HomeMy WebLinkAboutItem 09 Approval to Piggyback off City of Orlando Police Department Contract for the Purchase of Uniforms with Galls OCOee
florido
AGENDA ITEM COVER SHEET
Meeting Date: December 3, 2019
Item # 3
Reviewed By:
Contact Name: Deputy Chief S. Plasencia Department Director: Chief C .rleix4, +wn
Contact Number: X3045 City Manager: Rob Frank ,
Subject: Approval to Piggyback on City of Orlando Police Department Contract for uniforms.
Background Summary:
The City Manager's approval authority was exceeded for a single vendor. The City of Ocoee Police
Department purchased uniforms totaling $89,870.68 from Galls. The City of Ocoee Fire Department
and the Parks and Recreation Department had additional purchases totaling $3,862.50 from the same
vendor. The combined purchases exceeded the City Manager's approval authority for a single
vendor. Since the total amount spent at Galls is over the City Manger's approval threshold, entry into
a contract is required by either obtaining three quotes, using a sole source, or with a piggyback
contract. The City of Ocoee Police Department is asking for the Honorable Mayor's and Board of City
Commission's approval to piggyback the City of Orlando Police Department's contract with Galls.
Issue:
Should the Honorable Mayor and Board of City Commissioners approve the use of a piggyback
contract with Galls?
Recommendations:
It is staffs recommendation that the Honorable Mayor and Board of City Commissioners approve the
use of a piggyback contract with Galls.
Attachments:
City of Orlando Police Department contract with Galls.
Financial Impact:
None. The City of Ocoee Police Department had an approved budget of $94,500 for uniform
expenses.
Type of Item: (please mark with an"x")
Public Hearing For Jerk's Dept Use:
Ordinance First Reading 4 Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
x Commission Approval
Discussion&Direction
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney Dana Crosby-Collier N/A
Reviewed by Finance Dept. e—K ,000_0 N/A
Reviewed by Q N/A
Mayor Chief Procurement Officer
Buddy Dyer ;
,\ :} David Billingsley,CPSM,C.P.M.
ORMCITY OF ORLANDO
INVITATION FOR BIDS (IFB)
DATE OF ISSUE: Friday,March 22,2018
IFB DUE DATE: Thursday,April 25,2019
IFB DUE TIME: 2:00 p.m.,Local Time,City of Orlando,FL
BID DELIVERY LOCATION: City of Orlando
Procurement and Contracts Division
400.South Orange Avenue,Fourth Floor
Orlando,Florida 32801
Bid opening held at same location.
IFB TITLE: UNIFORMS FOR ORLANDO POLICE DEPARTMENT
IFB NO: IFB19-0280
(IFB NUMBER MUST BE PLACED ON FRONT OF
ENVELOPE)
THIS IS NOT AN ORDER
DIRECT ALL INQUIRIES TO: Angela Thomas,Purchasing Agent III
Phone: (407)246-2563
Email: Angela.Thomaa(rjcit oforlando.net
BUSINESS NAME&ADDRESS CONTACT INFORMATION
Galls,LLC Nathan Browning
Business Name Name of Contact Individual
1340 Russell Cave Road 1340 Russell Cave Road
Address Contact Address
Lexington.KY 40505 Lexington,KY 40505
City,State,Zip Contact City,State,Zip
800-876-4242 859-800-1061
Telephone Number Contact Telephone Number
Rose-Lindsay(aI alls.com Browning-Nathan@galls.com
Business Email Address Contact Email Address
It is the intent and purpose of the City of Orlando that this Invitation for Bids promotes competitive bidding. It
shall be the bidder's responsibility to advise the City's Procurement and Contracts Division at the address noted
herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits the
requirements stated in this Invitation for Bids to a single source. Such notification must be submitted in writing
and must be received by the Procurement and Contracts Division not later than ten (10) days prior to the bid
closing date. Rev:Services—02/28/17
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-02$0
TABLE OF CONTENTS:
PAGE
INSTRUCTIONS FOR SUBMITTING BID 4
SUBMITTAL REQUIREMENT CHECK LIST 5
SEALED BID ENVELOPE LABEL 6
INVITATION FOR BIDS AWARD INFORMATION ,7
NON-MANDATORY PRE-BID CONFERENCE 8
NON-MANDATORY PRE-BID CONFERENCE ATTENDANCE NOTIFICATION 9
SPECIFICATIONS 10
SPECIAL CONDITION CLAUSES 30
GENERAL CONDITIONS 31
STANDARD TERMS AND CONDITIONS 32
FORMS AND SUBMITTAL DOCUMENTS:
SOLICITATION COVER PAGE 1
ELECTRONIC BID PRICE FORM INSTRUCTIONS 56
BIDDER'S CERTIFICATION 57
CONFLICT OF INTEREST DISCLOSURE FORM 58
CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH
SCRUTINIZED COMPANIES 59
CONTRACT AND ACCEPTANCE FORM 60
BIDDERS QUESTIONNAIRE 61
REFERENCES 62
WRITTEN QUESTION(S)FORM 63
MINORITY/WOMEN-OWNED BUSINESS
ENTERPRISE PARTICIPATION FORM 64
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM 65
ADDENDUM ACKNOWLEDGMENT FORM 66
NO-BID RESPONSE FORM 67
EXHIBIT"1"-DEPARTMENT ART FOR EMBROIDERY 68
Procurement and Contracts Division Page 2
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
INSTRUCTIONS FOR SUBMITTING BID
IN RESPONSE TO INVITATION FOR BIDS FOR THE
UNIFORMS FOR ORLANDO POLICE DEPARTMENT
PREPARATION OF BIDS:
1. Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all
instructions. Failure to do so will be at the Bidder's risk.
2. All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed
out and corrections typed adjacent and must be initialed and dated in ink by the person signing the bid.
All bids must be signed by the Bidder and by a responsible officer or employee. Obligations assumed
by such signature must be fulfilled.
3. Each Bidder shall furnish the information required on the bid form and each accompanying sheet
thereof on which he/she makes an entry.
4. Unit prices for each unit bid shall be shown. A total shall be entered in the amount column for each .... ,
item bid. In case of discrepancy between a unit price and extended price, the unit prices will be
presumed to be correct.
5. Although the City generally awards bids based on a"lump sum"basis to the responsive and responsible
Bidder submitting the lowest total bid, the City may choose to award on a "per group" or "per item"
basis. Therefore,Bidders must submit with their bids,all pricing pages on the forms provided clearly
indicating which items are bid and which are not. Failure to submit these pages will render such bid
non-responsive.
•
Procurement and Contracts Division Page 3
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
SUBMITTAL CHECK LIST:1
Bidders should use the bid check list below of standard forms which are to be completed and returned as
part of your bid submittal. Failure to complete and return required forms may result in your bid being
non-responsive and not considered for award.
The items listed below are required. Additionally, other forms/items may be required to be submitted
under the terms of this Invitation for Bids which are not listed below. It is the Bidder's responsibility to
read and understand the provisions of this Invitation for Bids.
