Loading...
R-00-07-13-10C1 - 7/13/2000RESOLUTION NO. R- 00- 07- 13 -10C1 WHEREAS, the City of Round Rock has duly advertised for bids for soft body armor for the Police Department, and WHEREAS, GT Distributors, Inc. has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of GT Distributors, 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 GT Distributors, Inc. for soft body armor 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. ATTEST: RESOLVED this 13th day of Jul ANNE LAND, City Secretary R,\ WPOOCS \RESOLVOI \R00713C1.WPU /ec Agiume RO A. STLUKA, 'd R., Mayor City of Round Rock, Texas CITY OF ROUND ROCK ANNUAL SUPPLY AGREEMENT FOR SOFT BODY ARMOR THIS AGREEMENT is made and entered into on this the /3t day of J Lt , 20 W, by and between the CITY OF ROUND ROCK, a Texas home -rule mtttS icipalit9, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, hereinafter referred to as "City," and GT DISTRIBUTORS, INC., hereinafter referred to as "Vendor," and City and Vendor are collectively referred to as the "parties." RECITALS: WHEREAS, City desires to contract with GT Distributors, Inc. to provide soft body armor, hold appropriate fitting sessions, and make alterations; and WHEREAS, City desires to contract for body armor manufactured by the American Body Armor Xtreme Series Model XT2 (XT2F) for NIJ Threat Level II as outlined and specified in City Specification Number 21 -95 -0001 dated May 2000, same being attached hereto as Exhibit "B" and incorporated herein for all appropriate purposes; and WHEREAS, the Invitation for Bid to provide City with soft body armor was previously issued for said armor and City has selected the bid submitted by GT Distributors, Inc. as the lowest most responsive bid; and WHEREAS, the parties hereby desire to enter into this agreement to set forth, in writing, all of 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 by and 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 armor garments as outlined in IFB Number 00 -013 and response to IFB submitted by Vendor, same being attached hereto as Exhibit "A" and incorporated herein for all appropriate purposes. 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 exhibits attached hereto and made a part hereof, and together with this agreement comprise the agreement, and they are as fully a part of this agreement as if herein repeated verbatim. C. \TEXRSOFTBO -1 DOCJkg 2.0 COSTS: The following shall be the costs for providing garments described in Exhibit B: 2.1 Male Armor (inclusive of 1 vest, 2 carriers, 1 trauma device) $481.25 2.2 Female Armor (inclusive of 1 vest, 2 carriers, 1 trauma device) $481.25 2.3 Replacement of Male/Female Vests (ABA Extreme Level II) $397.45 2.4 Replacement Cost of Outer Carrier $54.90 2.5 Replacement Cost of Trauma Protection Device $28.90 2.6 Alterations of Vest (after initial 30 -day follow -up period) 2.6.1 With New Carrier $60.00 2.6.2 Without New Carrier $40.00 2.7 Alterations of Outer Carrier (after initial 30 -day follow -up period) $20.00 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; and 3.4 Pickup date 4.0 PRICE ADJUSTMENT City may permit "unit price" adjustments upward only as a result of a cost increase imposed by the manufacturer. Any price adjustment shall affect all vendors selling the manufacturer's product. Any price increase shall be requested by Vendor in writing and shall be accompanied by documentation which justifies the increase to City's satisfaction. Vendor may offer price discounts at any time. City reserves the sole option to reject any price increase and terminate this contract should City and Vendor not agree on any price increase. 5.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the date on which City receives the supplies, materials, or equipment; or within thirty (30) days of the date on which the performance of services was complete; or within thirty (30) days of the date on which City receives a correct invoice for the supplies, materials, equipment, or services; whichever is later. Under certain circumstances, Vendor may charge a late fee for payments not made in accordance with this prompt payment policy; however, said late fee shall not be greater than that which is permitted by Texas law. Vendor may not charge any such fee for payments made late by City in the event that: 5.1 there is a bona fide dispute between 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 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 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 twelve (12) months from the date of award. Prices shall be firm except as provided for herein. This agreement may be renewed for four (4) more additional periods of twelve (12) months each, provided that both parties agree to so renew prior to the current expiration date of the agreement. Contract renewals shall be for the original price, terms and conditions plus any changes approved in writing by both parties. City reserves the right to review Vendor's performance at the end of each twelve -month period, and City may cancel all or part of the contract or may continue the contract through the next period. 7.0 TERMINATION OF THIS AGREEMENT City may terminate this agreement for any reason by giving Vendor thirty (30) days written notice. Upon delivery of such notice by City to Vendor, 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 City gives notice of termination, Vendor shall submit an invoice for soft body armor delivered under this agreement to the date of termination. City will thereafter pay Vendor legitimate undisputed charges that are due. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the items as specified, City reserves the option to obtain the items from another source and charge Vendor the difference in cost, if any. 9.0 TAXES 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 shall pass to City only upon inside delivery and acceptance. 11.0 PICKUP Garments shall be delivered within the specified forty-five (45) day time period. 12.0 ASSIGNMENT Vendor's rights and duties awarded by this agreement may not be assigned to another without written consent of City and signed by City's authorized agent. Such consent shall not relieve the assignor of liability in the event of default by the assignee. 13.0 GRATUITIESBRIBES City may, by written notice to Vendor, cancel this contract without liability to Vendor if it is determined by 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 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, or 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 -013 and its 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 City under this agreement or by operation of law are waived or modified unless expressly waived or modified by City in writing. 17.0 VENUE The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 18.0 NON - APPROPRIATION This agreement is a commitment of City's current revenues only. It is understood and agreed City shall have the right to terminate this agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase quantities as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor written notice of termination at the end 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. In the event that a demand is made and no assurance is given within five (5) business 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 multiple counterparts, when taken together, shall constitute one and the same instrument. 21.0 NOTICES For purposes of this agreement, notices to City shall be mailed to the following: City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 -5299 With a copy to: Stephan L. Sheets, Round Rock City Attorney 309 East Main Street Round Rock, Texas 78664 For purposes of this agreement, notices to Vendor shall be mailed to the following: GT Distributors, Inc. Attention: William J. Orr Jr. 5426 Guadalupe Street P.O. Box 16080 Austin, TX 78761 IN WITNESS day of the month of ATTEST: Notices will be effective upon mailing to the above - listed addresses until the parties notify each other, in writing, of a change in address. OF, the parties hereto have executed this agreement on the /3 20 CO . THE CITY OF ROUND ROCK, TEXAS GT DISTRIBUTORS, INC, a Texas corporation By: Printed Napj Title: iir GJ,1 V lCk J (Orr J r ,,JYJL' ,i(\P b �'" ..... -'••" •- - k .of'RT.'+ q;tw• gh . ATE IMM /DD/YYI s ACORD `rh " Ea �L� : a a THIS THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION " COMPANIES AFFORDING COVERAGE COMPANY INSURED C COMPANY COMPANY COMPANY TYPE OF INSURANCE P POLICY NUMBER P POLICY EFFECTIVE P POLICY EXPIRATION U UMTTS A X GENERAL U UABIUTY G 5539777 1 12/31/99 1 12/31/00 P GENERAL AGGREGATE 5 5 2000000 PRODUCTS • COMP/OP AGG 5 5 2000000 PERSONAL &ADV INJURY 5 5 1000000 •. 1 1 CLAIMS MADE © © OCCUR P EACH OCCURRENCE $ $ 1000000 _ O OWNER'S & wNTRacroR•s Paw' P FIRE DAMAGE (Arty ona Ore■ 5 5 100000 MEO EXP (Any one pawn) S S I A f OMOBILEUADIUTY 1 aI x1 1 I x1 xL ANY AUTO Q QA8486593 1 1/31/00 1 12/31/00 1 COMBINED SINGLE LIMIT S S BODILY INJURY BODILY INJURY 5 PROPERTY DAMAGE $ $ GARAGE L LIABILITY A AUTO ONLY • EA ACCIDENT 5 5 I OTHER THAN AUTO ONLY: • •l r•xr.....M EACH ACCIDENT 4 4 AGGREGATE S S A X EXCESS L LIABILRY E 5109452 1 12/31/99 1 12/31/00 A EACH OCCURRENCE a a 20000000 ; AGGREGATE S S 20000000 t i 8 , 0 E WORKERS COMPENSATION AND X 80679961 1 12/31/99 1 12/31/00 E W C STATLF , , -- i I EL EACH ACCIOENT 4 EL DISEASE - POLICY LIMIT 5 5 1000000 1 EL DISEASE EA EMPLOYEE 4 4 1000000 I A A OTHER I QA8486593 1 1/31/00 1 12/31/00 C I DESCRIPTION OF OPEMTIONS UOCATIONSNEHICLES !SPECIAL ITEMS " .!kgag !!V .(g tts"v Ai ikk•MtG21' I lkVaka'.ianr Saiwn:R...:1gY:00. } }'4Y..'1w"b.7' Ali $iFk 6Ne.4. 'nn n1 M' •.s .!jar atitil � JUN - 15 - 2000 11:36 PION RISK SVCS OF FL P.02/02 TOTAL P.02 ii \\ DESTINATION: i 5- ; -i,...qy 5 - , , „! , -,4 ,.4s,l4 I SEE 1.8 ON BACK FOR INSTROCTIONS:754 ' ' 'I.' .;-`1 .,':,<, '.• i; „'"...." , ::0-1<<" .F,' .-4 .nund Rock :.:74 l'''`.4.:-:. utility Billing' -r .27, _.,:r ... .; • • • O • • ,..4=, '1:. - 221 East Main Street --- '' ' - Round Rock, TX 786647,re,424 V4r= V. I TAx to No.r."7:-9 ' " -.74-2339528 7 ',ii:.PI ' IT:tr. -'' LEGA:BUSINESS NAmEr.-,T.F .81.6tribirecifs A0bR5ssl'I'f...'11.7:.. r' ADDRESS (dY-4.4:4Z .':-=‘.:4- P .7 "7716080 Irgits'E. iii; :TX il.-.78761= CONTACT: 71.;1.217 fa., , Wil 1 lain 4 - :-rii - 7 - , iitit-6 - Igice , - - -;!- - forth TBIEPHONE N Tx f''' $r512=451-.8298 Yi Nat.; Weir: ' ....... ,, to 7,4 .. " - ."- . •'-'^ 7 ^ 7 r . .':,- . 4T+ 1. -..:;•^=-- Bidder agrees to comply with ell coridithind set et.iiINEsd ENTirt'fiFF: ..- ,.: Coilferatiori - .•--7, - - , - - below and on the reiveae side '-;^'=-: '47 his IFB.. It i_. ,,:_4 2 i^:.41.Arieset " ... -- of nEm 6 :-.., CLASS& rrEm . .7DEscravnox.,-,.i. , 1";,-" : : ' ' ' :.;; '' ..' " 7 - `7 '- ' '.'"I ' 77':' W..n - I - '4. 4 i .:1,ttt ' .'t. ' i , , an, .7,,"- "; ann ....:L. TAAKEIMODEI,ff . ; UNIT z <":,,, Aa , itf4EiCTENSFON „V : .. • . • • This Multi-Yeir / TOTESTIINA3TE300 :-...., ... . .... ......A...r....na.,......1{!1:2,242.1,1,..,4-.N POLICE SOFT BODY ARMOR/INCLUSIVE OR FITTING CHARGESN 4... . mA.L.F.... -..LIA...m.....R ' ., ',4 •,...114.4 r-','...... „:444,,irt FEk4ARo- I";;Al ave'or yen:2 ...4 Ol/kniTIES INDICATED 7,11i EOTIMAii; FOR A TNEL■Ii-MONTI-1 PERIOD WITH FOUR (4) OPTIONAL-TWELVE (12) MONTH EXTENSION PERIODS. 4. •;,. • „ ' INDIVIDUAL REPLACEMENT COSTNESTS ' . ' < I,' - ,7",•". < NOTE: ESTIMATED USAGE IS201.EilyEAR,,,,;; y. ; DIDNIDDAL REMACEMENT COM/OUTE R CARPER ...i., NOTE : EsTimAii611eAGiIS 20 PERWaAI` ll, ilia/a 'iip'LA' ird'i NOTEESTIMATED USAGE IS 1... , AA-0, A AAA --4 ,-77,-. 4,,,, . .. VEST ALTERATIONSIAFTER RRSTA,DAYS • 41 "'"'" durigaRRIWALVAX fillgill.DA roIA-4,4 ;■:"...,,-.3 4 5 -iffr' :- .."•":"• LAYER cONSMIUCTION OF TIE MFG„PRODOCT", BFAI WAIGHT OF 0110 11 SrtUARF FOOT 09 ARMOR ; '.. - ,,71,...,i,<, t...,.. T.-1.1 ,i - ''ti . ‘ • • .-:.,-,. : ... ^.(':•• - - .1, , ,;-:',; , , " z, , ,. il .511E7..„. KiA5 r*<, lii :=.211 VI ?......717 k i.. .' . it - 7'-» :: Il OF 0ENING »»59 7. PP•IST-1.114riPda N., ,,....,- - '." • :A.... ,----,,,- ,7.....- - ABA •: , -: - e..,-....“ - p- - , ,Ks 1;eyel ,STIe,, gale &iFemai. <" ...." i ".: ...i..iii ABA Exiieme LevOl. II 7., • - ABA Akuiady ne5M i,.■ t825 'W481.2- - ,tr.