Inch at the knee.
STITCHING
All seams shall be sewn at 10 - 12 stitches per inch. Stitching on waistband, outseam, and inseam shall be single needle
chainstitch. Stitching for seat seam shall be tandem needle chainstitch. Stitching for beltloops shall be double needle
blindstitch. Overedge stitching for fronts and backs shall be 2 thread overedge stitch. All other seams shall be single
needle lockstitch. Straight bartacks shall be 28 stitch count 0.375 inches long. Triangle bartacks shall be 124 stitch count
0.375 inches long on each side.
BUTTON HOLES
Button holes shall be straight, cut -after type.
LABELING
The garment shall be permanently labeled with the manufacturer, country of origin, size, fiber content, and care
instructions.';
PRESSING AND FINISHING
Loose threads shall be trimmed and trousers must be pressed completely and properly with the seat seam, Inseam and
outseam pressed open. There shall be a plastic clip attached to the top of the fly of the finished trousers.
OPTIONS:
OPTIONAL WINDPROOF- BREATHABLE LINER
The trousers shall be designed to accommodate an optional windproof- breathable liner which when worn with the trouser
shall prbvide additional winter weather protection. The liner shall be constructed from WlndStopper windproof- breathable
materia) laminated to a black- brushed polyester tricot material with the brushed surface toward the body for comfort. The
liner shall be designed to have added ease when installed in the proper size trouser so as to allow for full freedom of
movement. The trouser liner shall be a waist high windproof design with elasticized waist, snap front with fly, two piece
leg, and snap leg adjustment. The liner shall be machine washable and dryable.
SIZES AND MEASUREMENTS:
SIZE RANGE
Men's: I - - - - - -- -Waist Sizes
Rise 28 30 31 32 33 34 35 36 37 38
Regular X X X X X X X X X X
Long X X X
Men's: Waist Sizes
Rise 39 40 41 42 44 46 48 50 52 54
Regular X X X X X X X X X X
Long X X X X X X X X
Women's: Dress Sizes
Rise 6 8 10 12 14 16 18 20 22 24
X X X X X X X X X X
3 of 5
MEASUREMENTS
Men's: Waist Sizes
Regular 28 30 31 32 33 34 35 36 37 38
112 Waist (1) 14.25 15.25 15.75 16.25 16.75 17.25 17.75 18.25 18.75 19.25
Seat (2) 20 21 21.5 22 22.5 23 23.5 24 24.5 25
1/2 Knee (3) 8.875 9.375 9.625 9.875 10.125 10.375 10.625 10.875 11.125 11.375
1/2 Bottom Leg (4) 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.75 8.875 9
Inseam (5) 37 37 37 37 37 37 37 37 37 37
Outseam (6) 45.25 45.5 45.625 45.75 45.875 46 46.125 46.25 46.375 46.5
Front Rise (7) 8.875 9.25 9.5 9.625 9.875 10 10.25 10.375 10.625 10.75
Back Rise (8) 15.375 15.75 16 16.125 16.375 16.5 16.75 16.875 17.125 17.25
Men's: - Waist Sizes
Regular 39 40 42 44 46 48 50 52 54
1/2 Waist (1) 19.75 20.25 21.25 22.25 23.25 24.25 25.25 26.25 27.25
Seat(2) 25.5 26 27 28 29 30 31 32 33
1/2 Knee (3) 11.625 11.875 12.375 12.875 13.375 13.875 14.375 14.875 15.375
1/2 Bottom Leg (4) 9.125 9.25 9.5 9.75 10 10.25 10.5 10.75 11
Inseam (5) 37 37 37 37 37 37 37 37 37
Outseam (6) 46.625 46.75 47 47.25 47.5 47.75 48 48.25 48.5
Front Rise (7) 11 11.125 11.5 11.875 12.25 12.625 13 13.375 13.75
Back Rise (8) 17.5 17.625 18 18.375 18.75 19.125 19.5 19.875 20.25
Women's: Dress Sizes
Regular 6 8 10 12 14 16 18 20 22 24
1/2 Waist (1) 13.5 14 14.75 15.5 16.25 17.25 18.25 19.25 20.25 21.25
Seat (2) 20.625 21.125 21.875 22.625 23.375 24.375 25.375 26.375 27.375 28.375
1/2 Knee (3) 9.375 9.625 9.875 10.125 10.375 10.75 11.125 11.5 11.875 12.25
1/2 Bottom Leg (4) 7.75 8 8.25 8.5 8.75 9 9.25 9.5 9.75 10
Inseam (5) 35.875 35.875 35.875 35.875 35.875 35.875 35.875 35.875 35.875 35.875
Outseain (6) 45.125 45.375 45.625 45.875 46.125 46.5 46.875 47.25 47.625 48
Front Rise (7) 10.875 11.125 11.375 11.625 11.875 12.25 12.625 13 13.375 13.75
Back Rise (8) 14.5 14.75 15 15.25 15.5 15.875 16.25 16.625 17 17.375
The finished trousers shall conform to the measurements shown on the tables above. The tolerance shall be +/- 0.25 inch
for 1/2 waist 1/2 seat, 1/2 knee and 1/2 bottom measurements; +/- 0.5 inch for outseams and inseams. Measurements
rounded to the nearest 0.125 inch.