Solicitation Cover Page with completed information requested.
Current Copy of Bidder's W-9
Bids Price Form(s)(Unit Price and Total Price Columns completed).
✓ Bidder's Certification,signed and notarized.
✓ Bidder's Questionnaire.
Conflict of Interest Disclosure Form.
Contract and Acceptance Form.
✓ Bid must be submitted as one(1)unbound original.one(1)hard cony,and one
PDF electronic copy on a USB Drive
I/ Minority/Women Owned Business Enterprise Participation Form.
Veteran Business Enterprise Participation Form.
Completed Addendum Acknowledgment Form for each Addendum.
It is the Bidder's responsibility to contact the City's Procurement and Contracts
Division prior to submitting a bid to ascertain if any addenda have been issued,to
obtain all such addenda, and return executed addenda with the bid. If you have
downloaded this bid from the Internet, please ensure that you also download all
such addenda.
Special Items Required:
✓ Certificate of Insurance required within seven (7) days of Notice of Intended
Action.
Procurement and Contracts Division Page 4
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
SEALED BID ENVELOPE LABEL:
X
Complete the label below with all appropriate information and affix it to the outside of the envelope
containing your submittal. This will assist in the proper processing of the submittal and avoid revealing
the contents of that envelope until the official solicitation opening time and date.
SEALED BID ENCLOSED
(To be opened by Procurement official noted below)
Respondent's Name:
Respondent's Address:
Respondent's Contact Name:
Respondent's Telephone Number:( )
City of Orlando
Procurement and Contracts Division
Attention: David Billingsley, CPSM, C.P.M.,
Chief Procurement Officer
C/O Purchasing Agent: Angela Thomas,Purchasing Agent III
400 South Orange Avenue,Fourth Floor
Orlando,Florida 32801
Solicitation No.: IFB19-0280
Solicitation Title: UNIFORMS FOR ORLANDO POLICE DEPARTMENT
Solicitation Due Date & Time: THURSDAY, APRIL 25, 2019
AT 2:OOP.M.,LOCAL TIME ORLANDO,FL
Procurement and Contracts Division Page 5
INVITATION FOR BIDS AWARD INFORMATION:
The City's Procurement and Contracts Division is the official source to obtain information relating to City
of Orlando solicitations. It is incumbent on the Bidder to obtain current bid and award information prior
to and after the scheduled opening date of a solicitation. Information is updated daily as it becomes
available. An award,or recommendation of award, may be made at any time after the scheduled opening
date of a solicitation. You may obtain award and other solicitation information in a variety of ways:
1. Bid documents are available for download from the eSupplier website:
You may access solicitation information by visiting the City's eSupplier website by copying the
following link in your web browser:
https://vendor]ink.cityoforlando.net/common/default.aspx
2. You may also visit the Procurement and Contracts Division to obtain award information,
solicitation packages,addendums,and other documents.Our office is located at:
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue,Fourth Floor
Orlando, Florida 32801
3. You may also call the Procurement and Contracts Division at (407) 246-2291, during normal
business hours,to request a solicitation and other related information.
Please remember, email notification is provided as a courtesy to our Bidders, but it is the Bidder's
responsibility to check with the City of Orlando's website at:
https://vendorlink.cityoforlando.net/common/default.aspx for current bid,and other information.
We appreciate your interest in doing business with the City Beautiful and wish you much success with
your business ventures.
Procurement and Contracts Division Page:6
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
NON-MANDATORY PRE-BID CONFERENCE:
All prospective Bidders are invited to attend a NON-MANDATORY Pre-Bid Conference at:
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue,Fourth Floor
Orlando,Florida 32801
On
Tuesday,April 9,2019 at 2:00 p.m.,
Local Time,City of Orlando,FL
The purpose of the Pre-Bid Conference is to provide and solicit information relative to the scope,purpose,
nature,and extent of the Work,and any local conditions,which may affect the Work and its performance.
Submission of a bid shall constitute an acknowledgment by the Bidder that it has thoroughly examined and
is familiar with the INVITATION FOR BIDS. The failure or neglect of a Bidder to examine the
INVITATION FOR BIDS1 shall in no way relieve the Bidder of any obligations with respect to either its
bid or the INVITATION FOR BIDS. No claim for additional compensation will be allowed which is
based upon a lack of knowledge of the INVITATION FOR BIDS.
Procurement and Contracts Division Page 7
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
NON-MANDATORY
PRE-BID CONFERENCE ATTENDANCE NOTIFICATION:
A Non-Mandatory Pre-Bid Conference will be held City of Orlando,400 South Orange Avenue,
Fourth Floor,Orlando,Florida 32801 on Tuesday,April 9,2019 at 2:00 p.m.,Local Time,City of
Orlando,FL
Please return this form by:,April 5,2019
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue,Fourth Floor
Orlando,Florida 32801
Telephone: (407)246-2291
Fax: (407)246-2869
PLEASE CHECK:
We plan to attend
Name of Representatives who will attend
1.
2.
3.
We do not plan to attend,but will be submitting a response.
We do not plan to attend and will not be submitting a response because:
Signature
Title
Name of Company
Date
•
Procurement and Contracts Division Page 8
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFDI9-0280
SPECIFICATIONS FOR THE
UNIFORMS FOR ORLANDO POLICE DEPARTMENT
1.0 DESCRIPTION OF PROJECT
The purpose of this specification is to establish the requirements for an annual purchase agreement
to provide uniforms for the Orlando Police Department with personalized identification and all
emblems for all Orlando Police Department personnel.
2.0 MINIMUM REQUIREMENTS
The Bidder shall have a servicing store within fifteen (15) miles of Orlando Police Department
Headquarters, 1250 W South St, Orlando, FL 32801. The exact address of the servicing center
must be provided on Page 62,Number 7 of the Bidder Questionnaire. Failure to have a servicing
store at the time of the bid submittal will cause the bid to be deemed non-responsive.
3.0 SPECIAL INSTRUCTIONS TO THE BIDDER:
A. Delivery shall be F.O.B.destination.
B. Successful bidder shall furnish a sample for evaluation to the Orlando Police Department's
• Uniform Committee Chairperson and written approval must be provided before any
delivery and acceptance is allowed.
C. Any awarded Contractor must have the ability to perform all alterations necessary for proper
fit at the initial purchase of the items or afterwards for the full duration'of the contract.
4.0 TERMINATION OF CONTRACT:
At the termination of the contract,the Bidder is required to surrender all art work in a digital format
to be given to the City and to the Awardee of the next contract.
5.0 SUBSTITUTION OF ITEMS:
There shall be no substitution of any item without prior written approval and authorization of the
Orlando Police Department's Uniform Committee Chairperson.
6.0 UNIFORM ORDERS;
All uniform orders must be delivered weekly pressed and on hangers with the exception of the dress
hat. All deliveries must be signed off that they are complete and correct matching what is being
delivered and invoiced.