-- -,- cy.48 1; `W.` 41 9 ." 397,45 ..,,:.!: ?r:, - ' A.r - (-44 A • 1 • o 7 Alt FA" , - ; .,. 'iii • s .... _ .....,, ,,Carrie4.; .4*,.;/•:‘: V5k.'44""I'l?; iktt ita ..'N.' t,--, --- . - as L : , ,, , , ,,, - „I! , „<,, , < s , ,•_'1 :449 ',4; '»» -.:S,"§...,.:-.,4„:;4;& 7 ' 14 ****SASE . : ', ..7. 1 v; TA '," - - NaPtaril q44.40,p,om„,y,,4 '....5 ri,t4} V.4 ,...3.441,.. .": . . . • ' - i _'"'" FORI,B1D T ft .”-'. .....„ .- . '41$ iiI44 ..• . . 71 RECIUIRED DOCUMENTS AS REDUESTEIBY,: . , <-.- SPECIFICATION 21.95-0001.FIEVISION //1,SEC 16,0 ial 911009 09 CERTIFICATION UNDER STO,Soi3OOSs-52,-.... PROOF,OF CERTIFICATION 552E'PFI0DA1.111 SAMPLE OF VEST OFFERED BY BleDERIWITHIN 5 DAYS 0 .,,,r , ,, ...., ..ra eaTiaAtaile..ar-PkriteA i.TrtO,Ne te yszoF culTamcaaFnam, PP.00F OF LIABILITY INFAANCE FlkOM i'AFD'4 '" , - A ' - - = , =r . o', 4,7.1 :4-s.k17,:.: ..," 049/11CAL TEST APT CERTYING THE USE OF AKVADYNE FABRICTREATMENT, , - -, ' ""4. - '2 - - • 5 - BIDS ME DUE TO ifEFlIRCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID - • .,• , FAcimiLE RESPONSES ' OPENING TIME. SHALL NOT BE ACCEPTED , _ • • • t T ^ A'f - • 4:11`;2; •'s INVOICE TO: Ark. of, Round Rock Finance Departrnen ' t " T.` 91•3•X 221 East Main Stro Texas .Ot-, r Round Rock, 78864-529 ' - rAcrry SOFT goin. DATE: MAYT15: BIDDING INFORMATION: F. BID NUMBER d , OPENING DATE: : .,130/00a at 1:00 PM BID LOCATION: 221B. Main Street, Yot Fbeir u oil Chthes'f• 'a-Ro-UnCI-Ro'Cir.TX78664 • •- RETURN SIGNED CIRIRINACAVO 056 COPY 011 870 rr .... BO MUMMA LONNA LIFT i. ,,.„ - '- , - 41'. • r ..... ,Z.:747' ..`. --,.., ...1 -,... -, • .... - o - , . HAIN COWER Of MUD BP — .• • • AA '...; - RNA, I s1115 IlF1 fl '..--?...; - .„..:', - ,, 5/3 .•..,.. . - . Authoried bid Signature ,=. . .. ' , .4. •"'''•f: i...1. T tr. i., • i BID F.0.8. DESTINATION ' ' ' 4 .- -- ' .-.4ii„..,:..41-?: 7 17 ' ,.'-- ,- Willi .m - J ... Or 3 ..,:' (Jiza)i-ri...V,:-. 0/00 7 - ' UNLESS OTHERWISE SPECIFIED BELOW 1:. 4- ''..:. 'i"-": -2g;.-„L :::- •,-. , • - • -,, Print Name - -- .,4434 ' P.4 ...i4 oh Al -X1 i;."ry1^ '.'� ::t�'° :"' s•",s' w+it �xx - �+rySi�,�,.- ,, y ,. • '+ ca'';•:m.s?r7 :r :�i:: .:G?U%ri.yEa a9ir,;: 4:4.ye..41i,?).'q . -ITEMS BELOW APPLY TO AND BECOME A PART OF -TERMS AND OF BID ANY EXCEPTIONS "THERETO MUST BE,INWRITINGG • • .�t.;f^ : �, ��; s, ���; y: �= ax+ �? 'te��t•�.�'."t:��t*ae�?'iE:9',. " 1. BIDDING REQUIREMENTS: 1.1 Bidding requires pricing per unit shown and extensions. H trade discount Is sham on bid, d should be deducted and net line etnensions shove. Bidders gea product offered vol meet a c exceed specifications ldenbfied In this Invitation For Bid OFB). " :' ., ] .'. , ;;e ° •, , - 1.2 Bids should be submitted on this form. Each bid slog be placed in a separate envelope completely and properly Identified, See Instnwliorc on reverse side. Bids must be�' in the office d the City Purchasing Agent before the hour and date specified on the remrse sided this IFB. . h - "-" 1.3 Late bids properly identified v I be returned to bidder unopened. tale bids vl6 not be considered - }- ?"' ' • 1.4 Bid F.O.B. destination, freight, prepaid, d( allowed unless otherwise sped on the IFB. If otherwise, show exact cost to deliver..":. - • • `.., ._,. 1 5 Bid unit price on quantity and unit of measure specified, extend and show total. In rase of errors In exdenston, unit pdces;sha8 govem: Bids subjed to `rirdmilod increase will net be considered. S '.. ,7.t -:•i ";'r'�,w:;,x .: d ^`...Y.: "`• .iEi�i'x!- 'ii;•S': ti',ij 1 6 Bid prices shall be firm for acceptance 30 days from bid opening date. 'Discount from Usk bids are'not aecepti ce unless requested. Caol,Dicount will considered In deter lnlng the law bid. AN cash discounts offered L be taken if earned. /..?2,21 4 1.7 Bids shag give Tax Identdicab MI d on Number, name and address bidder. Fagure to sign dsquafdy bld.- Person signing bid shag •a a show httled uthority,lo bind signatories furs In a contract. Firm name should appear on each page in the Nock provided in the upper right comer:- Business`Enbty shag be one (1) of the foU10 Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Govemmentol,. Non -profit, al others shag, be speled. • INDIVIDUAL: List name and number :as;;(' sham on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business came and Sodal,Security Number. 'ALL OTHERS; Ust legal morns` .µ of entity and Tax Identification Number (in)., • _ ? •'`? -`r` . ^.. :- '•e. , / - - -. - tat_.y_ xr•' b ,- 1 8 Bid cannot be altered or amended after opening one. Any Alterations made before opening time shag be initialed by bidder or an authorized agent. fro bid ' can i, withdrawn after opening time without approval of the CITY based on a written acceptable reason. _r^ - • _ • -- y <.., 1 9 The City o exempt from State Sales Tax and Federal Excise Tax. Do not include tax in bid. "� • ` ' • �,_�; '.,, 1.10 The City reserves the right to accept or reject al or any pan of bid, waive minor tedmicalwes and award the bid to best serve the interests of City, Spilt awards may tier made at the sole discretion at the City. , 1.11 Consistent and continued lie lids could cause rejection of bids by the City and/or investigation for antitrust vide-dons 1.12 Telephone bids and facsimge bids are not acceptable in response to the IFB. 1.13 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mad response. The QTy shag not be responsible fey bids received tale, dlegide, ' t • ; • • othervse non_respotisle - t. s,a <. -. x_ . ;$ >1 r.-t: 41.1, ; ; T;..r:6,4,41, ' i 'r SPECIFICATION: ° f : :: :.,..::,:rt, ;.;: a «.,.. ` ' . ,� - :';: =: ,.:§."': � ti : l ::: ^:'.1, 1 2.1 Any catalog. lend name a reference used referen used In IFB s descriptive only (not restrictive), rn 110 used to indicate type and quali : decked. Bids o, brands of Glielg v nature and quatly wit be considered unless advertised under the provisions of Seddon 252.022 of theTexes Local Goverment Code." f other than brands) spaatie`d 10 dieted, Ithstrations and complete descriptions of product offered are requested to be made a part of the bid: 0 bidder ta n'e'excepbons to speoifieadons ieferen'ceo ' dela in Lid, bidder will be required to furnish brand names, numbers, eM, as specified in the IFB. �. e •• r +` y h r ': i'^i�'t"� a.: r ":-• .� ll rssc 22 Al items bid shall be new, in fist doss condition, including containers suitable for shipment and stomge,{unless otherwise indtofed in 6'B. Verbal agreemens contrary net be recognized,- -- - - -- '- '•_.,..., °°_•:. .�., =i =� x " ",a p ,k '-<-•;v tit'., •`�:3:' 2 3 Samples, when requested, must be famished freed expense b the CM. If not destroyed in examination, ihoyw81 be returned to the bidder, 00 request e1 bidder expense: Each example should be marked with bidders' name and address, City bid number and code: Genet endorse In orattach to bid: is - '"'"*•` 2 4 The City will not be bound by any oral statement or represerda9on contrary to the wriben specficatiois of this IFB.' y- 2 5 Manufacturers standard warranty shag apply unless otherwise stated in the IFB. 11E BIDS: In cased. e Lids, the award rat be made In eoeordance welt Section 271,901 of Ina Texas LocafGovennnent s: DEL ., '•. •. dr,s •. ,.,i ma s � - ` - .v NERY: - c 1 }. -- _ _ -... -_ f ., 1.�.i . , - ' y ' n un n d er neural a` . nio 10 state d ;v •e:: " e i.g obligates b t o c 4.1 should shovi number d days required to place material in Ws designated lo Bid should ation udr nom codtions..Falure�to iver rime obfigatea bider b completw. • delivery in fourteen (14) calendar days. Unrealistically shat or long delivery promises may cause bid te be; dsregaided .'j`'C`oisiste'd id meel`.Aeti ery;,prgrises without valid reason may cause removal from bld ist (See 42 following,) f ,•• -r^ - r ^ dirt - ,,;. o 9'x,7•,1 ;erv.•n • s"p :.> .i, {H. ti •�C, 4.2 If delay is foreseen conlrador shag give written notice to the City. (Illy has the right to extend delivery date if reasors eppearvegd. Contractor musl,keep , ' �eep � advised at alt times d status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifica9onslaulhaizes the Cily to pasha's' e sir elsewhere and charge fug increase, if any, in cast and handling to defaulting contractor.. it '_•• 4 3 No substeutions oroncellations permitted without written approval of the City. , ° - • :'. - 4.4 Delivery shall be node during nomol working hours only, unless prior approval for late delivery has been goods will obtained fmm the lily, unlesv otherwise specified In the IFB. 5. INSPECTION AND TESTS: Al g be subject to ins and test the all M inspection by City to the extent Practicable al tiros end ptaces.`Aidhor¢ed City personnel shag havek access to any suppliers place of business for the purpose of Inspecting merchandise. Tests may be performed on samples with the bid or on sample`s, taken ho i regular sh pmenls. If the products tested fag to meet Of exceed all condNors and requirements of the specifications, the cost of the - the sir. Goods which have been defrvered end rejected in whole or in Ian wed and Ore cost a 6n tasting shag r - • be borne b y Lister. et pal may, al the Cit/s opl be ret urired io the Vendor a held for dspo'sifenal Verrdc?s -. =risk and ex - Laded data v may result in revocation of acceptance. r . z. ' R.,': a `r.:•"":,•s.n _w t,s.•ca£..a� s5x ro..•vm•,+1•+.,- }. ,.�. 'i "ks` • R ACT: A _response to an IF :,. • - tit he City bere d upon t �.. bete rse, con 3•'K =im' s;an d specil a". ns.containod In the Bl x`4;a„Jr,1r , - ,AWARD OF CONTRACT: IFB is an ogolo contract with the ity asehe tedelois; an speo3 abons eonhe IFB ds do dot boson, unit they are accepted by the City through ill des ignates "and a purchase order is Lssued._The'contiad shati'be gveorned, hued, ce Inpeted , Ihe Charter dihe C contracts unless and 061' and the laws of State of Texas. All corilrad desubjed to the approval of the Cry Cound. .0�; ''''•v'+ " cons ""`f' "••x' iei ' yT„f r . 7. PAYMENT: Vendor shag so bmit base (3) copies of an invoice showing e shg the purchase order n'tunber en ag copies: '- 8. PATENTS AND COPYRIGHTS :The conhactora agrees to protect the City from claims involving Infringements d ents orco 9< Pfd N 9 Pat pyrtghs. 9. VENDORASSIGHNMENTS: Vendor hereby assigns to purchaser any and al claims for overchargesassodeted with this contact, which arise under theanilmst laws of the Slate of Texas. Tx, Bus. And Comm. Code Ann. S.. 15.01, et seq. (1967). BIDDER AFFIRMATION: • - • • onn al 10.1 Signing the bid with a false statement is a material beach of contract and shall void the submitted bid or any resoling contracts, e bidder shall the bidd shag be remoedfrorn a1 bid Gds. By signature hereon affixed, the bidder hereby ca that: . , - _- f :,(•. t:,y...y:'.;; v,. .,�, 'u•, ...- ....;d.,, y,� , ^ 'r' ,T . ` ddies 10.2 The bidder has not given, offered to give, tear Intends to give any time hereafter any econonoc oppodunity, ftdure - ent, discount mnploym gdl ban,ga �tdty, special , tip'fevor,. or service to served in connection the submitted bid. -� t '� ° , +n: , .::.��. -.. �_�, 103 The bidder is not curentlydefinqued in the payment of any debt owed the City. •:i- /;cis ^. its_ -- .1,! . i+ -yj r•° •t .ter.•. ., js,- �,: '= 10.4 Neither the bidder rmr the firm, corporation, partnership, or any ently represented by the bidder, 01 anyone achbg for, firm; corporation; o - entity has violated „the • ; antitrust laws of this Stale codified in Section 15.01 et. Seq Texas Business and Commercial Code :Or the Federal AntiUst Caws, ,'no communicated r0reeody of ld0iAtly the bid made to any compebtor, a any other person engaged In such fine of bo9ness. - _ • S �; - ° ° ` rs -`R a 10 5 The bidder has not received compensation for pan elpatan In the preparation of ttue specificationn for lids B.: •.