1) !With zipper closed and the waistband hooked, measure along top edge of waistband from folded edge to folded
edge.
2) With zipper closed, measure across trousers eight inches down from the bottom of the waistband seam from
folded edge to folded edge.
3) The location of the knee measurement shall be 14 inches down from crotch seam. Measure from folded edge to
folded edge.
4) Measure along unhemmed bottom edge of the leg from folded edge to folded edge.
5) Measure along inseam from crotch seam to unhemmed bottom edge; for men's long rise add 2.5 inches.
6) Measure along outseam from bottom edge of waistband to unhemmed bottom edge of leg. Outseam
measurements given are for regular rise; for men's long rise add 4 inches.
7) Measure from crotch seam along the front seam and fly to the bottom edge of waistband; for men's long rise add
1.5 inches.
8) Measure from crotch seam along the seat seam to bottom edge of waistband; for men's long rise add 1.5 inches.
4 of 5
OTHER REQUIREMENTS:
STANDARD SAMPLE
In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform
to the standard sample.
PRE -BID SAMPLE
Samples must be provided at the time of the bid opening.
TESTING PRE -BID SAMPLE
Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the
standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection.
Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may
select. The bidder shall pay for all costs in connection with any such tests.
COUNTRY OF ORIGIN
The garment must be manufactured entirely In the United States of America from fabrics and materials manufactured
entirely in the United States of America.
STOCK PRODUCT
To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases,
bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently
available on an "as needed" basis. The pre -bid sample must be provided from current manufacturer's stock of the
specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for
agency approval, sizing of personnel, and for further evidence of in -stock availability.
WARRANTY
Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and
workmanship for a period of one (1) year from date of purchase. The manufacturer agrees to repair or replace at its
option any Item determined to be defective. This warranty does not cover normal wear and tear, improper cleaning, and
damage from chemicals, fire, misuse, accident or negligence. A complete copy of the manufacturer's warranty will be
available upon request.
5of5
MATERIALS:
SHELL FABRIC
The shell fabric of the garment shall be a machine washable and drycleanable worsted wool blend conforming to the
following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance
cost:
Cloth Type: 8.0 - 8.5 oz. per linear yard plain weave 2 -ply 55% Dacron Polyester / 45% Worsted Wool with
mechanical filling stretch
(Numerical specifications below are average values and may vary plus or minus 10 %)
(Appearance specifications are measured on a scale of 1 -5: 5= excellent)
Tensile Strength: Warp: 110Ibs Filling: 112Ibs (ASTM D 1682)
Tear Strength: Warp: 7.8 Ibs Filling: 9.2Ibs (ASTM D 2262)
Flex Abrasion: Warp: 1000+ Filling: 1000+ (ASTM 1175)
Washed 20 cycles at 120F / 125F Tumble Dry:
Shrinkage: Warp: 3.4% Filling: 1.4%
Appearance: Unpressed: 3/4 Pressed' 4/5
Frosting: 4 (60 launderings AATCC 119)
Pilling: 4 (60 minutes ASTM D 3512)
Crocking: Dry: 4/5 Wet: 4 (AATCC 8)
Light Fastness: 4 (40 hrs. AATCC 16A)
Stretch and (tecovery Total Filling Stretch: 8 - 10% (Du Pont TRL 321)
80% of Stretch Load: 8.0%
% Growth after 1 hr: 2.2%
% Growth after 2 hrs: 0.4%
% Growth Overnight: 0.0%
Color: See specified garment color.