7.0 EMBROIDERING:
EXHIBIT"1"-DEPARTMENT ART FOR EMBROIDERY
A. All shoulder patches and rockers should be included into the price of the shirts.
B. The circle badge and embroidery(citizen observer program)that are on the volunteer shirts
should be included in the price of the shirts.
Procurement and Contracts Division Page 9
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFR19-0280
C. The motor wings sewn on the left sleeve should be included in the price of the Elbeco
motors shirt.
D. The price for the Spiewak public safety jacket should include "POLICE" on the back and
OPD badge patch on the left breast.
E. The price for rank, special unit patches, and longevity stripes can be listed and charged
separately as needed.
8.0 MALE SHORT SLEEVE STRETCH POLICE UNIFORM SHIRT
A. Model: Spiewak SU310ZS
B. Color:Navy(011)
C. Style:The Uniform Shirt shall be standard military style with shirttails and permanent front
and back creases.
D. Shirt sizes: 14.5, 15, 15.5, 16, 16.5, 17, 17.5, 18, 18.5, 19,20,21,22
E. Fabric: The primary shirt fabric shall be 100% Polyester Sorbtek poplin designed for
moisture wicking and soil resistance, excellent color retention and easy care. The fiber
content shall be 100%texturized Polyester with Sorbtek yarns.The weight shall be 5.2 oz.
/sq. yd. (8-8.5 oz./per linear yard).
F. Tailoring: This garment shall be constructed according to the principles set forth in the
specifications. All stitches shall be of the proper tension and size so as to avoid puckering
after the shirt has been laundered and to give best durable press performance. All sewing
shall be with polyester core thread to match the shirt fabric. The collar shall be single •
stitched 1/4" from edge. The pockets, flaps and epaulets shall be edge stitched. The
shirtsleeve bottom shall be finished with a 1"clean finished.
G. Collar: The collar points shall be medium spread approximately 2"in length.The outside
edge of the collar shall be stitched with an edge stitch. The collar width at the back of the
neck shall be 1"with a 2" collar band extension. The back of the stand shall measure 1-
1/2". The inside collar stand shall be lined with 210T Polyester fabric for comfort. There
shall be a collar stay sewn inside the collar along the bottom edge of each collar to hold the
collar shape and still allow the attachment of collar brass. The collar shall be designed to
wear with the collar points spread. The collar shall be single stitched 1/4"from edge. The
pockets, flaps and epaulets shall be edge stitched.The shirtsleeve bottom shall be finished
• with a 1"clean finished.
H. Mesh Side Panels: Mesh panels are sewn into side seam of sleeve and body with 1/16"
topstitching around mesh panels. Sleeve mesh panels are sewn at the upper portion of the •
Procurement and Contracts Division Page 10
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF1319-0280
sleeve seam and measure 2-3/4"at widest part and tapers down 9"long to blend with sleeve
seam.Side panels measures 2-3/4"wide top and 4-3/4"at bottom hem and sewn to the side
seams of the front and back of shirt. Hem shall be clean finished using double bend back
folder with 1/4"top stitching gauge.
Sleeves: The sleeves shall be one piece sewn into the shoulder,and finished with a I"clean
turn-up with no loose threads. The sleeves and side closing seams shall be attached to the
body of the shirt with a merrow and a safety stitch for reinforcement.
J. Epaulets: The epaulets shall be sewn onto the shoulder seam and shall extend to within
1/2"of the collar seam. The epaulet shall button at point 1" from the collar seam. The
Epaulet shall be 2-1/8"wide at the shoulder seam and taper to 1-5/8",then to a point. The
overall length of the epaulet shall be approximately 8". The epaulet shall be double
thickness with a single edge stitch on the perimeter. The epaulets shall be box stitched to
shoulders with row of cross-stitching 2-1/2"from sleeve head seam. There shall be a hidden
Iigne 16 button attached 1-3/8"from the epaulet attachment button on each side under each
epaulet to attach a unique microphone sling (patent applied for) to insure that the radio
microphone is in the proper place to be deployed.
K. Front: The front shall have a center facing 1-1/2"wide placket extending from the collar
stand to the bottom of shirt. The placket shall have an interlining for stability and a neat
appearance and shall be 1"top stitched on each side. The center front shall contain six(6)
vertical buttonholes placed 3/4" from edge and 3-1/2"apart. There shall be a button at the
neck corresponding with.the top buttonhole,which shall be set horizontally. There shall be
an inside facing of self-material on the button side 3-1/4"wide extending from the collar
stand to bottom of shirt. The buttons shall be securely attached shall correspond to the
buttonholes on the center facing. There shall be a spare ligne 20 button sewn into the inside
button facing.There shall be a hidden zipper sewn under the front placket for ease of wear.
There shall be 4 rubberized bands 3-1/8"X 9/16"sewn into the bottom of the shirt 2"from
the bottom and 1"on the inside of the outer creases designed to work with the corresponding
pant waistband for maximum shirt retention(SRSTM Shirt Retention System). . The shirt
shall also have two permanent stitched 1/16"wide military creases down each side from the
shoulder seam to the bottom of the shirt centered to the pocket and pocket flap. Creases
shall not extend through the pocket and flap.
L. Back: The garment shall have a straight yoke back located approximately 4" below the
collar seam. There shall be an inside yoke composed of 201T polyester for maximum
comfort. The shirt shall have 3 permanent creases, 1/16" wide on the back panel. One
crease shall be located at the center back and shall start at the center of the yoke and continue
straight down to the bottom edge of the shirt. Each of the other two creases shall be located
at the midway point between the center crease and the shoulder seam on both the left and
right sides of the center crease.
M. Pockets: The shirt shall have two Military-styled box pleated,breast patch pockets with 3-
point button down flaps. The breast pocket shall be 5 5/8"wide X 6-3/8"long. The center
Procurement and Contracts Division Page 11
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
pleat shall be 1-1/2"wide. The bottom corners of the pocket shall be cut on a 40 degree
angle and shall be 1" long. The pocket flaps shall be slightly tapered and shall be 6"wide
at the top and 6" wide at the outside points on the bottom of the flap. The flaps shall be
attached to the shirt body 1/4"above the top of the pocket,resulting in a complete pocket
measurement of 6-3/8" long. The pocket shall be edge stitched around the perimeter and
shall finish with a 3/8"turn down. The pocket corners shall be reinforced with a bartack in
each corner.There shall be a pencil opening on both the left and right flap. The two outside
points of each pocket flap shall have concealed Velcro closures.The left breast pocket shall
have a sewn pencil compartment approximately 1-5/8"wide. Each flap shall have a ligne
20 button sewn to a false buttonhole on the surface of the flap.(Pocket dimensions will vary
with size)
N. Hidden Chest Pocket: There shall be a#3 YKK 6-1/2"concealed zipper under the front
placket on right side of shirt.The pocket height shall be 9"with the pocket width extending
from the facing seam to the side seam.The center of the zippered opening shall be centered
at the mid-point between the top of the chest flap and the bottom of the chest pocket. The •
top of the concealed pocket shall align with the top of the pocket flap. Concealed shirt
pocket shall be made of shirting material.