> • : �• +ti-='; ': " • NOTE TO BIDDERS: Any terms and conditions attached to bid will not be considered unless the bidders'�"' specifically references Them on the fed of this bid forth. WARNING: terns and conditions may result In disqualification of the bid (e g. bids with the taws of a state other than Texas requirements Inc prepayment. Limitations on remedies. etc.), The',`. City of Round Rock can only accept bids which contain aG the terns and conditions d its formal IFB; in particular, alt bidders affirmations and certifications must be included: 4 Submission of bids on fours other than City bid form may result In dsquefficatien of your bid. _ -;. , INQUIRIES: Inquiries pertaining to bid Invdafions must give bid number, codes, and opening dale • THEQUATRIES S ARE ESTIMATES ONLY. NO GUARANTEE <++ b.,; OF ANY MWMUM OR MAXIMUM PURCHASE IS OR WIPIJED:' . HEQITYOFROUN R T WU : N - rs QUANTITIES THE CITY OFROUND ROCK; TX W0.1 ONLY ORDER THE OUANTRTES :'ate •wa w a _ aCZASS MORE OR.•.E. • -;„� NEEDED TO SATISFY REQUIREMENTS TS WHICH WHICH MAY BE E M MORE R;j - -' v� 4 LESS WDKATED: iE" ; "A y e - "y'.,�tME�T�: r } •'?'r ,;,xis ='Y� ,?..,p INVITATION FOR BID ADDENDUM PURCHASING OFFICE CITY OF ROUND ROCK, TEXAS IFB No. 00 -013 Addendum No. 1 Date of Addendum: May 23. 2000 The .,uuv6 iuvitetiuu Fui Bid (iroj ilea beef' changed to include the foiiowing: The attached revised specification sheet (Page 4 of 8) shall replace the original specification sheet (Page 4 of 8) in it's entirety. Changes are as follows: • Item No. 6.2.1 The bottom edge of the front panel shall be within one inch (1 ') of the highest waist (usually the duty belt) measurement when the wearer is in the relaxed seated position ♦ Item No. 6 2 2 The bottom edge of the front panel shall be within one inch (1 ") of the highest waist (usually the duty belt) measurement when the wearer is in the standing position. All other terms and conditions of this IFB and specifications remain unchanged. Approved by By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part of the above referenced Invitation For Bid. ACKNOWLEDGED GT Distributors, Inc. Vendor Authorized Signature Date 5/30/00 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. T rcTatnllTOR;: ]5E. 5000 -- PAY PAY SAT= CI) • f:ED 1. L. 00. '0600 PN5n0 4UST(N, TEXAS 4.0 BALLISTIC PANEL COVER MATERIAL: The ballistic panels shall be covered with a material that: 4.1 is 100% constructed of two -ply, 70 denier, 160 x 70 Supplex®, Teflon treated for fabric protection and water repellence or equal 4.2 has an inner cover material that shall be breathable in order not to trap moisture in its vapor form 4.3 be stain - resistant, odor resistant, and mildew resistant 4.4 has no visible or color flaws 4.5 has a tensile strength of at least 199.5 pounds. 5.0 BALLISTIC PANEL MATERIAL: The front and back panels shall: 5.1 be constructed of a matrix of Gold Flex', Spectra Shield Plus', high performance shield materials and QuadralinkTM woven Kevlar or equal. 5.2 be constructed of materials that are new, unused, and without flaws that affect appearance, durability and function 5.3 be water repellent in each layer while retaining its natural color. No other coatings on the armor 5.5 have no stitching through the ballistic panel other than tacks at the panel edge 6.0 MEASUREMENT AND FITTING: 6.1 MEASUREMENT: 6.1.1 Vests shall be custom fitted to each officer's measurements 6.1.2 Vests shall be available in various sizes for male and female officers 6.1.3 Vests shall be available in various bust and bust cup sizes for female officers. 6.1.4 Supplier shall be available not less than once a month with a manufacturers representative at the Round Rock Police Department at a date and time mutually agreed upon by the successful vendor and the Police Department 6.2 FITTING: 6.2.1 The bottom edge of the front panel shall be within one inch (1") of the highest waist (usually the duty belt) measurement when the wearer istin the relaxed seated position. f " 0.2 2 The bottom edge of the back panel shall be within one inch (1") of the highest waist (usually the duty belt) measurement when the wearetyis in the standing position. (- 6.2.3 It is the department's intention to purchase armor, which contains maximum ballistic coverage. Accordingly, the minimum acceptable area for the front and back panel of each vest, per size, is as follows: 6.2.3.1 Small (34/36): 310.49 square inches 6.2.3.2 Medium (38/40): 370.44 square inches 6.2.3.3 Large (42/44): 434.64 square inches 6.2.3.4 X -Large (46/48): 503.38 square inches 6.2.3.5 XX -Large (50/54): 560.49 square inches FIT i'r'ARRANTY: The successful bidder shall: furnish a fit warranty that provides for alterations of more than one inch (1") if required within thirty (30) days from original shipment at no charge to the City. After thirty (30) days, all alterations will be performed for a standard alteration charge, and said charge shall be included in the bid response 4 CITY OF ROUND ROCK SPECIFICATION NO. 21 -95 -0001 MAY 2000 SOFT BODY ARMOR PART I GENERAL CLAUSES AND CONDITIONS 1.0 The equipment furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder represents that all equipment offered under this specification shall be new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 2.0 Bidder should submit with the bid the latest printed literature and detailed specification on the equipment the bidder proposes to Parrish. This literature is for information purposes only. For specifics in regards to sample submittal and accompanying information, please refer below. 3.0 The vest samples and later the vests supplied shall be completely assembled in accordance with this specification, and all equipment including standard and supplemental shall be attached and the vest made ready for continuous use. 4.0 All parts or accessories not specifically mentioned which are necessary for the vest to be complete and ready for use or which are normally furnished as standard equipment shall be furnished by the bidder. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 5.0 Only products which meet or exceed this specification and the requirements of the National Institute of Justice (NIJ) standard 0101.03 ballistic resistance of police body armor, April 1987 for Type II will be considered. 6.0 Any variation from this specification shall be indicated on the bid or on a separate attachment to the bid. This sheet shall be labeled as such. T he agency has the right to determine quantity, if not otherwise specified in the procurement document. The department retains the right to adjust the total quantities, while maintaining the accepted bid price, without notification to vendor. The term of the contract, including extensions and/or escalation clauses, shall be stated in the bid document. 7.0 The following standards and specifications in effect on the date of this specification and the latest revisions thereof, shall become a part of this specification by reference. 7.1 National Institute of Justice (NIJ) standard NIJ -STD- 0101.03, ballistic of police armor 7.2 MIL- STD -662E, Probable Limit Testing, V50 Test 7.3 Federal Standard No. 751 - 7.4 Models offered shall have been tested prior to bid issuance date, and shall be listed as complying in the most recent NIJ Technology Assessment Publication, Consumer Product List for Police Soft Body Armor. 1.0 SCOPE: For Threat Level II, the test projectiles shall be those used in the NIJ STD 0101.03 (.357 Mag..' 158 grain JSP and the 9mm, 124 grain FMJ). 8.0 TERMINATION OF AGREEMENT: For the convenience of the Department, the Department may cancel the agreement upon 30 days written notice if officers find the armor they received — even though in full compliance with these procurement specifications — to be unacceptable. 9.0 APPLICABLE LAW: This agreement and all subsequent amendments 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. 10.0 VENUE: The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. The vest presented for City consideration shall: PART II SPECIFICATIONS This specification describes and establishes standards for ballistic resistant body armor to be worn by officers of the Round Rock Police Department, hereafter referred to as City. This specification includes Material Requirements, Accessories, Ballistic Panel and Panel Cover Material Requirements, Measurement and Fitting Requirements, Performance, Inspection and Test Requirements, Ordering Data, and Other Requirements. The ballistic resistant body armor provided in Threat Level II shall be worn beneath Round Rock Police Department shirts and shall sustain multiple hits from various handgun bullets. This specification has been written with the concealable body armor manufactured by the American Body Armer Xtreme''M Series Model XT2 (XT2F) for NIJ Threat Level II in mind However, vests of equivalent construction shall be considered. The City reserves the right to test any equal product offered prior to determination of award. Bidder shall submit the layer construction of the manufactured product with the bid documentation. Bids based on body armor models made by manufacturers other than American Body Armor shall be clearly identified as such, and bidders shall include full product descriptions, a complete male and female sample, drawings and /or photographs, and technical specifications. Where the apparent low bidder has proposed an alternative product, that bidder shall demonstrate product equivalency to the satisfaction of the department. The City reserves right to determine whether or not a product is an equal. Any bidder may be required, at any time during the procurement process, to provide documentation proving compliance with any or all the terms of this specification 2.0 MATERIAL (DESIGN) REQUIREMENT: The City reserves the right to consider the weight of the ballistic package and performance data in award of the bid. The real weight of one (1) square foot of the ballistic material shall be submitted with bid documentation. 2.1 be light and thin NIJ- certified armor in Level H 2 2.2 be worn daily as an undershirt type garment and be standard issue type armor 2.3 provide protection against the labeled projectiles in accordance with NU STD 0101.03 2.4 have a high degree of concealment and comfort 2.5 have minimum restriction of motion or mobility 2.6 have ballistic panels of soft body armor 2.7 be durable and easily cleaned 2.8 be a slip -over type that covers the upper torso and is adjustable at the chest, waist, and shoulders 2.9 have the entire vest perimeter curved (sharp corners or straight edges are not acceptable) and designed in such a manner as to prevent the armor from "riding up" on the wearer during normal duty activities: 2.10 Provide full torso coverage with front -to -back side overlap of ballistic panels. 2.11 have a front ballistic panel to cover the chest approximately to the collar bone 2.12 have a back ballistic panel that shall cover the back of the torso from just above the shoulder blades down to the waist belt 2.13 have a scooped neck sufficient to maintain concealability when wearing an open shirt collar - 2.14 have a uniform number of layers throughout 2.15 have allowances for bust configuration for female officers 2.16 have a pocket on the front made to hold an XtremeT"' Trauma Reduction System or equal insert rive inches by eight inches (5" x 8 "). See section 3.2 of this specification. 2.17 be free of any defects affecting durability, serviceability, appearance or the safety of the user. Workmanship and construction details, cutting, stitching, and finishing shall be in all cases in accordance with first -class commercial textile standard practices for the intended purpose 2.18 have all closure, fastening or accessory attachments made of materials that do not present a "secondary projectile" or "ricochet" hazard if struck by a bullet 3.0 ACCESSORIES: Each vest shall be supplied with the following accessories: 3.1 VEST OUTER CARRIER: Two outer carriers, which shall be removable from the ballistic panels and shall: 3.1.1 be machine washable 3.1.2 be manufactured from 100% Akwadyne Comfort Mesh, 28 gauge, 100 - denier warp knit mesh or equal. The percent of moisture regain shall be less than 1 percent (1 %) into fiber, and the fabric shall have high moisture transport properties. A chemical test report certifying the use of Akwadyne Comfort Mesh or equal shall accompany the bid. 3.1.3 have a soil release treatment 3.1.4 have body side cover material and outer side material manufactured from first - quality, preshrunk polyester and cotton blend. Weight of total should not exceed 2 ounces per square foot. 3.1.6 be manufactured of fabrics with neutral color and no visible flaws. 