LINING FABRIC
Cloth Type: 100% Polyester Satin
Weight: 4.0 oz per square yard
Count: Warp: 75 Filling: 170
or ._.
Cloth Type: 100% Polyester Taffeta
Weight 1.6 oz per square yard
Count:' Warp: 50 Filling: 75
Color:: See specified garment color.
SPECIFICATION FOR MILLER UNIFORMS
STYLE NO. 8400 LONG SLEEVE SHIRT
COLOR: POLICE BLUE
DATED: 01/21/00
INTERLINING
For Epaulets:
Content: 100% cotton
Weight: 4.0 oz. per square yard
Count: Warp: 50 Filling: 44
Shrinkage: 2% (maximum after 3 launderings)
For Pocket Flaps:
Content: 100% cotton
Weight: 2.3 oz. per square yard
Count: Warp: 56 Filling: 30
Shrinkage: 2% (maximum after 3 launderings)
For Collar, Neck Band, and Cuffs:
Content: 100% cotton
Weight: 5.8 oz. per square yard
Count: Warp: 50 Filling: 40
Shrinkage: 2% (maximum after 3 launderings)
For Fronts:
Content: 50% polyester / 50% cotton
Weight: 4.0 oz. per square yard
Count: Warp: 62 Filling: 57
Shrinkage: 2% (maximum after 3 launderings)
1 of 4
BUTTONS
Buttons shall be 20 ligne 4 hole pure melamine plastic conforming to Type II, class D, Style 20 and 21, of U.S. Military
Specification #V -8-871 D.
Color: Shall match the shell fabric.
HOOK AND LOOP
The hook and loop tape shall meet specification MIL -F- 21840.
Color: Shall match the shell fabric.
THREAD
Thread for safety stitch seams shall be polyester wrapped polyester core, direct dyed size #50 in the needles and size
#70 in the loopers. Thread for all other seams shall be size #50 polyester wrapped polyester core, direct dyed.
Color: Shall match the shell fabric.
DESIGN AND CONSTRUCTION:
GENERAL DESIGN - 8400
The long- sleeve uniform shirt shall be 5- crease military style with banded dress collar and permanent silicone adhesive
creases. There shall be epaulets, pleated pockets with scalloped pocket flaps, badge eyelets with Internal support strap,
2 -button adjustable cuffs, and satin /taffeta lined collar stand and yoke. Patterns shall provide for extra long shirt tails.
SLEEVES
Sleeve ends shall have plackets finishing 1.25 inches wide on the top placket and 0.5 inch wide under placket and shall
have a single pleat where attached to the cuffs. Cuffs shall finish 2.5 inches wide, shall be constructed of two plies of
shell fabric plus one ply of the specified interlining, and shall be topstitched 0.25 inch on the edges. The cuff shall be 2-
button adjustable with buttons set side by side 0.75 inch apart on center. Sleeve joining seams shall be sewn with an
overedge safety stitch.
COLLAR
The collar shall be a banded dress collar style. The collar stand shall measure 1.5 inches high in back. The collar shall
be made of two plies of shell fabric plus one ply of the specified interlining. The collarstand shall be made of one ply of
shell fabric, one ply of the specified lining fabric plus one ply of the specified interlining. There shall be permanent collar
stays sewn to the interlining so that no stitches are visible through the undercollar. The collar shall be topstitched around
the edges and collar points shall be 3.125 inches long. The collar stand shall close with one button.
EPAULETS
Epaulets shall be cut from shell fabric and interlined with the specified interlining. Epaulets shall be sewn into the sleeve
head seam and shall measure 1.875 inches wide at the sleevehead and taper to 1.5 inches wide with the end finishing in
a point. Epaulets shall be set with the point approximately 1 inch from the collar seam. The epaulets shall be stitched to
the shoulders with a row of stitching 2.5 inches from the sleeve head and sewn diagonally from each end of the seam to
the sleeve. There shall be an unslit buttonhole at the pointed end of the epaulet with the specified button sewn on top.