O. Badge Tab: The badge tab is to be reinforced on inside of the shirt by means of a strip of -
material 1"wide edge stitched and folded so that no raw edges show. The reinforcement
strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.
There shall be two small (horizontal) buttonholes, 1-1/4" apart sewn through the left front
and the reinforcement strip with the bottom buttonhole located 1-1/4" above the top of left
flap.
P. Creasing: Pockets and pocket flaps shall be uniform in shape and size. The front and back
•
creases shall incorporate a permanent 1/16"pintuck stitched crease.
Q. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
R. Emblems: There shall be an Agency Emblem attached to each sleeve 1" down from
shoulder seam and centered on the epaulet.
S. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
9.0 MALE LONG SLEEVE STRETCH POLICE UNIFORM SHIRT
A. Model: Spiewak SU315ZS
B. Color:Navy(011)
Procurement and Contracts Division Page 12
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
C. Style:The Uniform Shirt shall be standard military style with shirttails and permanent front
and back creases.
D. Shirt sizes: 14.5, 15, 15.5, 16, 16.5, 17, 17.5, 18, 1 8.5, 19,20,21,22
E. Fabric: The primary shirt fabric shall be 100% Polyester Sorbtek poplin designed for
moisture wicking and soil resistance, excellent color retention and easy care. The fiber.
content shall be 100%texturized Polyester with Sorbtek yarns.The weight shall be 5.2 oz.
/sq.yd.(8-8.5 oz./per linear yard).
F. Tailoring: This garment shall be constructed according to the principles set forth in the
specifications. All stitches shall be of the proper tension and size so as to avoid puckering
after the shirt has been laundered and to give best durable press performance. All sewing
shall be with polyester core thread to match the shirt fabric. The collar shall be single
stitched 1/4" from edge. The pockets, flaps and epaulets shall be edge stitched. The
shirtsleeve bottom shall be finished with a 1"clean finished.
G. Collar: The collar points shall be medium spread approximately 3"in length.The outside
edge of the collar shall be stitched with an edge stitch. The collar width at the back of the
neck shall be 1" with a 2" collar band extension. The back of the stand shall measure 1-
1/2".The inside collar stand shall be made of 201T Polyester for comfort. There shall be a
collar stay sewn inside the collar along the bottom edge of each collar to hold the collar
shape and still allow the attachment of collar brass. There shall be hidden triangle collar
button-down tabs sewn underneath each collar point approximately 1" wide (at the
attachment point)and 7/8"long. These tabs shall attach to hidden durable ligne 14 buttons
which to keep the collar secure.
H. Mesh Side Panels: Mesh panels are sewn into side seam of sleeve and body with 1/16"
topstitching around mesh panels. Sleeve mesh panels are sewn at the upper portion of the
sleeve seam and measure 2-3/4"at widest part and tapers down 9"long to blend with sleeve
seam. Side panels measures 2-3/4"wide top and 4-3/4"at bottom hem and sewn to the side
seams of the front and back of shirt. Hem shall be clean finished using double bend back
folder with 1/4"top stitching gauge.
Sleeves: The sleeves shall be one piecesewn into the shoulder,tapering into the finished
cuffs with pressed double pleats.The cuffs shall be attached to the sleeve with a 3/8"double
needle stitch and shall be 2-5/8"in width;fastening with two durable Iigne 20-4 hole 100%
polyester buttons. The cuffs shall be made of two pieces of base shirt material with an
interlining. There shall be a shirt cuff opening with a facing of shirt material 7" X 1"
tapering to a point with a closure stitch across the facing 1-1/2"from the point.There shall
be a buttonhole approximately 4"from the point to attach a ligne 16 durable 100%polyester
button. The button shall be attached to the inside facing which shall be bound with 5/8"
bias cut shirt material for reinforcement. The sleeves and side closing seams shall be
attached to the body of the shirt with a merrow and a safety stitch for reinforcement.
Procurement and Contracts Division Page 13
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
3. Epaulets: The epaulets shall be sewn onto the shoulder seam and shall extend to within
1/2"of the collar seam. The epaulet shall button at point 1" from the collar seam. The
Epaulet shall be 2-1/8"wide at the shoulder seam and taper to 1-5/8",then to a point. The
overall length of the epaulet shall be approximately 8". The epaulet shall be double
thickness with a single edge stitch on the perimeter. . The epaulets shall be box stitched to
shoulders with row of cross-stitching 2-1/2"from sleeve head seam. There shall be a hidden
ligne 16 button attached 1-3/8"from the epaulet attachment button on each side under each
epaulet to attach a unique microphone sling (patent applied for) to insure that the radio
microphone is in the proper place to be deployed.
K. Front: The front shall have a center facing 1-1/2" wide placket extending from the collar
stand to the bottom of shirt. The placket shall have an interlining for stability and a neat
appearance and shall be 1"top stitched on each side. The center front shall contain six(6)
vertical buttonholes placed 3/4" from edge and 3-1/2"apart. There shall be a button at the
neck corresponding with the top buttonhole,which shall be set horizontally.There shall be
a hidden zipper sewn under the front placket for ease of wear. There shall be an inside
facing of self-material on the button side 3-1/4" wide extending from the collar stand to
bottom of shirt. The buttons shall be securely attached shall correspond to the buttonholes
on the center facing. There shall be a spare line 20 and line 16 button sewn into the inside
button facing. There shall be 4 rubberized bands 3-1/8" X 9/16"sewn into the bottom of
the shirt 2"from the bottom and 1"on the inside of the outer creases designed to work with
the corresponding pant waistband for maximum shirt retention (SRSTM Shirt Retention
System). . The shirt shall also have two permanent stitched 1/16"wide military creases
down each side from the shoulder seam to the bottom of the shirt centered to the pocket and
pocket flap.Creases shall not extend through the pocket and flap.
L. Back: The garment shall have a straight yoke back located approximately 4" below the
collar seam. There shall be an inside yoke composed of 201T polyester for maximum
comfort. The shirt shall have 3 permanent creases, 1/16" wide on the back panel. One
crease shall be located at the center back and shall start at the center of the yoke and continue
straight down to the bottom edge of the shirt. Each of the other two creases shall be located
at the midway point between the center crease and the shoulder seam on both the left and
right sides of the center crease.