3.1.7 Incorporate a carrier for the ballistic element that is black in color. The coloring dye shall be permanent and not "bleed" onto other garments. 3.2 TRAUMA PROTECTION DEVICE: One (1) trauma reduction device (XtremeT'" Trauma Reduction System) which shall: 3.2.1. 3.2.2 3.2.3 Have an area of 5 inches by 8 inches (5" x 8 ") be encased in a nylon cover treated for fabric protection and water repellency have the same material and construction as the NIJ- certified XtremeTM model in level IIA. 3 4.0 BALLISTIC PANEL COVER MATERIAL: The ballistic panels shall be covered with a material that: 4.1 is 100% constructed of two -ply, 70 denier, 160 x 70 Supplex®, Teflon treated for fabric protection and water repellence or equal. 4.2 has an inner cover material that shall be breathable in order not to trap moisture in its vapor form 4.3 be stain - resistant, odor resistant, and mildew resistant 4.4 has no visible or color flaws 4.5 has a tensile strength of at least 199.5 pounds. 5.0 BALLISTIC PANEL MATERIAL: The front and back panels shall: 5.1 be constructed of a matrix of Gold F1exTM, Spectra Shield PlusT'", high performance shield materials and QuadralinkTm woven Kevlar or equal. 5.2 be constructed of materials that are new, unused, and without flaws that affect appearance, durability and function 5.3 be water repellent in each layer while retaining its natural color. No other coatings on the armor material are acceptable. 5.5 have no stitching through the ballistic panel other than tacks at the panel edge 6.0 MEASUREMENT AND FITTING: 6.1 MEASUREMENT: 6.1.1 Vests shall be custom fitted to each officer's measurements 6.1.2 Vests shall be available in various sizes for male and female officers 6.1.3 Vests shall be available in various bust and bust cup sizes for female officers. 6.1.4 Supplier shall be available not less than once a month with a manufacturers representative at the Round Rock Police Department at a date and time mutually agreed upon by the successful vendor and the Police Department 6.2 FITTING: 6.2.1 The bottom edge of the front panel shall be within one inch (1") of the highest waist (usually the duty belt) measurement when the wearer is in the standing position. 6.2.2 The bottom edge of the back panel shall be within one inch (1") of the highest waist (usually the duty belt) measurement when the wearer is in a relaxed seated position. 6.2.3 It is the department's intention to purchase armor, which contains maximum ballistic coverage. Accordingly, the minimum acceptable area for the front and back panel of each vest, per size, is as follows: 6.2.3.1 Small (34/36): 310.49 square inches 6.2.3.2 Medium (38/40): 370.44 square inches 6.2.3.3 Large (42/44): 434.64 square inches 6.2.3.4 X -Large (46/48): 503.38 square inches 6.2.3.5 XX -Large (50/54): 560.49 square inches . FIT WARRANTY: The successful bidder shall: furnish a fit warranty that provides for alterations of more than one inch (1") if required within thirty (30) days from original shipment at no charge to the City. After thirty (30) days, all alterations will be performed for a standard alteration charge, and said charge shall be included in the bid response 4 7.0 SERIAL NUMBER AND LABELING: 7.1 Each Vest shall have a SERIAL NUMBER that: 7.1.1 is traceable to its original ballistic material lot number and ballistic material mill roll number ;AN 7.1.2 is traceable to an incoming material lot test and ballistic panel lay -up lot that appears on the label 7.2 Each Vest shall have LABELS that: 7.2.1 shall withstand normal wear and cleaning 7.2.2 shall remain readable during the warranty life of the armor and carrier 7.2.3 printed in strict adherence to the labeling requirements contained in NH Standard 0101.03 7.2.4 contains the following minimum information: (TYPEWRITTEN OR STAMPED - • - LABELS ARE NOT ACCEPTABLE) 7.2.4.1 "PROPERTY OF CITY OF ROUND ROCK" 7.2.4.2 Manufacturer Name and Model Number 7.2.4.3 Level of protection (NIJ Standard 0101.03) 7.2.4.4 Date of fabrication with lot number 7.2.4.5 Serial Number 7.2.4.6 Size and Care Instruction 7.2.4.7 Manufacturer Catalog number if applicable 8.0 BALLISTIC PANEL V50 PERFORMANCE: The bidder shall submit a Vso test report for the vest offered and any vest furnished. Bid responses that do not include this required report shall not be considered. The test report shall: 8.1 show that testing was performed in accordance with MIL- STD -662E using NI7 Standard 0101.03 test projectiles 8.2 have been performed by an independent laboratory approved by the NIJ Technology Assessment Program Information Center 8.3 show the following minimum results: 8.3.1 Round .357 9mm 8.3.2 Feet per second 1,581 1,561 9.0 LOT TESTING: Vso lot testing shall be performed: 9.1 on all incoming ballistic material in accordance with MIL- STD -662E except that the test shall be conducted on clay backing which meets NIJ Standard 0101.03 9.2 samples from each lay -up of ballistic panel configurations in accordance with MIL- STD -662E using NIJ Standard 0101.03 rounds for the level of protection of that lot., except that the test shall be conducted on a clay backing which meets the requirements of NU 0101.03 9.3 In addition, back face signatures (BFS) for each of the rounds shall be recorded and shall meet the requirements of NU Standard 0101.03, and Relative Performance Index (RPI) results shall be recorded. This information may be used in judging bids submitted. 5 10.0 WARRANTY: 10.1 BALLISTIC PANELS: The ballistic panels shall be warranted against all defects in material and workmanship for a period of not less than five (5) years from the date of delivery and acceptance. If manufacturer's standard warranty exceeds five (5) years, the standard warranty shall be in effect. The alteration of the ballistic panels in any way, other than alterations by the manufacturer, shall render the warranty null and void. 10.2 REMOVABLE COVERS: The removable machine covers shall be warranted against all defects in material and workmanship for a period of not less than twelve (12) months from the date of delivery and acceptance. If the manufacturer's standard warranty exceeds twelve (12) months, the standard warranty shall be in effect. 10.3 Any vest found to be defective during the warranty period shall be replaced by the Contractor at no cost to the City. 11.0 QUALITY CONTROL: The manufacturer shall maintain a documented quality control system designed: 11.1 ' to insure the integrity and quality of the manufactured products 11.2 to control all manufacturing process and incoming raw materials 11.3 to have an in -house ballistic laboratory that performs ballistic testing of incoming raw materials in process samples 11.4 can perform testing in accordance with MIL- STD -662E and NI7 Standard 0101.03 12.0 TESTING AND CERTIFICATION: 12.1 The City reserves the right to have Certified Laboratory Testing performed on vest which appear to conform to this specification to verify that said vest are in strict compliance with this specification. A representative of the manufacturer may witness any said testing. 12.2 Authenticity certification: The City of Round Rock Police Department reserves the right to conduct testing on initial samples and on later lot samples (picked randomly over the time of the contract) with H.P. White Laboratory, Inc., or any Testing Laboratory the Contracting Officer may select, to verify conformity to stated specifications/ certifications. If samples do not pass inspection tests, the contractor shall pay for cost of such testing. 13.0 PACKAGING AND DELIVERY: 13.1 Packaging: The vests and accessories shall be packaged in individual plastic bags and placed in suitable shipping containers with appropriate packing to allow for normal shipping without damage to the equipment. The vests shall be shipped with the panels in a flat position. 13.2 Delivery of vests is required within forty-five (45) calendar days after receipt of order by the Contractor. 14.0 INSURANCE: Manufacturer and only the manufacturer shall submit proof of (and maintain same throughout the warranty period) products liability insurance (SELF - INSURANCE IS NOT ACCEPTABLE) and has the following provisions: 14.1 has been in force for a period of time greater than one (1) month prior to bid opening 14.2 the insurance carrier shall be licensed to do business in Texas 14.3 the City of Round Rock shall be named as an additional insured party 6 15.0 ' ESTIMATED QUANTITIES: 15.1 In the initial twelve (12) month period of the contract, the City estimates a total of seventy -five (75) vests may be purchased. 15.2 Should the City exercise any one of the next four (4) twelve (12) month extension option(s), the City estimates a total of three hundred (300) vests may be required. 16.0 ITEMS TO BE SUBMITTED WITH BID: The following documents, certifications, test reports and samples must be included with the vendor's bid. Where one manufacturer is bidding through multiple vendors, the manufacturer shall submit the appropriate paperwork on behalf of all vendors. Failure to submit the following may be cause for rejection: 16.1 The real weight of one (1) square foot of the ballistic material shall be submitted with bid documentation. This data shall be used to determine acceptable performance levels by this agency. 16.2 Bidder shall submit the layer construction of the manufactured product with the bid. — 16.3 — Sample of armor model being bid, labeled in accordance with the requirements above 16.4 NOTE: Samples provided by unsuccessful bidders will be retumed F.O.B. Round Rock Police Department, 615 Palm Valley Blvd., Round Rock, TX 78664, upon request, following contract award. Manufacturers bidding direct shall include a proposal as to how measuring, alterations, and customer service will be maintained without local distribution. 16.5 NB 0101.03 Certification and "Benchmark" V50 test reports performed in accordance with MIL - STD-662E, for both male and female vests, from an accredited laboratory that was conducted at time of vest certification. 16.6 Chemical test reports certifying the use of Akwadyne fabric treatment 16.7 Proof of compliance with the Product Liability Insurance requirement. 16.8 Documentation stating a five -year ballistic package warranty and documentation stating a 12- month cover warranty 16.9 A list of customers to whom the bidder has sold armor during the past three (3) years. PART III CONTRACT TERMS AND CONDITIONS 1. CONTRACT: The contract resulting from this bid specification shall be for twelve (12) consecutive months with the option thereafter to extend the contract four additional twelve (12) month periods as mutually agreed upon by the Contractor and the City. 2. EXTENSIONS: The contract may be renewed for periods of time not to exceed the original period, provided both parties agree to do so prior to the expiration date of the contract. Contract extension(s) shall be for the original price, terms and conditions plus any approved changes. 2.1. The City reserves the right to review the Contractor's performance at the end of each period and cancel all or part of the contract or continue the contract through the next period. 3. CANCELLATION: Either party may cancel the contract, without penalty, by providing thirty'(30) days prior written notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or liability that has occurred prior to cancellation. NOTE: This contract is subject to cancellation, without penalty at any time the City deems the vendor to be non - compliant with contractual obligations. 4. NON - APPROPRIATION: The contract resulting from any bid using these specifications is a commitment of the City's current revenues only. It is understood and agreed that the City has the right to terminate this contract at the end of any City fiscal year, if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly service, 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 end of its then current fiscal year. 5. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the designee noted below. RICK WHITE at 512- 218 -5524 6. PAYMENTS: Invoices with purchase order numbers, as applicable, shall be sent to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX 78664 -5299 7. PROMPT PAYMENT POLICY: Payments will be made within thirty (30) days after the city receives the supplies, materials, equipment, or the day on which the performance of services was completed or the day on which the City receives a correct invoice for the supplies, materials, equipment or services — whichever is later. The Contractor 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: 7.