The epaulets shall then be topstitched along both edges of " V" forming the point to the shoulder of the shirt.
POCKETS
There shall be two breast pockets with pleated patch pockets and scalloped pocket flaps. The patch pocket shall
measure 5.5 inches wide and 5.75 inches long with mitered corners and a 1.5 -inch box pleat stitched closed. The left
pocket shall have a sewn pencil opening 1.25 inch wide. Hook tape 0.5 inch wide by 1 inch high shall be sewn to the
upper corners of each pocket to secure the pocket flap. The scalloped pocket flap shall be die cut, creased and interlined
with the specified interlining. The top of flap shall be set 0.75 inches above the top of the pocket and shall have one
centered unslit buttonhole with a button. There shall be loop tape 0.5 inches wide by 1 inch high set on the under ply of
the pocket to secure to the hook tape on the pocket. There shall be a pencil opening in the left flap 1.25 Inch wide with
the two rows of topstitching continuing across the pencil pocket opening.
YOKE.
There shall be a two -ply back yoke lined on the inside with the specified lining fabric. The yoke shall measure
approximately 3.5 inch at the center and 3 inches at the sleeve head.
FRONTS
The left front shall have a shell fabric top center placket measuring 1.5 inches wide and constructed with the specified
interlining. The placket shall show two rows of stitching 1 inch apart. The right front shall be tumed under and clean
finished to form a button stand 1 inch wide. The button stand shall have an additional row of topstitching along the edge.
There shall be six buttons and buttonholes set down the front and one button and buttonhole on the collar stand.
2of4
CREASE RETENTION
The two military creases in the fronts and three in the back shall include a permanent silicone crease adhesive system
that is washable and dry cleanable.
Color: Shall be pigmented black for dark color shell fabrics and shall be clear for light color shell fabrics.
STITCHING
Sleeve joining, sleeve and body closing, front placket joining seams, and back yoke seams shall be safety stitched. All
other stitching shall be single needle at 10 - 12 stitches per inch.
BUTTONHOLES
Buttonholes shall be straight cut -after type.
EYELETS
Eyelets shall be reese type 0.1875 inches in diameter.
BADGE ATTACHMENT
There shall be an inside sling constructed from of shell fabric 1.125 inches wide extending from the shoulder seam to the
pocket on the left front. There shall be two unslit horizontal 0.5 inch buttonholes set vertically to the left front 1.375 inches
center to center and with the bottom buttonhole set 1.25 inches above the top of the pocket flap.
LABELING
The garment shall be permanently labeled with the manufacturer, country of origin, size, fiber content, and care
instructions.
PRESSING AND FINISHING
Loose trreads shall be trimmed and shirts shall be pressed completely prior to packaging.
PACKAGING
Shirts shall be folded, dipped, and individually polybagged with cardboard, collar stand, and butterfly clip. Shirts shall be
packed;3 to a box which shall be clearly labeled on one end with style number, quantity, color, and size.
SIZES AND MEASUREMENTS:
SIZE RANGE
Men's:
Body Sleeve ------------ - - - --- Collar Sizes
Length Length 14.5 -.- 15 -_ 15.5 16 16.5 17 17.5 18 18.5 19.5
Regular 31 -32 X X X X X X
Regular 33, X X X X X X X X X
Regular 34, X X • X X X X X
Regular 35 X X X X X X X X
Tall 36 -37 X X X X X X
Womer{'s:
Body I Sleeve Bust Sizes
Length , Length 32 34 36 38 40 42 44 46
Regular Proportional X X X X X X X X
MEASUREMENTS
- Collar Sizes
Men's: 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19.5
Neck (1) 15 15.5 16 16.5 17 17.5 18 18.5 19 20
112 Chest (2) 20.5 21.5 22.5 23.5 24.5 25.5 26.5 27.5 28.5 30.5
Bust Sizes- -
Women's: 32 34 36 38 40 42 44 46
Neck (1) 14 14.5 15 15.5 16 16.5 17 17.5
112 Chest (2) 19 20 21 22 23 24 25 26
Sleeve (3) 31 31.5 32 32.5 33 33.5 34 34.5
3
1) Neck measurenient takt;n from center of collar button to front cut end of buttonhole with collar laid flat.