M. Pockets: The shirt shall have two Military-styled box pleated,breast patch pockets with 3-
point button down flaps. The breast pocket shall be 5 5/8"wide X 6-3/8"long. The center
pleat shall be l-1/2"wide. The bottom corners of the pocket shall be cut on a 40 degree
angle and shall be 1" long. The pocket flaps shall be slightly tapered and shall be 6"wide
at the top and 6"wide at the outside points on the bottom of the flap. (Pocket dimensions
will vary with size). The flaps shall be attached to the shirt body 1/4"above the top of the
pocket, resulting in a complete pocket measurement of 6-3/8" long. The pocket shall be
edge stitched around the perimeter and shall finish with a 3/8" turn down. The pocket
corners shall be reinforced with a triangle stitch in each corner. There shall be a pencil
opening on both the left and right flap. The two outside points of each pocket flap shall
have concealed Velcro closures. The left breast pocket shall have a sewn pencil
Procurement and Contracts Division Page 14
UNIFORMS FOR ORLANDO POLICE DEPARTMENT I FB]9-0280
compartment approximately 1-5/8" wide. Each flap shall have a ligne 20 button sewn to a
false buttonhole on the surface of the flap.
N. Hidden Chest Pocket: There shall be a#3 YKK 6-1/2"concealed zipper under the front
placket on right side of shirt.The pocket height shall be 9"with the pocket width extending
from the facing seam to the side seam.The center of the zippered opening shall be centered
at the mid-point between the top of the chest flap and the bottom of the chest pocket. The
top of the concealed pocket shall align with the top of the pocket flap. Concealed shirt
pocket shall be made of shirting material.
O. Badge Tab: The badge tab is to be reinforced on inside of the shirt by means of a strip of
material l" wide edge stitched and folded so that no raw edges show. The reinforcement
strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.
There shall be two small (horizontal)buttonholes, 1-1/4" apart sewn through the left front
and the reinforcement strip with the bottom buttonhole located 1-1/4" above the top of left
flap.
P. Creasing: Pockets and pocket flaps shall be uniform in shape and size. The front and back
creases shall incorporate a permanent 1/16"pintuck stitched crease.
Q. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
R. Pressing and Packing: Shirts shall be carefully pressed by hand in first class manner and
individually packed in polyethylene bags with an inside shirt wrap, collar plastic, a pin
closure at the neck and clip closures at the back. The shirt shall be wrapped around
cardboard with an extension into the collar.The microphone tab shall be centered on the.
S. Emblems: There shall be an Agency Emblem attached to each sleeve 1" down from
shoulder seam and centered on the epaulet.
T. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
10.0 FEMALE SHORT SLEEVE STRETCH POLICE UNIFORM SHIRT
A. Model: Spiewak SU311 ZS
B. Color:Navy(011)
C. Style:The Uniform Shirt shall be standard military style with shirttails and permanent front
and back creases.
D. Shirt sizes: 30--48(even sizes)
Procurement and Contracts Division Page 15
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1P819-0280
E. Fabric: The primary shirt fabric shall be 100% Polyester Sorbtek poplin designed for
moisture wicking and soil resistance, excellent color retention and easy care. The fiber
content shall be 100%texturized Polyester with Sorbtek yarns.The weight shall be 5.2 oz.
/sq.yd.(8-8.5 oz./per linear yard).
F. Tailoring: This garment shall be constructed according to the principles set forth in the
specifications. All stitches shall be of the proper tension and size so as to avoid puckering
after the shirt has been laundered and to give best durable press performance. All sewing
shall be with polyester core thread to match the shirt fabric. The collar shall be single
stitched 1/4" from edge. The pockets, flaps and epaulets shall be edge stitched. The
shirtsleeve bottom shall be finished with a 1"clean finished.
G. Collar: The collar points shall be medium spread approximately 3" in length.The outside
edge of the collar shall be stitched with an edge stitch. The collar width at the back of the
neck shall be 1"with a 2" collar band extension. The back of the stand shall measure 1-
1t2".The inside collar stand shall be made of 210T polyester fabric for comfort. There shall
be a collar stay sewn inside the collar along the bottom edge of each collar to hold the collar
shape and still allow the attachment of collar brass. The collar shall be designed to wear
with the collar points spread. The collar shall be single stitched 1/4" from edge. The
pockets,flaps and epaulets shall be edge stitched. The shirtsleeve bottom shall be finished
with a 1"clean finished.
H. Mesh Side Panels: Mesh panels are sewn into side seam of sleeve and body with 1/16"
topstitching around mesh panels. Sleeve mesh panels are sewn at the upper portion of the
sleeve seam and measure 2-3/4"at widest part and tapers down 9"long to blend with sleeve
seam.Side panels measures 2-3/4"wide top and 4-3/4"at bottom hem and sewn to the side
seams of the front and back of shirt. Hem shall be clean finished using double bend back
folder with 1/4"top stitching gauge.
Sleeves: The sleeves shall be one piece sewn into the shoulder,and finished with a 1"clean
turn-up with no loose threads. The sleeves and side closing seams shall be attached to the
body of the shirt with a merrow and a safety stitch for reinforcement.
J. Epaulets: The epaulets shall be sewn onto the shoulder seam and shall extend to within
1/2" of the collar seam. The epaulet shall button at point 1" from the collar seam. The
Epaulet shall be 2" wide at the shoulder seam and taper to 1-1/2", then to a point. The
overall length of the epaulet shall be approximately5 5/8". The epaulet shall be double
thickness with a singleedge stitch on the perimeter. .The epaulets shall be box stitched to
shoulders with row of cross-stitching 1-5/8"from sleeve head seam. There shall be a hidden
button attached 1-3/8' from the epaulet attachment button on each side under each epaulet
to attach a unique microphone sling(patent applied for)to insure that the radio microphone
is in the proper place to be deployed.
Procurement and Contracts Division Page 16
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
K. Front: The front shall have a center facing 1-1/2"wide placket extending from the collar
stand to the bottom of shirt. The placket shall have an interlining for stability and a neat
appearance and shall be 1"top stitched on each side. The center front shall contain six(6)
vertical buttonholes placed 3/4"from edge and 3-1/2" apart. There shall be a button at the
neck corresponding with the top buttonhole,which shall be set horizontally.There shall be
an 18-ligne snap between the third and fourth button from the top to keep the shirt from
gapping.There shall be a hidden zipper sewn under the front placket for ease of wear. There
shall be an inside facing of self-material on the button side 3-1/4"wide extending from the
collar stand to bottom of shirt. The buttons shall be securely attached shall correspond to
the buttonholes on the center facing. There shall be a spare ligne 20 button sewn into the
inside button facing. There shall be 4 rubberized bands 3-1/8"X 9/16"sewn into the bottom
of the shirt 2"from the bottom and 1"on the inside of the outer creases designed to work
with the corresponding pant waistband for maximum shirt retention(SRSTM Shirt Retention
System). . The shirt shall also have two permanent stitched 1/16"wide military creases
down each side from the shoulder seam to the bottom of the shirt centered to the pocket and
pocket flap. Creases shall not extend through the pocket and flap.