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 7.2. The terms of a federal contract, grant, regulation or statute prevent the City from making a timely payment with Federal Funds; or 7.3. There is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material or equipment delivered or the services performed which caused the payment to be late; or 7.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or other such contractual agreement. 8. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USGA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et seq. 8 JUN -01 -00 THU 08:02 All GT DISTRIBUTORS June 1,2000 Re: Ref. IF13800 -013 Soft Body Armor FAX NO. b12453b148 P. U[ GT Distributors would like to address some key issues concerning soft body armor bid. The PACA model KGSII vest does not comply with some of the specifications set forth in the above mentioned bid. Specification 3.1.2 states vest carrier must be manufactured from 100% Akwadync comfort mesh, 28 guagc, 100 denier warp knit mesh. The PACA carrier fabric is not an Akwadytte mesh, but a blend of 65/35 polyester /cotton, with a body side lining of Coolmax. Specification 5.5 alludes to no stitching through ballistic panel -- -PACA utilitzes 3 x 3 quilt stitching. Quilt stitching allows manufacturer to reduce production cost by having to use less ballistic material, but this procedure makes the ballistic panel very stiff and unwearablc. Specification 6.2.3 refers to maximum ballistic coverage . PACA vests do not meet the coverage specifications. ABA Xtreme provides more overall coverage to vital areas. Specification 7.2.4 states that handwritten labels are not acceptable due to the fact that body salts and perspiration will make them disappear. PACA utilizes handwritten information for their labels. In addition to printed labels, all ABA vests have serial numbers and pertinent information about each ballistic vest they produce in a computerized database. Also, a more significant issue is the weight of the ballistic package. PACA KGSII is 12.2 oz per square foot (.771bs) as opposed to the Xtreme that weighs 11.5 oz per square foot (.711bs). The weight difference may seem insignificant, but in a largcfXlarge vest, all those ounces add considerable weight to the ballistic package. The City of Austin has recently adopted the ABA Xtreme as their vest of choice in Level II protection. Austin Police Department did extensive wear test evaluations with various body armor manufacturers for their different divisions such as motorcycle patrol, walking beat, horse patrol unit and various other details where officers were subject to very hot working environments. ABA Xtremc was the overwhelming choice of the officers and is now a mandatory wear item issued to each officer. In closing, GT Distributors stresses that we bid a model in full compliance of the written specifications. GT Distributors also sells the PACA line of body armor. We realize that the PACA KGSII is a similar vest and a close second to the Xtreme. However there arc inherent differences and the consumer has to ultimately make the choice of whether to purchase a Lexus as opposed to a Toyota. 1 f the City of Round Rock wishes to accept a lesser model than was bill, we wish for another opportunity to rebid a similar, less expensive product. Sincerely, Peter Hernandez Store Manager 4 °`�,�' 05/30/00 City of Round Rock Purchasing G T Distributors armor customer list PO Box 16080, Austin, TX 78761 • Telephone (512) 451 -8298 • FAX (512) 453 -6149 Austin Police Department current two -year contract- contact Hank Grimm Ft. Worth Police Department current two -year contract- contact Dorcia Meador Texas Parks and Wildlife current two -year contract- contact Rod Chalmers Texas Alcoholic Beverage Commission current one -year contract- contact Jose Primera Texas General Services Commission 90% of current two -year contract- Mike Luna Past contracts and/or one time purchases - Georgetown PD Round Rock PD Pflugerville PD Williamson Co. S.D. Travis Co. S.D. Texas Dept. of Public Safety Texas Dept. of Criminal Justice Cedar Park PD Austin I.S.D. PD Denton PD Department of Energy Pantex Plant Four salespeople available and qualified to measure at Round Rock PD. All four residents of Williamson Co. and two residents of the City of Round Rock. Retail location in Austin for customer service issues. 05/30/00 TILE 08:29 FAX 909 923 7400 SAFARI LAND SALES MAY -30 -2000 10:39 IMPORTANT INFORMATION PLEASE READ AMERICAN BODY ARMOR LIMITED WARRANTY Thank you for selecting a quality product from American Body Amcor. Please read the attached information carefully. We at American Body Armor are confident that you will be pleased with your purchase. Your American Body Armor vest is warranted to the original purchaser against defects in materials and workmanship. To validate your warranty, you must complete the attached warranty card and mail it within ten days of purchase. Ballistic Panels For five years after date of purchase American Body Armor warrants that the ballistic panels will pass the N.I.J. protocol for ballistic intervention and their N.I.J. designated velocities during an actual occurrence, not necessarily during an N.I.J. independent laboratory retest procedure. This warranty is null and void if the water resistant covering is tom, or if the armor is subject to any in service abuse and misuse. The intentional alteration of ballistic panels or the placement of the ballistic panels in any cover other that that provided for the vest by American Body Armor will also render this warranty null and void. Covers Covers are fully warranted for twelve (12) months after the date of manufacture against defects in materials or workmanship. Simply return the vest, (if removable style, panels must accompany the covers) to place of purchase or send direct to American Body Armor with attached Return Authorization Card. Replacement Policy Should you be protected by your vest from serious injury or death during an on-duty confrontation from a firearm projectile, automobile accident, sharp and /or blunt instrument, American Body Armor will replace your vest at no charge. Simply contact American Body Armor for a 'Legion of Life" application, send your vest to American Body Armor, along with departmental certification of how the incident occurred. A new vest will be sent out as soon possible. Alteratinng The alteration or repair of any portion of your vest by anyone other than American Body Armor or its authorized dealers will void this warranty. Contact American Body Armor for the fee schedule on alterations. For warranty service, contact any American Body Armor dealer. The return of your vest. and evidence of the date of purchase (receipt) will be required. For location of the nearest dealer, write or call American Body Armor, Customer Service Department For Your Record Date Purchased Motel # -al # LIMITED WARRANTY AMERICAN BODY ARMOR DISCLAIMS ALL LIABILITY FOR CONSEQUENTIAL DAMAGES FOR BREACH OF THIS LIMITED WARRANTY. THE WARRANTY PROVIDED HEREIN IS THE SOLE WARRANTY AND IN LIEU OF ALL OTHER WARRANTIES, INCLUDING, WRHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITY. SOME STATES DO NOT ALLOW THE EXCLUSION OF LIMITATION OF INCIDENTAL OR CONSE QUENTIALDAMAGES.IFYOULIVE IN ONE OF THESE STATES, THESE EXCLUSIONS MAY NOT APPLY TO YOU. THIS WARRANTY GIVES YOU SPECIFIC LEGAL RIGHTS AND YOU MAY HAVE OTHER RIGHTS WHICH VARY FROM STATE TO STATE. ABA AMERICAN BODYARMOR Shinning Address: 13386 International Pkwy. Jacksonville, FL 32218 909 923 7400 97% P.01 0001 05/30/00 TUE 08:30 FAX 909 923 7400 SAFARILAND SALES 1111002 IMPORTANT INFORMATION PLEASE READ YOUR AMERICAN BODY ARMOR VEST LS NOT KNIFE AND ICEPICK PROOF! DURING ANY ATTACK FROM A SHARP WEAPON, THE POSSIBILITY DUSTS FOR PENETRATION WHICH COULD RESULT IN DEATH OR SERIOUS INJURY! BREAK -IN AND CARE PROCEDURES VEST BREAK-IN PERIOD. Your American Body Armor vest is designed to mold and conform to every curve of your body. To enable the vest to take the shape of your torso, it is necessary to wear the vest slightly tighter than normal during the two to four week break time period. DO NOT WEAR THE VEST TIGHT! After the two to four week break -in period, wear the vest with no tension on the straps. It is only necessary to take the slack out of the elas- tic straps. This is the most comfortable way to wear the vest in any climate. PERMANENT COVERS I. WEAR AN ABA COOLMAXX T SHIRT (OPTIONAL WITH REMOVABLE COVER) UNDER YOUR AMERICAN BODY ARMOR VEST! This type of soft body armor is designed similar to athletic equipment -not underwear! You must wear your ABA absorbent Coolm T-shirt (see your rteal r) or your own absorbent T-shirt to remain comfortable while wearing your American Body Armor vest. 2. RINSE YOUR VEST OFF FREQUENTLY! The general rile is, "1F YOU SWEAT UNDER THE VEST - THEN RINSE IT". Water and mild soaps and detergents will not damage this vest. Rinse the vest off in the shower or sink frequently. On about every fifth rinse, place a small amount of mild soap or detergent on your hand and scrub the body side of the vest, as well as the elastic straps. Then rinse with fresh water and towel dry. P.EMOVABLE COVER CLEANING INSTRUCTIONS 1. IMPORTANT - Remove ballistic pads from outer cover (carrier). Clean pads separately (see instructions on pads). 2. Close all velcro fasteners on cover. 3. Machine wash cover in warm water - no bleach or fabric softener 4. Line dry. 5. Re -insert ballistic pads properly. NOTICE "Thus Side Towards Body" warning. STORE YOUR AMERICAN BODY ARMOR VEST FLAT AND IN A DRY LOCATION WHEN NOT IN USE. DO NOT HANG VEST BY THE STRAPS AS THIS CAN LEAD TO PREMATURE FAILURE OF THE ELASTIC By following the above recommendations, you will receive many years of dependable service from your American Body Armor vest if you have any questions please contact your local dealer and they will be glad to assist you. If you axe involved in a shooting, contact your dealer for a free replacement vest. BEND YOUR PLATE TO CONTOUR YOUR CHEST: Your "Shok Plate" has a small amount of bend applied to it at the factory. Since very few people axe bolt alike, you will probably have to adjust your plate as follows: A. Remove the plate from its pocket and hold it up to the curvature of your chest as closely as possible. You must bend the plate to follow the curvature of your chest as closely as possible. B. The standard "Shok Plate" is easy to hand bend over the edge of a desk or table. The "Super Shok Plate" should be bent in a vise. C. If the plate causes discomfort it is bent too much. If the outline of the plate is noticeable under your shirt (by pushing your shirt outward) then the plate is not bent enough. t1RY -30 -2000 10:40 909 923 7400 96% P.02 05/30/00 TUE 08:31 FAX 909 923 7400 MAY -30 -2000 10 :41 SAFARILAND SALES COHYItQLLED DOCUMENT CUSTOM FIT ABA PROCEDURE NUMBER ABA- SPP -10' Approved byQ,li- P (...4 1 Date: 2 I � 4 R 909 923 7400 COPY NO mR 97% P.04 Z004 05/30/00 TUE 08:31 FAX 909 923 7400 REVISION: B MAY -30 -2000 10:41 REASON FOR EACH REVISION: Rev A revised to reflect the new flow of the production processes k- Rev B- revised for the change in the production/quality checidist CONTROLLED DOCUMENT Wattg Reviewed b : /1A'/Si!Ai 5 Reviewed •y: r.d (department •nager) Reviewed by: (departtnelft vice president) Total pages 9 SAFARIIAND SALES Date 7 Date Procedure No.ABA - SPP - 10 Date 909 923 7400 97% P.05 Boos 05/30/00 TUE 08:31 FAX 909 923 7400 SAFARILAND SALES Responsibilities: 1. Labels 2. Label Verification 3. Custom Fitters 4. Rush 5. Material Storage - rolled goods - fillers - covers - finished goods - patterns 1. Labels MAY -30 -2000 10:41 CONTROLLED DOCUMENT CUSTOM FTT page 1 of 5 Procedure No.ABA- SPP -10 Date FEb /996 Description: This procedure will identify the responsibilities and guidelines for the performance of the Custom Fit area. The Custom Fit Supervisor is responsible for the procedures and policies