2) Chest measurement taken from folded edge to folded edge at base of armhole with shirt buttoned and laid
flat.
3) Long Sleeve length measurement taken from center back at collarstand seam, diagonally across back along
sleeve to bottom edge of shirt. Men's measurement to be equal to marked size plus 0.5 inch. Women's
measurements as shown.
4) Back Length taken at center back from collar setting seam to bottom edge of shirt for all sizes.
Men's Regular: 32.5 Men's Tall: 34.5 Women's Regular: 28.5
OTHER REQUIREMENTS:
STANDARD SAMPLE
In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform
to the standard sample.
PRE -BID SAMPLE
Samples must be provided at the time of the bid opening.
TESTING PRE -BID SAMPLE
Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the
standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection.
Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may
select. The bidder shall pay for all costs in connection with any such tests.
COUNTRY OF ORIGIN
The gaiment must be manufactured entirely in the United States of America from fabrics and materials manufactured
entirelOn the United States of America.
I
STOCK PRODUCT
To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases,
bidders must provide evidence In the form of catalogs, price lists, or similar written material that this item is currently
available on an "as needed" basis. The pre -bid sample must be provided from current manufacturer's stock of the
specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for
agency!approval, sizing of personnel, and for further evidence of in -stock availability.
WARRANTY
Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and
workmanship for a period of one (1) year from date of purchase. The manufacturer agrees to repair or replace at its
option any Item determined to be defective. This warranty does not cover normal wear and tear, improper cleaning, and
damage from chemicals, fire, misuse, accident or negligence. A complete copy of the manufacturer's warranty will be
available upon request.
4 of 4
LINING FABRIC
Cloth Type:
Weight:
Count: ,.._
Cloth Type
Weight+.
Count:
Count:
INTERLINING
For Epaulets:
Content:
Weight:
Count:
Shrinkage:
For Pocket Flaps:
Content:
Weight:
Count:
Shrinkage:
For Collar:
Content:
Weight:
Count:
Shrinkage:
For Fronts:
Content:
Weight:
Count:
100% Polyester Satin
4.0 oz per square yard
War-p 75 — Filling: 170
or
100% Polyester Taffeta
1.6 oz per square yard
Warp: 50 Filling: 75
See specified garment color.
50% polyester / 50% cotton
4.0 oz. per square yard
Warp: 62 Filling: 57
SPECIFICATION MILLER UNIFORMS
STYLE NO. 8410 SHORT SLEEVE SHIRT
COLOR: POUCE BLUE
DATED: 01/21/00
MATERIALS:
SHELL FABRIC
The shell fabric of the garment shall be a machine washable and drycleanable worsted wool blend conforming to the
following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance
cost:
Cloth Type: 8.0 -.8.5 oz, per linear yard plain weave 2 -ply 55% Dacron Polyester / 45% Worsted Wool with
mechanical filling stretch
(Numerical specifications below are average values and may vary plus or minus 10 %)
(Appearance specifications are measured on a scale of 1 -5: 5= excellent)
Tensile Strength: Warp: 110Ibs Filling: 112Ibs (ASTM D 1682)
Tear Strength: Warp: 7.8 Ibs Filling: 9.2Ibs (ASTM D 2262)
Flex Abrasion: Warp: 1000+ Filling: 1000+ (ASTM 1175)
Washed 20 Cycles at 120F / 125F Tumble Dry:
Shrinkage: Warp: 3.4% Filling: 1.4%
Appearance: Unpressed• 3/4 Pressed: 4/5
Frosting: 4 (60 launderings AATCC 119)
Pilling: 4 (60 minutes ASTM D 3512)
Crocking: Dry: 4/5 Wet: 4 ( AATCC 8)
Light Fastness: 4 (40 hrs. AATCC 16A)
Stretch and Recovery: Total Filling Stretch: 8 - 10% (Du Pont TRL 321)
80% of Stretch Load: 8.0%
% Growth after 1 hr: 2.2%
% Growth after 2 hrs: 0.4%
% Growth Overnight: 0.0%
Color: See specified garment color.