L. Back: The garment shall have a straight yoke back located approximately 4" below the
collar seam. There shall be an inside yoke composed of 201T polyester for maximum
comfort. The shirt shall have 3 permanent creases, 1/16" wide on the back panel. One
crease shall be located at the center back and shall start at the center of the yoke and continue
straight down to the bottom edge of the shirt. Each of the other two creases shall be located
at the midway point between the center crease and the shoulder seam on both the left and
right sides of the center crease.
M. Pockets: The shirt shall have two Military-styled box pleated,breast patch pockets with 3-
point button down flaps. The breast pocket shall be 5"wide x 5-3/8"long. The center pleat
shall be I"wide. The bottom corners of the pocket shall be cut on a 40 degree angle and
shall be 1"long. The pocket flaps shall be slightly tapered and shall be 5-3/8"wide at the
top and 5"wide at the outside points on the bottom of the flap.(Pocket dimensions will be
graded by shirt size). The flaps shall be attached to the shirt body 1/4"above the top of the
pocket, resulting in a complete pocket measurement of 6" long. The pocket shall be edge
stitched around the perimeter and shall finish with a 3/8"turn down. The pocket corners
shall be reinforced with a triangle stitch in each corner.There shall be a pencil opening on
both the left and right flap. The two outside points of each pocket flap shall have concealed
power hook and loop closures. The left breast pocket shall have a sewn pencil compartment
approximately 1-5/8"wide. Each flap shall have a ligne 20 button sewn to a false buttonhole
on the surface of the flap. There shall be a#3 YKK invisible zipper approximately 6"long
in the right side seam of the shirt to conceal a hidden pocket 6" long x 6-1/2" deep. The
pocket shall start 2"down from the underarm joining seam(graded by size).
N. Hidden Chest Pocket: There shall be a#3 YKK 6-1/2"concealed zipper under the front
placket on left side of shirt.The pocket height shall be 9"with the pocket width extending
from the facing seam to the side seam.The center of the zippered opening shall be centered
at the mid-point between the top of the chest flap and the bottom of the chest pocket.The
Procurement and Contracts Division Page 17
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
top of the concealed pocket shall align with the top of the pocket flap. Concealed shirt
pocket shall be made of shirting material.
O. Badge Tab: The badge tab is to be reinforced on inside of the shirt by means of a strip of
material 1" wide edge stitched and folded so that no raw edges show. The reinforcement
strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.
There shall be two small (horizontal) buttonholes, 1-1/4" apart sewn through the left front
and the reinforcement strip with the bottom buttonhole located 1-1/4"above the top of left
flap.
P. Creasing: Pockets and pocket flaps shall be uniform in shape and size. The front and back
creases shall incorporate a permanent 1/16"pintuck stitched crease.
Q. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
R. Emblems: There shall be an Agency Emblem attached to each sleeve 1" down from
shoulder seam and centered on the epaulet.
S. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
11.0 FEMALE LONG SLEEVE STRETCH POLICE UNIFORM SHIRT
A. Model: Spiewak SU316ZS
B. Color:Navy(011) -
C. Style:The Uniform Shirt shall be standard military style with shirttails and permanent front
and back creases.
D. Shirt sizes: 30—48 (even sizes)
E. Fabric: The primary shirt fabric shall be 100% Polyester Sorbtek poplin designed for
moisture wicking and soil resistance, excellent color retention and easy care. The fiber
content shall be 100%texturized Polyester with Sorbtek yarns.The weight shall be 5.2 oz.
/sq.yd.(8-8.5 oz./per linear yard).
F. Tailoring: This garment shall be constructed according to the principles set forth in the
specifications. All stitches shall be of the proper tension and size so as to avoid puckering
after the shirt has been laundered and to give best durable press performance. All sewing
shall be with polyester core thread to match the shirt fabric. The collar shall be single
stitched 1/4" from edge. The pockets, flaps and epaulets shall be edge stitched. The
shirtsleeve bottom shall be finished with a 1"clean finished.
Procurement and Contracts Division Page 18
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF1319-0280
G. Collar: The collar points shall be medium spread approximately 3" in length.The outside
edge of the collar shall be stitched with an edge stitch. The collar width at the back of the
neck shall be 1" with a 2"collar band extension. The back of the stand shall measure 1-
1/2".The inside collar stand shall be made of 201T Polyester for comfort. There shall be a
collar stay sewn inside the collar along the bottom edge of each collar to hold the collar
shape and still allow the attachment of collar brass. There shall be hidden triangle collar
button-down tabs sewn underneath each collar point approximately 1" wide (at the
attachment point)and 7/8" long. These tabs shall attach to hidden durable ligne 14 buttons
which to keep the collar secure.
H. Mesh Side Panels: Mesh panels are sewn into side seam of sleeve and body with 1/16"
topstitching around mesh panels. Sleeve mesh panels are sewn at the upper portion of the
sleeve seam and measure 2-3/4"at widest part and tapers down 9"long to blend with sleeve
seam. Side panels measures 2-3/4"wide top and 4-3/4"at bottom hem and sewn to the side
• seams of the front and back of shirt. Hem shall be clean finished using double bend back
folder with 1/4"top stitching gauge:
Sleeves: The sleeves shall be one piece sewn into the shoulder, tapering into the finished
cuffs with pressed double pleats.The cuffs shall be attached to the sleeve with a 3/8"double
needle stitch and shall be 2-5/8"in width;fastening with two durable ligne 20-4 hole 100%
polyester buttons. The cuffs shall be made of two pieces of base shirt material with an
interlining. There shall be a shirt cuff opening with a facing of shirt material 7" X 1"
tapering to a point with a closure stitch across the facing 1-1/2"from the point.There shall
be a buttonhole approximately 4"from the point to attach a ligne 16 durable 100%polyester
button. The button shall be attached to the inside facing which shall be bound with 5/8"
bias cut shirt material for reinforcement. The sleeves and side closing seams shall be
attached to the body of the shirt with a merrow and a safety stitch for reinforcement.
J. Epaulets: The epaulets shall be sewn onto the shoulder seam and shall extend to within
1/2" of the collar seam. The epaulet shall button at point 1" from the collar seam. The
epaulet shall be 2" wide at the shoulder seam and taper to 1-1/2", then to a point. The
overall length of the epaulet shall be approximately 5 5/8". The epaulet shall be double
thickness with a single edge stitch on the perimeter. . The epaulets shall be box stitched to
shoulders with row of cross-stitching 2-1/2"from sleeve head seam. There shall be a hidden
ligne 16 button attached 1-3/8"from the epaulet attachment button on each side under each
epaulet to attach a unique microphone sling (patent applied for) to insure that the radio
microphone is in the proper place to be deployed.