established in this area and to ensure that they comply with these requirements. The completed picking tickets are sent to the Label Department by the Plant Manager or the custom fitters. From each picking ticket all the information required to complete the label will be obtained (refer to ABA- QA -S -2 standard features). a. The model number of the products - This will determine if the product is NU approved, model number, threat level and type of vest (included in model coding from the order entry system). b. The customer - This can give the label personnel indications of special instructions from past order requirements from this customer. Some agencies require specific warranties or they may require names be placed on the label, etc. c. The date - the date of manufacture on the label d. The size - the size requested by the customer for each product e. The washing instructions 909 923 7400 97% P.0G VII nos 05/30/00 TUE 08:32 FAX 909 923 7400 1. Labels (cont'd) f. The quantity SAFARILAND SALES 1 007 CONTROLLED DOCUMENT Procedure No.ABA- $PP -10 Date F. % - Tells the label personnel the number of labels to manufacture for that order. For most products other than vests only one label may be required. For vests, a label for both the front and back filler covers must be made, also the front and back carriers. The filler labels (see figure 1) need all the above information plus: i. lot number - which may be obtained from the fillers or the Cutting Department. The lot number is not normally placed onto the label until the label verification area, depending on the particular order. ii. serial number - this is a sequential number assigned to each product from the label department computer system. Each panel is given a seperate serial number. iii. picking ticket number - at the bottom of the ballistic panel label will be the picking ticket number,or order number, for each label. The carrier label (see figure 2) will be identified as a carrier in the model number block and must have the warning that it does not provide ballistic protection. g. The material construction - this will include the filler materials and the fabric materials ,;• The labels will then be typed out for each order and the label department personnel will attach a copy of the production checklist (Figure3) and initial the appropriate blocks. For traceability purposes the serial numbers for each product will be written on the 'picking ticket". A record will be maintained of prototypes and unique labels to allow for easier recall in the case of a customers request to produce these products at a later date. For work instructions refer to procedure ABA- W1 -10. MAY-30-2000 10:42 page 2 of 5 909 923 7400 97% P.07 05/30/00 TUE 08:32 FAX 909 923 7400 SAFARILAND SALES 'CONTROLLED DOCUMENT The label verification area deals solely with vests being manufactured. Once the labels are typed, the fillers and cover materials are sewn, they are all placed together with the picking tickets for that order. All these items are brought to the label verification area. The label verification technician will check all the label blocks to ensure the correct information has been typed and that there are no errors in the technical requirements and that the label does not have any cosmetic imperfections. The lot number must be checked on each label, if it is not entered xm the technician must obtain the lot number from the :::leis set with the order (located on the paper model number tabs). The technician will write the lot number into the appropriate block on the label, ensuring it is Legible. The technician will log the picking ticket number, the serial numbers for that order, and the front and back filler lot numbers. This log is not a quality document, but just a local means to maintain traceability within the production area. After all the information is verified on the labels against the picldng ticket and fillers, the technician will set the work on the table for the sewing department to take for to the assembly area to combine the entire order and forward it to shipping. 2. Label Verification It is the responsibility of the Custom Fit supervisor to ensure that the label verification technician is properly trained. MAY -30 -2000 10:42 For work instructions refer to procedure ABA WI - 10. 3. Custom Fitters page 3 of 5 Procedure No.ABA- SPP -10 Date' triC In the custom fit area, the custom fitters are responsible for cutting the materials needed for covering of all products. Generally very large orders are cut by the Cutting Department, but all the other orders will be cut by the custom fitters or pulled from the shelves. It is the responsibility of the Custom Fit supervisor to ensure that all the personnel are properly trained. The Custom Fit supervisor will receive the picking tickets from the Label Department or from the Production Manager. Then the picking tickets will be handed to the custom fitter that will perform the cutting for that order. From the picking ticket the custom fitter must determine the type of material the customer is requesting for each product. Some of the materials are standard depending on the model number of the vests. This can be determined by referencing 909 923 7400 96% P.08 X1008 05/30/00 TUE 08:32 FAX 909 923 7400 SAFARILAND SALES 4. Rush MAY -30 -2000 10:42 CONTROLLED DOCUMENT Procedure No.ABA - SPP -10 Date FEB:1996 ' 3. Custom Fitters (cont'd) the standard ABA-QA-S-2 for vest standard features. The custom fitter will first check the stock covers maintained on the shelves to see if there are any covers in stock for the size required on the order. If there are stock covers, the custom fitter can pull the required pieces and take them to their work table. At the work table the custom fitter will check the pieces for flaws using standard ABA -QA -S-3 (Sewing & Fabric Defects). If there are no stock covers the custom fitter will pull the material rolls from the storage area in the custom fit area, if there is no roll in the custom fit area a roll will be pulled from the Cutting Department in accordance with procedure AI3A -SPP 5 (Cutting). With the appropriate rolls of material the custom fitter will verify the sizes for the order and then pull the required patterns, which are maintained in the custom fit area and are the responsibility of the Custom Fit supervisor (see section five of this procedure). The custom fitter will place the material rolls on their work table, roll out the required Iength of material checking for flaws in the material then place the correct patterns on the material. They will trace around the pattern and dot the appropriate holes for that pattern. They will write the size of the pattern on the material (inside the pattern) and then cut it out using the round knifes. Operation of the round knifes are found in procedure ABA -SPP -9 (Equipment). For female vests the custom fitter must pull the filler from the shelves or from the tape & dot area, then cut out the correct size required using work instruction ABA- WI -10. Once all the cover materials have been cut for the order, the production checklist will be initialed in the appropriate blocks by the custom fitter and the work sent to the set -up prestaging area_ For work instructions refer to procedure ABA- WI -10. The Rush technician has the same responsibilities as the custom fitter, with the additional requirement of also pulling the required fillers for the order. When pulling the correct fillers the rush personnel must ensure that the proper size and model number is pulled and that all quality checks have been completed (indicated by the quality stamp on the bottom of the paper model number tab). Most of the work in this area involves orders which must be completed quickly. The other responsibility involves the manufacture of prototypes and variations to existing products. page 4 of 5 909 923 7400 97% P.09 oos 05/30/00 TUE 08 :33 FAX 909 923 7400 4. Rush (cont'd) The prototype vests will be handled with special care to ensure that these vests are not mixed with normal approved production. The picking ticket will be stamped as a prototype to allow identification for proper segregation. 5. Material Storage It in the responsibility of the Custom Fit supervisor for the proper storage and maintenance of all patterns, materials and goods kept in the custom fit area. a. Rolled goods which have been taken from R -1 in the Cutting Department are maintained in the custom fit area and used when required by the custom fitters. The rolls will be kept out of traffic areas in a clean, dry area. All rolls must have identification tags. b. Fillers which have been sewn and were not required immediately for orders will be placed on the shelves. These shelves will be properly labeled by size and model number. They must be checked to ensure that the model // paper tabs are attached and have been stamped by Quality Assurance. ** NOTE ** Female front fillers will be placed on the shelve unsewn and without the paper tabs. c. Covers that are the most common type manufactured are maintained on the shelves already cut according to sizes, these covers must be maintained dry and properly segregated. d. Finished goods also called F -1 are maintained in boxes or bags with proper labeling or marking, the custom fit supervisor will ensure that the F -1 goods are kept dry and properly segregated from other products. When the F -1 goods are requested for an order they can be pulled from the shelve and recorded. e. Each custom fitter area will have a set of patterns, these are approved plastic patterns used for cutting material and verifying sizes as required. Strict control must be maintained over these patterns. The custom fit supervisor is responsible for ensuring these patterns are correct and maintained in accordance with guidelines. MAY-30-2000 10 :43 SAFARILAND SALES 41010 CONTROLLED DOCUMENT For work instructions refer to procedure ABA- WI -i0. page 5 of 5 Procedure No.ABA- SPP -10 Date____FEIA#6 909 923 7400 96% P.10 05/30/00 TUE 08:33 FAX 909 923 7400 -ABA Ar+EAxJN pppr Jl1010I T14I5 MHOR FJ1.LY cWI+LIES INTH fl E MTtGNNI. INSTITUTE CF JUSTICE STANDARD ilil.fl3 FOR ALL IQIIOW6HIP. LASEI.IIE All) PERFORMANCE NEOJfIRFJRS. I LOT N1BER DATE - 1 a SERIAL I I SIZE I,COEL I -- I s °F HUI�R wee figure (2) (airier label ( L <THIS SIDEE To F Gaon WARNING . THIS ARMOR IS NOT \ I T n . r+�. -. I N t ENDED TO PROTECT THE WEARER. FROM RIFLE FIRE OR SHARP EDGED OR POINTED IN.STRUMENTS3! IrNl IeBx RELLXi PNk t) N kC I Y H LD _ . 0) 00 NOT SUBHEil6E IN I1AI dU.ISTIC HARRA m_EIPIFE> 0 YEARS FROM PURCHASE ?WC CONTROLLED DOCUMENT r_. DATE OF SIZE MAY -30 -2000 10:43 909 923 7400 SAFARILAND SALES �J011 ABA THIS CARRIER R.LLY =PLIES WITH THE INTIWI% INSTITUTE IF JUSTICE SWAMI) YIBI.YO SE Mita=tC :was FOR :. PROTECTION LE%EI. taw figure (1) filler label * WARNING R THIS CARRIER PROVLOES NO BALLISTIC PROTECTION. REFER TO THE IIf,4ERT FOR BALLISTIC PROTECTION LEVEL. BY THE ACCEPTANCE OF THIS CARRIER, THE NEARER HAS ACCEPTED THE RESPOIiSIBILITY THAT THE CARRIEF! 1IT11 ITS • IPGERTS OFFERS ADEQUATE - COUERADE TO THE BOOT AND ADEQUATE Cre.-LIST IC PROTECTION. CARRIES: at POLYESTER. 33x COTTON CLEANING INSTRUCTIONS. MACHINE ASH IiVO1. LINE OHY. IA GLEAN. ROME PN€.S BEFORE WASHING. Procedure No.AEA- SPP -1D Date FEB:$46,-: 96% P.11 05/30/00 TUE 08:33 FAX 909 923 7400 SAFARILAND SALES ¢3012 IS0 9001 � Registered ii �d :, � . 