100% cotton
4.0 oz. per square yard
Warp: 50 Filling: 44
2% (maximum after 3 launderings)
100% cotton
2.3 oz. per square yard
Warp: 56 Filling: 30
2% (maximum after 3 launderings)
100% cotton
5.8 oz. per square yard
Warp: 50 Filling: 40
2% (maximum after 3 launderings)
1 of 4
Shrinkage: 2% ' (maximum after 3 launderings)
BUTTONS
Buttons shall be 20 ligne 4 hole pure melamine plastic conforming to Type II, class D, Style 20 and 21, of U.S. Military
Specification #V -B-871 D.
Color: Shall match specified shell fabric.
HOOK AND LOOP
The hook and loop tape shall meet specification MIL -F- 21840.
Color: Shall match specified fabric.
THREAD
Thread for safety stitch seams shall be polyester wrapped polyester core, direct dyed size #50 in the needles and size
#70 in the loopers. Thread for all other seams shall be size #50 polyester wrapped polyester core, direct dyed.
Color: Shall match specified fabric.
DESIGN AND CONSTRUCTION:
GENERAL DESIGN - 8410
The short- sleeve uniform shirt shall be 5- crease military style with sport collar and permanent silicone adhesive creases.
There shall be epaulets, pleated pockets with scalloped pocket flaps, badge eyelets with internal support strap, and lined
yoke and back collar. Patterns shall provide for extra long shirt tails.
SLEEVES
Short sleeves ends shall clean finish with a 1 inch hem constructed after sleeve closing seam. Sleeve setting and closing
shall be sewn with an overedge safety stitch.
COLLAR
The collar shall be a sport collar style. The collar shall measure 3.375 inches high in back when opened flat and shall be
made of two plies of shell fabric plus one ply of the specified interlining. The collar shall be lined with the specified lining
fabric. The collar lining piece shall be crescent shaped, measuring approximately 1.25 inches high at the center back
tapering to finish at each shoulder seam. There shall be permanent collar stays sewn to the interlining so that no stitches
are visible through the undercollar. The collar shall be topstitched around the edges and collar points shall be 3.125
inches long. The collar shall close with one button set to the top of the placket.
EPAULETS
Epaulets cut from shell fabric and interlined with the specified interlining. Epaulets shall be sewn into the sleeve head
seam and shall measure 1.875 inches wide at the sleevehead and taper to 1.5 inches wide with the end finishing in a
point. Epaulets shall be set with the point approximately 1 inch from the collar seam. The epaulets shall be stitched to
the shoulders with a row of stitching 2.5 inches from the sleeve head and sewn diagonally from each end of the seam to
the sleeve. There shall be an unslit buttonhole at the pointed end of the epaulet with the specified button sewn on top.
The epaulets shall then be topstitched along both edges of "V" forming the point to the shoulder of the shirt.
POCKETS
There shall be two breast pockets with pleated patch pockets and scalloped pocket flaps. The patch pocket shall
measure 5.5 inches wide and 5.75 inches long with mitered corners and a 1.5 inch box pleat stitched closed. The left
pocket Shall have a sewn pencil opening 1.25 inch wide. Hook tape 0.5 inch wide by 1 inch high_shall be sewn to the
upper corners of each pocket to secure the pocket flap. The scalloped pocket flap shall be interlined with the specified
Interlining. The top of flap shall be set 0.75 inches above the top of the pocket and shall have one centered unslit
buttonhole with a button. There shall be loop tape 0.5 inches wide by 1 inch high set on the under ply of the pocket to
secure to the hook tape on the pocket. There shall be a pencil opening in the left flap 1.25 inches wide with the two rows
of topstitching continuing across the pencil pocket opening.
YOKE
There shall be a two-ply back yoke lined on the inside with shell fabric. The yoke shall measure approximately 3.5 inch at
the center and 3 inches at the sleeve head.
FRONTS
The left front shall have a mock center front placket measuring 1.5 inches wide. The placket shall show two rows of
stitching 0.875 inch apart. Both right and left fronts shall have turned In facings measuring 3 inches wide and overedge
stitched. There shall be seven buttons and buttonholes set down the front.