K. Front: The front shall have a center facing 1-1/2"wide placket extending from the collar
stand to the bottom of shirt. The placket shall have an interlining for stability and a neat
appearance and shall be 1"top stitched on each side. The center front shall contain six(6)
vertical buttonholes placed 3/4" from edge and 3-1/2"apart. There shall be a button at the
neck corresponding with the top buttonhole,which shall be set horizontally.There shall be
an 18-ligne snap between the third and fourth button from the top to keep the shirt from
Procurement and Contracts Division Page 19
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
•
gapping. There shall be an inside facing of self-material on the button side 3-1/4" wide
extending from the collar stand to bottom of shirt. The buttons shall be securely attached
shall correspond to the buttonholes on the center facing. There shall be a spare line 20 and
line 16 button sewn into the inside button facing.There shall be a hidden zipper sewn under
the front placket for ease of wear. There shall be 4 rubberized bands 3-1/8"X 9/16"sewn
into the bottom of the shirt 2" from the bottom and 1" on the inside of the outer creases
designed to work with the corresponding pant waistband for maximum shirt retention
(SRSTM Shirt Retention System). The shirt shall also have two permanent stitched 1/16"
wide military creases down each side from the shoulder seam to the bottom of the shirt
centered to the pocket and pocket flap. The shirt shall also have two permanent stitched
1/16" wide military creases down each side from the shoulder seam to the bottom of the
shirt centered to the pocket and pocket flap.Creases shall not extend through the pocket and
flap.
L. Back: The garment shall have a straight yoke back located approximately 4" below the
collar seam. There shall be an inside yoke composed of 201T polyester for maximum
comfort. The shirt shall have 3 permanent creases, 1/16" wide on the back panel. One
crease shall be located at the center back and shall start at the center of the yoke and continue
straight down to the bottom edge of the shirt. Each of the other two creases shall be located
at the midway point between the center crease and the shoulder seam on both the left and
right sides of the center crease.
M. Pockets: The shirt shall have two Military-styled box pleated,breast patch pockets with 3-
point button down flaps. The breast pocket shall be 5-1/4"wide X 5-3/8"long. The center
pleat shall be 1-1/8" wide. The bottom corners of the pocket shall be cut on a 40 degree
angle and shall be 1" long. The pocket flaps shall be slightly tapered and shall be 5-3/8"
wide at the top and 5" wide at the outside points on the bottom of the flap. (Pocket
dimensions will vary with size). The flaps shall be attached to the shirt body 1/4"above
the top of the pocket, resulting in a complete pocket measurement of 6" long. The pocket
shall be edge stitched around the perimeter and shall finish with a 3/8" turn down. The
pocket corners shall be reinforced with a triangle stitch in each corner. There shall be a
pencil opening on both the left and right flap. The two outside points of each pocket flap
shall have concealed Velcro closures. The left breast pocket shall have a sewn pencil
compartment approximately 1-5/8"wide. Each flap shall have a ligne 20 button sewn to a
false buttonhole on the surface of the flap. There shall be a #3 YKK invisible zipper 6"
long in the right side seam of the shirt to conceal a hidden pocket 6"long X 6-1/2"deep.
N. Hidden Chest Pocket: There shall be a#3 YKK 6-1/2"concealed zipper under the front
placket on left side of shirt.The pocket height shall be 9"with the pocket width extending
from the facing seam to the side seam.The center of the zippered opening shall be centered
at the mid-point between the top of the chest flap and the bottom of the chest pocket. The
top of the concealed pocket shall align with the top of the pocket flap. Concealed shirt
pocket shall be made of shirting material.
Procurement and Contracts Division Page 20
•
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
O. Badge Tab: The badge tab is to be reinforced on inside of the shirt by means of a strip of
material I" wide edge stitched and folded so that no raw edges show. The reinforcement
strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.
There shall be two small (horizontal) buttonholes, 1-1/4" apart sewn through the left front
and the reinforcement strip with the bottom buttonhole located 1-1/4" above the top of left
flap.
P. Creasing: Pockets and pocket flaps shall be uniform in shape and size. The front and back
creases shall incorporate a permanent 1/16"pin tuck stitched crease.
Q. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
R. Pressing and Packing: Shirts shall be carefully pressed by hand in first class manner and
individually packed in polyethylene bags with an inside shirt wrap, collar plastic, a pin
closure at the neck and clip closures at the back. The shirt shall be wrapped around
cardboard with an extension into the collar. The microphone tab shall be centered on the
shirtfront to keep it flat and pressed.
S. Emblems: There shall be an Agency Emblem attached to each sleeve 1" down from
shoulder seam and centered on the epaulet.
T. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
12.0 SPIEWAK PROFESSIONAL POLY MEN'S 4 POCKET UNIFORM TROUSER
A. Model: Spiewak SU322
B. Color:Navy(011)
C. Style: The pant shall have a plain front with quarter top front pockets, 1" wide belt loops,
two back pockets for a clean professional appearance. The pant cuff shall be of open
construction to allow for custom finishing and shall have a 37-1/2" inch inseam
(unfinished).
D. Waist sizes: 28,30,31,32, 33,34,35,36,37,38,40,42,44,46,48,50,52, 54,56,58, 60,
62,64,& 66
E. Fabric: The fabric shall be Sorbtek Polyester twill designed for moisture repellency and
soil resistance, excellent color retention and easy care. The fiber content shall be 100%
texturized Polyester with Sorbtek yarn. The weight shall be 7.0 oz./sq. yd. (10.5-11 oz./
per linear yard).
Procurement and Contracts Division Page 21
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
F. Striping: There shall be a 1"black poly stripe sew down the out seam of the pant from the
waistband seam to the bottom of the pant leg.
G. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
•
H. Pockets: The front pocket opening shall be a minimum 6-1/2" long and be 6" deep from
the bottom of the pocket opening.The inside front pocket facing shall be a separate piece
of self-material finishing no less than 1" wide. The back pockets will have a minimum
opening of 5-1/2"and be 7-1/2" deep.The Ieft rear pocket shall have a 1-1/4"loop closure
tab with a bar tack located 3/8"from point of attachment to secure the buttonhole. The loop
tab shall attach to a ligne 20, durable button.Each pocket corner shall have a 3/8"bar tack
for reinforcement. All pocketing shall be heavy duty Polyester/Cotton twill.The waistband
and inside seam binding shall be made with pocketing material cut on the bias.
I. Waistband: The waistband shall be designed to allow for 3" of mechanical expansion
though two unique double waistband panels with 1"elastic built in. (Expand on demandTM
waistband)The front waistband shall be held with a hidden 4"X 1-1/4"elastic attached to
a tapered tab of self material. The inside waistband shall be held with 4"X 1"elastic sewn
to the waistband inside fold back to a separate enclosed channel which is joined to the front
waistband channel at the top of the front pocket opening.The elastic shall remain concealed
even when the waistband is stretched to its maximum length.The curtain, shall be made of
the Poly/Cotton twill pocketing material listed above,bias-cut,and shall have a continuous
parallel 7/16"wide rubberized band designed to work with the corresponding shirt tabs for
maximum shirt retention(SRSTM Shirt Retention System). The finished waistband shall be
2-1/8"wide and shall be closed with two YKK Elite fasteners.The finished waistband shall
be set on and shall be stitched below the lower edge through the outer fabric and the
waistband curtain.