0 fur pow ThepaallOtiiantige Certificate o, f Registration KPMG Quality Registrar (A business unit of KPMG Peat Marwick LLP) Hereby Registers: Armor Holdings, Inc. 13386 International Parkway, Jacksonville, Florida 32218 . For its quality system described below under the American National Standards Institute - American Society for Quality Quality Regisuar MAY-30-2000 10:43 Q9001 (ISO 9001:1994)Standard The quality system is applicable to: The design and manufacture of technologically advanced personal safety equipment including concealable and tactical bullet resistant vests, custom body armor, composite armor, explosive ordinance protection, ballistic face and head protection, ballistic shields and other police and military apparel. The assembly and distribution of narcotic identification kits and blood/urine kits. The distribution of evidence/specimen collection kits and nylon restraints used by law enforcement agencies. This registration is given subject to the conditions governing the use of this =role.. as set forth in the agreement between KPMG Quality Registrar and the holder thereof Registration dots no assure the di:envenom of or products produced by a quality system. Certificate Number: 0186 Effective Date: October 6, 1998 Issue Date: November 3, 1998 Expiration Date: October 5, 2001 Registered Since: October 6, 1995 Daniel L. Brennan, Partner KPMG Peat Marwick LLP Short Hills, NJ USA 909 923 7400 97% P.12 05/30/00 TUE 08:41 FAX 909 923 7400 SAFARILAND SALES January 13, 1998 National Law Enforcement and Corrections Technology Center NO National Institute of Justice Jonathan Spitler President American Body Armor and Equipment Company 13386 International Parkway 'Jacksonville, FL 32218 Lear Mr. Spitler. We have completed our evaluation of the armor you submitted for testing in accordance with NIJ Standard - 0101.03 and are pleased to inform you that your model XT2 - (type Il), as tested, complies with the standard. At your request, or the request of another party interested in compliance of your armor with NIJ Standard- 0101.03, NLECTC will provide verification of compliance along with the test results for the above model. Sincerely, Lance L. Miller Tesng oordinator /6" Marc H. Caplan Senior Project Manager MAY - 30 -2000 10:51 P.O. Box 1160. Rockville. MD 20849 -1160 909 923 7400 96% >� atlas** Office °M,ka, 800 -248 -2742 Fax:301 519 -5149 P.01 f�j 05/30/00 TUE 08:41 FAX 909 923 7400 H.P. WHITE LABORATORY, INC. 3114 Scarboro Road Street. Maryland 21154 -1822 Telephone: (410) 838-6550 Facsimile: (410) 838 - 2802 American Body Armor and Equipment Company 13386 International Parkway Jacksonville, Florida 32218 Attention: Mr. Larry Battle Gentlemen: SAFARILAND SALES ¢j 002 . 6 January 1998 (HPWLI 7515 -01A) In accordance with your verbal authorization, H.P. White Laboratory, Inc. conducted Ballistic Resistance Tests of eight panels (four complete male vests) of American Body Armor and Equipment Company armor, XODEL•rT2 -1 (STYLE NA), LOT -::U.ti 4300 which were received on 30 December 1997. Testing was not witnessed by a representative of Aspen Systems, Inc., however, all testing was witnessed by a representative of American Body Armor and Equipment company. The testing, which was authorized by Aspen Systems, Inc., was conducted in accordance with the requirements of NIJ -STD- 0101.03, BALLISTIC RESISTANCE OF POLICE BODY ARMOR, dated April 1987 and all changes, verbal and written, authorized by Aspen Systems, Inc. as of the date of testing. The results of this test are to be used for certification of the armor in conjunction with the U.S. Department of Justice's certification program for armor intended for use by Law Enforcement Officers. H.P. White Laboratory, Inc. is not empowered to issue or deny that certification, however, the attached data sheets indicate that this sampling of American Body Armor and Equipment Company, MODEL XT2 -1 SATIN= the ballistic requirements of NIJ- STD - 0101.03 prerequisite to certification for Level II protection. This determination represents an assessment of the design of the samples actually tested by H.P. White Laboratory, Inc. and should NOT be interpreted as an endorsement by H.P. White Laboratory, Inc. of the future quality or performance of any other assembly of the same configuration. Such certitude can be afforded only through a systematic and ongoing quality assurance test program of the entire population of assemblies. Table I (attached) is a summary of the attached data records. The test samples and a copy of this report are being forwarded to Aspen Systems, Inc. and you may expect their formal notification promptly. Should you have any questions regarding this matter or if we may be of any further service, please do not hesitate to contact us. RESEARCH•0 MAY -30 -2000 10:51 Very truly yours, H. P. WHITE LABORATORY, INC. � d M MaMa L — DP41 /lt enclosures cc: Aspen Systems, Inc. (Lance OPMEgt • Ekdl d R n 909 923 7400 P.02 05/30/00 TUE 08:41 FAX 909 923 7400 American Body Armor and Eg Company Attention: Mr. Larry Battle 6 January 1998 (HPWLI 7515 -01A) Page 2 MAY-30-2000 10:51 909 923 7400 SAFARILAND SALES TABLE I. SUMMARY OP RESULTS (MODEL XT2 -1) Teat Sample Ballistic Threat(a) Results Serial Tested Weight Plies Obliquity Caliber Shots Velocity Pena- Defor- Number (lbs.) (degrees) (b) (fps) tration oration Max. Min. (min) (c) 97825- 78 front wet 3.00 23 0 .357 Mag. 4 1439 1429 34 30 .357 Mag. 2 1431 1420 0 na 80 back wet 3.25 23 0 .357 Mag. 4 1439 1411 0 32 30 .357 Mag. 2 1422 1421 0 na 76 front dry 2.99 23 0 .357 Mag. 4 1435 1420 0 34 30 .357 Mag. 2 1433 1427 0 na 82 back dry 3.25 23 0 .357 Mag. 4 1437 1417 0 37 30 .357 Mag. 2 1427 1420 0 na 75 front wet 2.89 23 0 9mm 4 1221 1198 0 24 30 9mm 2 1212 1205 0 na 83 back wet 3.23 23 0 9mm 4 1216 1202 0 23 30 9mm 2 1217 1205 0 na 73 front dry 2.97 23 0 9mm 4 1219 1212 0 25 30 9mm 2 1229 1216 0 na 81 back dry 3.24 23 0 9mm 4 1220 1204 0 23 30 9mm 2 1206 1199 0 na (a) Per NIJ -STD- 0101.03, Level II. (b) All ammunition bandloaded by H.P. White Laboratory, Inc. (c) Deformation of clay backing. Maximum allowable: 44mn. 96% P.03 Z003 OS/30/00 TUE 08:42 FAX 909 923 7400 H.P. WHITE LABORATORY, INC. 3114 Searboro Road Street, Maryland 21154-1822 Telephone: (410) 838 -6550 Facsimile: (410) 838-2802 American Body Armor and Equipment, Inc. 13386 International Parkway Jacksonville, Florida 32218 Attention: Mr. Larry Battle . SAFARILAND SALES 16 January 1998 (HPWLI 7515 -02A3) (Revised 26 January 1998) . Gentlese_n: - In accordance with your letter dated 14 January 1998, H.P. White Laboratory, Inc. conducted Ballistic Limit, Protection (V50BL[P)) Testing of one soft woven ballistic tent panel identified as MODEL XT2 -1 which was received on 13 January 1998 via Unitcd Parcel Service. Testing was conducted in accordance with the procedures of MIL - STD - 662E, dated 22 January 1987, using caliber 9mm, 124.0 grain, FM' ammunition. The teat sample was mounted on an indoor range 15.0 feet from the muzzle of a test barrel to produce zero degree obliquity impacts. Lumiline screens were positioned at 5.0 and 10.0 feet which, in conjunction with an elapsed time counter (chronograph), were used to compute projectile velocities 7.5 feet from the muzzle. Table I is a summary of the attached data record. DMM /lt enclosure TABLE I. SUMMARY OF RESULTS Number Test Sample (lbs.) Ballistic Threat Ballistic Limit(£PS) Weight Plies Caliber Shots V50 High Low BL(P) Partial Complete 3 1.68 23 9mm 10 1593 1696 1510 NOTE: Testing conducted with 4.0 inch thick clay backing behind panel. The test sample is being returned via Federal Express. Should you have any questions regarding this matter or if we may be of any further service, please do not hesitate to contact us. RESEARCH• DEVELOPMENT• ENGINEERING MAY - 30 - 2000 10:51 909 923 7400 Very truly yours, H. P. WHITE LABORATORY, INC. David M. Mac sod _ 96% P.04 0 004 COY 05/30/00 TUE 08:42 FAX 909 923 7400 N.P. WHITE LABORATORY, INC. 3114 Scarboro Road Street, Maryland 21154.1822 Telephone: (410) 838 -6550 Facsimile: (410) 838-2802 American Body Armor and Equipment, Inc. 13386 International Parkway Jacksonville, Florida 32218 Attention: Mr. Larry Battle .,Gentlemen: SAFARILAND SALES X1005 16 January 1998 (HPWLI 7515 -02A2) (Revised 26 January 1998) In accordance with your letter dated 14 January 1998, H.P. White Laboratory, Inc. conducted Ballistic Limit, Protection (VSOBL(P)) Testing of one soft woven ballistic test panel identified as Moms, XT2 -1 which was received on 13 January 1998 via United Parcel Service. Testing was conducted in accordance with the procedures of MIL- STD -662E, dated 22 January 1987, using caliber .357 Magnum, 158.0 grain, JSP ammunition. The test sample was mounted on an indoor range 15.0 feet from the muzzle of a test barrel to produce zero degree obliquity impacts. Lumiline screens were positioned at 5.0 and 10.0 feet which, in conjunction with an elapsed time counter (chronograph), were used to compute projectile velocities 7.5 feet from the muzzle. Table I is a summary of the attached data record. Number DMM /lt enclosure Test Sample weight (lbs.) RESEARCH • DEVELOPMENT • ENGINEERING MAY -30 -2000 10:52 909 923 7400 TABLE I. SUMMARY OF RESULTS Ballistic Threat Ballistic Limit(fps) Plies Caliber Shots V50 High Low BL(P) Partial Complete 2 1.67 23 .357 Mag. 10 1639 1655 1624 NOTE: Testing conducted with 4.0 inch thick clay backing behind panel. The test sample is being returned via Federal Express. Should you have any questions regarding this matter or if we may be of any further service, please do not hesitate to contact us. Very truly yours, H. P. WHITE LABORATORY, INC. 4 11-44;4Th. David M. ac e 96z P.05 _ TUE 08:42 FAX 909 923 7400 January 27, 1998 Jonathan Spitler President American Body Armor and Equipment Company 13386 International Parkway Jacksonville, FL 32218 Dear Mr. Spiller: Sincerely, National Law Enforcement and Corrections Technology Center National Institute of Justice Lan cb L. Miller Teating Coordinator arc CapIan Senior Project Manager P.O. Box 1160, Rockville, MD 20849 -1160 MAY -30 -2000 10:52 SAFARILAND SALES 909 923 7400 96% Office orJwi. Plogra s We have completed our evaluation of the armor you submitted for testing in accordance with N1J Standard- 0101.03 and are pleased to inform you that your model XT2F -1 (female) (type 11), as tested, complies with the standard. At your request, or the request of another party interested in compliance of your armor with NIJ Standard -0101.03, NLECTC will provide verification of compliance along with the test results for the above model. 800 - 248 - 2742 Fax: 301 -25t 5149 P.06 (EiJ 006 05/30/00 TUE 08:42 FAX 909 923 7400 SAFARILAND SALES H.P. WHITE LABORATORY, INC. 3114 Scarboro Road Street, Maryland 21154.1822 Telephone: (410) 838-8550 Facsimile: (410) 838 -2802 American Body Armor and Equipment Company 13386 International Parkway Jacksonville, Fiorida 32218 Attention: Mr. Larry Battle Gentlemen: ' 15 January 1998 (HPWLI 7515 -01F) In accordance with your verbal authorization, H.P. White Laboratory, Inc. conducted Ballistic Resistance Testa of eight panels (four complete female vests) of American Body Armor and Equipment Company armor, MODEL XT2F -1 (STYLE.HA), LOT 167.4Sa`R 4300 which were received on 13 January 1996. Testing was not witnessed by a representative of Aspen Systems, Inc. The testing, which was authorized by Aspen Systems, Inc., was conducted in accordance with the requirements of NIJ STD - 0101.03, BALLISTIC RESISTANCE OF POLICE BODY ARMOR, dated April 1987 and all changes, verbal and written, authorized by Aspen Systems, Inc. as of the date of testing. The results of this test are to be used for certification of the armor in conjunction with the U.S. Department of Justice's certification program for armor intended for use by Law Enforcement Officers. H.P. White Laboratory, Inc. is not empowered to issue or deny that certification, however, the attached data sheets indicate that this sampling of American Body Armor and Equipment Company, MODEL XT2F - SATISFIED the ballistic requirements of NIJ STD - 0101.03 prerequisite to certification for Level II protection. This determination represents an assessment of the design of the samples actually tested by H.P. White Laboratory, Inc. and should NOT be interpreted as an endorsement by H.P. White Laboratory, Inc. of the future quality or performance of any other assembly of the same configuration. Such certitude can be afforded only through a systematic and ongoing quality assurance test program of the entire population of assemblies. Table I (attached) is a summary of the attached data records. The test samples and a copy of this report are being forwarded to Aspen Systems, Inc. and you may expect their formal notification 'promptly. Should you have any questions regarding this matter or if we may be of any further service, please do not hesitate to contact us. Very truly yours, H. P. WHITE LABORATORY, INC. DNE1 /lt enclosures cc: Aspen Systems, Inc. (Lance Miller) @1007 05/30/00 TUE 08:43 FAX 909 923 7400 American Body Armor and Equipment Company