2 of 4
CREASE RETENTION
The two military creases in the fronts and three in the back shall include a permanent silicone crease adhesive system
that is washable and dry cleanable.
Color: Shall be pigmented black for dark color shell fabrics and shall be clear for light color shell fabrics.
STITCHING
Sleeve joining, sleeve and body closing, front placket joining seams, and back yoke seams shall be safety stitched.
Concealed edges of front facings, outer yokes, and top of pockets shall be overedge stitched. All other stitching shall be
single needle at 10 - 12 stitches per inch.
EYELETS
Eyelets shall be reese type 0.1875 inches in diameter.
BADGE ATTACHMENT
There shall be an inside sling constructed from of shell fabric 1.125 Inches wide extending from the shoulder seam to the
pocket pn the left front. There shall be two unslit horizontal 0.5 inch buttonholes set vertically to the left front 1.375 inches
center to center and with the bottom buttonhole set 1.25 inches above the top of the pocket flap.
BUTTONHOLES
Buttonholes shall be straight, cut -after type.
LABELING
The garment shall be permanently labeled with the manufacturer, country of origin, size, fiber content, and care
instructions.
PRESSING AND FINISHING
Loose threads shall be trimmed and shirts shall be pressed completely prior to packaging.
PACKAGING
Shirts shall be folded, clipped, and individually polybagged with cardboard collar stand and butterfly clip. Shirts shall be
packed'3 to a box which shall be clearly labeled on one end with style number, quantity, color, and size.
SIZES AND MEASUREMENTS:
SIZE RANGE
Men's:
Body Collar Sizes
Length j 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19.5
Regular X X X X X X X X X X
Womerf's:
Body -- - - - -- - - Bust Sizes
Lengthy 32 34 36 38 40 42 44 46
Regular X X X X X X X X
MEASUREMENTS
-- Collar Sizes
Men's: 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19.5
Neck (1) 15 15.5 16 16.5 17 17.5 18 18.5 19 20
112 Chest (2) 20.5 21.5 22.5 23.5 24.5 25.5 26.5 27.5 28.5 30.5
-------------------------Bust Sizes
Women's: 32 34 36 38 40 42 44 46
Neck (1) 14 14.5 15 15.5 16 16.5 17 17.5
1/2 Chest (2) 19 20 21 22 23 24 25 26
3 of 4
• 1) Neck measurement taken from center of collar button to front cut end of buttonhole with collar laid fiat.
2) Chest measurement taken from folded edge to folded edge at base of armhole with shirt buttoned and laid flat.
3) Short Sleeve inseam measurement: Men's Regular: 5.5 Men's Tat: 7
Women's Regular: 4.5
4) Back Length taken at center back from collar setting seam to bottom edge of shirt for all sizes.
Men's Regular: 32.5 Men's Tall: 34.5 Women's Regular: 28.5
OTHER REQUIREMENTS:
STANDARD SAMPLE
In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform
to the standard sample.
PRE -BID SAMPLE
Samples must be provided at the time of the bid opening.
TESTING PRE -BID SAMPLE
Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the
standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection.
Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may
select. The bidder shall pay for all costs in connection with any such tests.
COUNTRY 6F ORIGIN
The garment must be manufactured entirely in the United States of America from fabrics and materials manufactured
entirely, in the United States of America.
STOCK PRODUCT
To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases,
bidders' must provide evidence in the form of catalogs, price lists, or similar written material that this item Is currently
available on, an "as needed" basis. The pre -bld sample must be provided from current manufacturer's stock of the
specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for
agency approval, sizing of personnel, and for further evidence of in -stock availability.
WARRANTY
Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and
workmanship for a period of one (1) year from date of purchase. The manufacturer agrees to repair or replace at its
option any Item determined to be defective. This warranty does not cover normal wear and tear, improper cleaning, and
damage fror(i chemicals, fire, misuse, accident or negligence. A complete copy of the manufacturer's warranty will be
available upon request.
4 of 4
DATE: February 18, 2000
SUBJECT: City Council Meeting — February 24, 2000
ITEM: 11.C.2. Consider a resolution authorizing the Mayor to execute an
agreement for the purchase of uniforms for the Police Department.
Staff Resource Person: Paul Conner, Chief of Police.