Attention: Mr. Larry Battle 15 January 1998 (HPWLI 7515 -01F) Page 2 Teat Sample Ballistic Threat(a) Results Serial Tested Weight Plies Obliquity Caliber Shots Velocity Pane- Defer- Number (ibs.) (degrees) (b) (fps) tration oration Max. Min. UMO (c) 97825- 86 front wet 3.44 23 0 .357 Mag. 4 1444 1431 0 32 30 .357 Mag. 2 1441 1418 0 na 91 back wet 3.25 23 0 .357 Mag. 4 1449 1422 0 32 30 .357 Mag. 2 1420 1417 0 na 89 front dry 3.44 23 0 .357 Mag. 4 1431 1430 32 30 .357 Mag. 2 1425 1420 0 na 96 back dry 3.24 23 0 .357 Mag. 4 1433 1418 0 30 30 .357 Mag. 2 1430 1419 0 na 90 front wet 3.45 23 0 9mm 4 1213 1202 0 25 30 9mm 2 1199 1196 na 92 back wet 3.24 23 0 9mm 4 1214 1201 0 25 30 9mm 2 1218 1210 na 85 front dry 3.44 23 0 9mm 4 1219 1200 0 25 30 9mm 2 1208 1207 0 na 94 back dry 3.24 23 0 9mM 4 1219 1197 0 25 30 9mm 2 1226 1211 0 na (a) Per NIJ- STD - 0101.03, Level II. (b) All ammunition handloaded by H.P. White Laboratory, Inc. (c) Deformation of clay backing. Maximum allowable: 44mm. MAY -30 -2000 10:53 909 923 7400 TABLE I. SUMMARY OP RESULTS (MODEL XT2F - 1) SAFARILAND SALES 96% P.08 ?loos 05/30/00 _TUE 08:43 FAX 909 923 7400 SAFARILAND SALES , 02/18/00 FRI 12:14 FAX 7414792 January 27, 1998 Jonathan Spitler President American Body Armor and Equipment Company 13386 International Parkway Jacksonville, FL 32218 Dear Mr. Spitler. We have completed our evaluation of the armor you submitted for testing in accordance with NIJ Standard - 0101.03 and are pleased to inform you that your model XT2F -1 (female) (type II), as tested, complies with the standard. At your request, or the request of another party interested in compliance of your armor with NIJ Standard-0101.03, NLECTC will provide verification of compliance along with the test results for the above model. Sincerely, National Law Enforcement and Corrections Technology Center 011lxdJruee Beper National Institute of Justice Land L. Miller Tea0 ng Coordinator Ma rc FI. C tan Senior Project Manager P.O. Box 1160, Rockville. MD 20849 -1160 MAY -30 -2000 10:53 909 923 7400 ARMR HOLDINGS 800 -241 -2742 Fu: 301-251 149 I_1 Rion 02/18/00 FR1 09:12 (TX /RI NO 8820) 411002 96% P.09 } 4 • 1, 05/30/00 TUE 08:43 FAX 909 923 7400 02/18/00 FRI 12:14 FAX 7414792 H.P. WHITE LABORATORY, INC. 3114 Scarbero Road Street. Maryland 21154 -1822 Telephone: (410) 838-0550 Facsimile: (410) 838 -2802 American Body Armor and Equipment Company 13386 International Parkway Jacksonville, Florida 32218 Attention: Me. Larry Battle DM14 /lt enclosures cc: Aspen Systeme, RESEARCH-DEVELOPMENT. MAY - 30 - 2000 10:53 David M. mac Inc. (Lance Miller) 909 923 7400 SAFARILAND SALES AR)m- HOLDINGS IS January 1998 (BPWLI 7515 -01F) Gentlemen: In accordance with your verbal authorization, H.P. White Laboratory, Inc. conducted Ballistic Resistance Teats of eight panels (four complete female veeta) of American Body Armor and Equipment Company armor, MOD=L AT27 -1 (=TIM M/. LOT NUMBER 4300 which were received on 13 January 199e. Testing was not witnessed by - r - of = — pen _yetem8, Inc. The testing, which waa authorized by Aspen Systems, Inc., was conducted in accordance with the requirements of NIJ- STD - 0101.03, BALLISTIC RESISTANCE OF POLICE BODY ARMOR, dated April 1987 and all changes, verbal and written, authorized by Aspen Systems, Inc. as of the date of testing. The results of thin test are to be used for certification of the armor in conjunction with the U.s. Department of Justice's certification program for armor intended for use by Law Enforcement Officers. H.P. White Laboratory, Inc. is not empowered to issue or deny that certification, however, the attached data aheets indicate that this sampling of American Body Armor and Equipment Company, IdODEL ri71 -1 S>TI81IED the ballistic requirements of NIJ -9TD- 0101.03 prerequisite to certification for Level i1 protection. This determination represents an aeae80ment of the design of the samples actually tested by B.P. white Laboratory, Inc. and should NOT be interpreted as an endorsement by H.P. White Laboratory, Inc. of the future quality or performance of any other as0embly of the same configuration. such certitude can be afforded only through a systematic and ongoing quality assurance teat program of the entire population of assemblies. Table I (attached) is a summary of the attached data records. • The test samples and a copy of Chia report are being forwarded to Aspen Systems, Inc. and you may expect their formal rotificati0a promptly. Should you have any questions regarding thin matter or if we may be of any further service, pleaae do not hesitate to contact us. vary truly yours. H. P. WHITE LABORATORY, INC. 96% 02/18/00 FRI 09:12 (TX /RX NO 86201 ®003 P.10 0 010 1¢11.153 05/30/00 TUE 08:44 FAX 909 923 7400 , 02/18/00 FRI 12:14 FAX 7414792 American Body Armor and 8quipmant Company Attention: Mr. Larry Battle 15 January 1998 (RPMLX 7515 -01P) Page 2 97825- 86 front wat 3.44 23 SAFARILAND SALES ARMS- HOLDINGS TABLE I. =MARY OP RESULTS (MODHL XT2F -1) Ballistic Threat(a) Result. Teet Sammie Serial Tested Neigbt P1iea Obliquity Caliber shots. velocity Pena- Defer_ Number (1b9.) (degrees) (b) (£po) tration oration Max. Min. (mm) (c) 0 .357 Mag. 4 1444 1431 0 32 30 .357 Mag. 2 1441 1418 0 na 51 ba.k we.. 23 0 .357 Nag. 4 1449 1422 0 32 30 .357 Mag• 2 1420 1417 0 na B9 front dry 3.44 23 0 .357 Mag. 4 1431 1430 0 32 30 .357 Mag. 2 1425 1420 0 na 96 back dry 3.24 23 0 .357 Mag. 4 1433 1418 0 30 30 .357 Mag. 2 1430 1419 0 na 90 front wet 3.45 23 0 30 92 back wet 3.24 23 0 9mm 4 1214 1201 0 25 30 9mm 2 1218 1210 0 na 05 front dry 3.44 23 0 9mm 4 1219 1200 0 25 4 30 9mm 2 1200 1207 0 na 94 back dry 3.24 23 0 9en 4 1219 1197 0 25 30 9mm 2 1226 1211 0 na (a) Per NIS -STD- 0101.03, Leval 2I. 1 (b) All ammunition bandloaded by H.P. White Laboratory, Inc. % (c) Deformation of clay backing. Maximum allowable: 44mm. MAY -30 -2000 10:54 909 923 7400 9mm 4 1213 1202 25 9mm 2 1199 1196 na 02/18/00 FRI 09:12 (TX /RX NO 8620] Z004 96% P.11 1 00 041 05/30/00 TUE 08:44 FAS 909 923 7400 H.P. WHITE LABORATORY, INC. 3114 Scarboro Road Street. Maryland 21154 -1822 Telephone: (410) 838 -6550 Facsimile: (410) 935 -2802 American Body Armor and Equipment, Inc. 13386 International Parkway Jacksonville, Florida 37218 Attention: Mt. Larry Battle DT4i /lt enclosure MAY - 30 -2000 10:54 RESEARCP • DEVELOPMENT • ENGINEERING 909 923 7400 SAFARILAND SALES Q012 ,02/18/00 FRI 12:15 FAX 7414792 AMR-HOLDINGS fg005 15 January 1998 (HPWLI 7515 -02A3) (Revised 26 January 1998) Gentlemen: In accordance with your letter dated 14 January 1998, H.P. White Laboratory, Inc. conducted Ballistic Limit, Protection (V50BLIP1) Testing of one soft woven ballistic teat panel identified as MOBIL AT2 -1 which was received on 13 January 1998 via United Parcel Service. Testing was conducted in accordance with the procedures of MIL -STD -6622. dazed 22 January 1987, using caliber 9mm, 124.0 grain, FMJ ammunition. The test sample was mounted on an indoor range 15.0 feet from the muzzle of a test barrel to produce zero degree obliquity impacts. Lumiliae screens were positioned at 5.0 and 10.0 feet which, in conjunction with an elapsed time counter (chronograph), were used to compute projectile velocities 7.5 feet from the muzzle. Table I is a summary of the attached data record. TABLE I. SUMMARY OF RESULTS NOTE: Testing conducted with 4.0 inch thick clay backing behind panel. 3 1.68 23 9mn 10 1593 1696 1510 Number Test Sample Ballistic Threat Ballistic Limit(fp0) Weight Plies Caliber Shoto V50 High Low (ibs.) BL(P) Partial Complete The tent sample is being returned via Federal Express. Should you have any questions regarding this matter or if we may be of any further service, please do not hesitate to contact us. Very truly yours, H. P. wuITE LABORATORY, INC. O avid 1 aOZ David 02/18/00 FRI 09:12 [TI /RI NO 86201 X100S 96% P.12 5. A, ro. t t 05/30/00 TUE 12:10 FAX 9047415104 MOHICAN MILLS, INC. an• O &ITON STIER tXRNSION 0. SOX 110 LI•COLMON. NORM CAROLINA 2601000 Material Safety Data Sheet:: (See attached MSDS) Name / Titl _Ll \its�aK ARMOR EOLDINGS_INC , . __ 0002 CERTIFICATE OF COMPLIANCE December 32, 1998 This is to certify that the described material supplied by Mahican Mills, hsc. complies with the requirements of American Body Armor purchase order number 98- 01106. Further, the material conforms to industry standards for fabric shrinkage in both directions. Katarlsi: Nylon Akwadyne 100 denier mesh Color: White Style: 9673/71 Date. 2240_ fall TOTAL PR: E.02 14ck 06/30/00 TUE 12:10 FAX 9047416404 ARMOR HOLDINGS INC e003 MATERIAL SAFETY DATA SHEE T SECTION is PRODUCT DESCRIPTION Manufbcturer. Mohican Mills, Inc. Division of FAB Ines Address: 1419 Gaston Street Extension Lincolatoa, NC 28093 • Emergency Telephone #: (704) 735-2573 Date prepared: 12/21/98 Prepared by Eugene Patel Product Information: Fabric style #: Color and color #: EmTE IA I I SECTTION II: HAZARDOUS INGREDIENTS IDENTITY Hazardous component NONE PEL - OSHA permissible exposure limn TLV a *CGIH threshold &Mt STEL n Short term exposure limit TWA ° Time weighted average OSHA = Occupations Safety and Health Association 2-wht2411 /amor body army CAS # OSFTA/PEL ACGI TLV 05/30/00 TUE 12:11 FAT 9047415404 SECTION iII: PHYSICAL DATA For all pre bell purposes the physical data section found on most material safety data ahem is not SECTION IV: FIRE AND EXPLOSION DATA In the event of a fie, use water, dry chemical or carbon dioxide as fire extinguishers. Special fire fighting procedures include the use of a positive pressure, self-contained g us and appropriate t hing. SECTION V: REACTIVITY DATA Not Applicable SECTION VI: HEALTH HAZARD DATA S! .4S AND ra rn._. Ac E XPOSURB: None Known ARMOR HOLDINGS INC ti21004 EMERGENCY AND PTRST AID P,RACEDUREgt Consult the physician for any adverse health affects, due to the hemlin of this product. SECTION VII: SPECIAL PRECAUTIONS AND SPILLS - RAK P $TOL wc. r Store in a well - ventilated area. WAS?E D itts r oe , Waste from this product is typically not considered to be a hazardous waste. The disposal should be in accordance with all Joel, state and federal regulations 3- wht241 l /r„w may iun 12:11 FAX 9047415404 SECTION VIII; SPECIAL•PROTECTION 1NFORMATION /CON'PROL MEASURES RESPIRATQgY PROTEqI1oN; Not Applicable V5N77iAT1ON: Keep adequate ventilation in work area, DISCLAIMER All information, recommendations and suggestions upon tests and data believed to be reliable. However it herein eo g our rmi ne the s based toxicity otn control. our his own use oftbe product described herein. Since the actual use by others is beyond , the mutts to be obtained or or implied is made by Feb Industries as to the of such be u ability armies ou ootlt use of the safety and toxicity ofthe product nor does Fab Industries assume any product referred to herein. The information herein is not to be construed as obsoletely complete since additional information may be necessary or desirable when regulations or exceptional conditions or cucm: e ac exist or because of applicable laws or goverpmrnt This maters sa*ty data sheet complies with OSHA hazard communication standard 29CFR 1910 .1200. 4- whc241 I /atner body army ARMOR HOLDINGS INC I1005 DATE: July 7, 2000 SUBJECT: City Council Meeting — July 13, 2000 ITEM: 10.C.1. Consider a resolution authorizing the Mayor to execute an agreement for the purchase of soft body armor for the Police Department. Staff Resource Person: Paul Conner, Chief of Police. ristine artinez From: Richard Johnson on Sent: July 31, 2000 9:09 AM To: Christine Martinez Subject: RE: GT Distributors [ It to me and I will take it down there. I have some other business there later this week. Thanks. Richard C. Johnson Lieutenant Round Rock Police Dept. -----Original Message--- - From: --- Chi isti ii a Mart nez , Sent: Friday, July 28, 2000 9:44 AM To: Richard Johnson Subject: GT Distributors __Richard: The agreement for the soft body armor is ready. Do you want me to send GT their _ (agreement or do you want me to send their agreement to you? If you want me to send it out, do I send it to Mr. Orr? Let me know. Christine R. Martinez Administration City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Phone: (512) 218 -5404 Fax: (512) 218 - 7097 Email: christinemround-rock.tx.us