J. Inner Fly/Crotch: The right fly and front crotch linings shall be the same fabric and color
as the waistband curtain. There shall be a TC #8000 interlining sewn between the fly and •
the fly lining to give additional stability and strength to the fly.The right fly Iining shall be
sewn to the left fly below the zipper and continue centered on the join seam across the
inseam and end 1"onto the back seam.A separate French fly made of the outer fabric with
a lining of reinforced pocketing shall be sewn to the inside right fly. The fly attachment
button shall be a ligne 20, 100% polyester durable button. The button shall pass ASTM
5171-1191, using a .84 kg mass dropped from 67 mm. There shall be a diamond shaped
reinforced crotch gusset measuring 9" wide X 4" sewn with a five•needle safety stitch to
prevent crotch seam failure.
K. Zipper: The trousers shall be closed with a#4 YKK brass memory lock zipper and have
a brass bottom stop at the base of the zipper chain. A straight bar tack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly. The bar tack shall be
sewn through the zipper tape;the right and left fly and the right fly lining.The right and left
Procurement and Contracts Division Page 22
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
fly shall be joined by an additional bar tack located at level of the bottom zipper stop on the
inside of the trouser.
L. Belt Loops:There should be a minimum of 5 lined belt loops on waist sizes 28, 29,30,and
a minimum of 7 lined loops on all sizes over 30. Each loop is to be 1" wide of double
thickness,with stitching on the face side 3/8" from each edge. Except for the center back
loop which shall be tacked on,all loops shall be sewn into the bottom of the waistband and
into the rocap.
M. Creasing: The front and back crease in the trouser legs shall incorporate a permanent resin
bonded silicone crease produced by the CreasetTM System. The crease shall be properly
cured to insure that the crease is permanent so that no amount of home laundering shall
remove the crease
N. Seaming: The entire trouser is to be seamed with Polyester core or 100%Polyester spun
thread.
O. Pressing and Packing: All loose threads shall be removed. Trousers must be pressed
completely and properly with side seam,inseam,and seat seam pressed open.All garments
shall be packaged individually in a clear poly bag.
P. Labels: The trouser shall have a sewn-in label giving care instructions and an outside
waistband label which shall be marked with lot number,size,fiber content,and cut number.
A permanent size label shall be sewn inside on the hip pocket.
Q. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron,low setting and iron under a cotton towel.
13.0 SPIEWAK PROFESSIONAL POLY LADIES' 4 POCKET UNIFORM PANT
A. Model: Spiewak SU322
B. Color:Navy(011)
C. Style: The pant shall have a plain front with quarter top front pockets, 1" wide belt loops,
two back pockets for a clean professional appearance. The pant cuff shall be of open
construction to allow for custom finishing and shall have a 35 inch inseam(unfinished).
D. Sizes: 2 through size 28 shall be available.
E. Fabric: The fabric shall be Sorbtek Polyester twill designed for moisture repellency and
soil resistance, excellent color retention and easy care. The fiber content shall be 100%
texturized Polyester with Sorbtek yam. The weight shall be 7.0 oz./sq. yd. (10.5-11 oz. /
per linear yard).
Procurement and Contracts Division Page 23
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
F. Striping: There shall be a 1"black poly stripe sew down the out seam of the pant from the
waistband seam to the bottom of the pant leg.
G. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
H. Pockets: The front pocket opening shall be a minimum 6-1/2" long and be 6" deep from
the bottom of the pocket opening. The inside front pocket facing shall be a separate piece
of self-material finishing no less than 1" wide. The back pockets will have a minimum
opening of 5-1/2" and be 7-1/2" deep. Each back pocket shall have a 1-1/4" loop closure
tab with a bar tack located 3/8"from point of attachment to secure the buttonhole. The loop
tab shall attach to a ligne 20,durable button.Each pocket corner shall have a 3/8"bar tack
for reinforcement. All pocketing shall be heavy duty black Polyester/Cotton twill fabric the
waistband and inside seam binding shall be made with pocketing material cut on the bias.
Waistband: The waistband shall be designed to allow for 3" of mechanical expansion
though two unique double waistband panels with 1"elastic built in. (Expand on demandTM
waistband)The front waistband shall be held with a hidden 4"X 1-1/4"elastic attached to
a tapered tab of self material. The inside waistband shall be held with 4"X 1"elastic sewn
to the waistband inside fold back to a separate enclosed channel which is joined to the front
waistband channel at the top of the front pocket opening.The elastic shall remain concealed
even when the waistband is stretched to its maximum length.The curtain,shall be made of
the Poly/Cotton twill pocketing material listed above,bias-cut,and shall have a continuous
parallel 7/16"wide rubberized band designed to work with the corresponding shirt tabs for
maximum shirt retention(SRSTM Shirt Retention System). The finished waistband shall be
2-1/8"wide and shall be closed with two YKK Elite fasteners.The finished waistband shall
be set on and shall be stitched below the lower edge through the outer fabric and the
waistband curtain.
J. Inner Fly/Crotch: The right fly and front crotch linings shall be the same fabric and color
as the waistband curtain. There shall be a TC #8000 interlining sewn between the fly and
the fly lining to give additional stability and strength to the fly.The right fly lining shall be
sewn to the left fly below the zipper and continue centered on the join seam across the
inseam and end 1"onto the back seam.A separate French fly made of the outer fabric with
a lining of reinforced pocketing shall be sewn to the inside right fly. The fly attachment
button shall be a ligne 20, 100%polyester durable button. The button shall pass ASTM
5171-1191,using a.84 kg mass dropped from 67 mm.
K. Zipper: The trousers shall be closed with a#4 YKK brass memory lock zipper and have
a brass bottom stop at the base of the zipper chain. A straight bar tack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly.The bar tack shall be
sewn through the zipper tape;the right and left fly and the right fly lining.The right and left
fly shall be joined by an additional bar tack located at level of the bottom zipper stop on the
inside of the trouser.
Procurement and Contracts Division Page 24
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF819-0280
L. Belt Loops: There should be a minimum of 5 lined belt loops on the waistband. Each loop
is to be 1"wide of double thickness, with stitching on the face side 3/8" from each edge.
All loops shall be sewn into the bottom of the waistband and into the rocap.
M. Creasing: The front and back crease in the trouser legs shall incorporate a permanent resin
bonded silicone crease produced by the CreasetTM System. The crease shall be properly
cured to insure that the crease is permanent so that no amount of home laundering shall
remove the crease
N. Seaming: The entire trouser is to be seamed with Polyester core or 100%Polyester spun
thread.
O. Pressing and Packing: All loose threads shall be removed. Trousers must be pressed
completely and properly with side seam,inseam,and seat seam pressed open.All garments
shall be packaged individually in a clear poly bag.
P. Labels: The trouser shall have a sewn-in label giving care instructions and an outside
waistband label which shall be marked with lot number,size,fiber content,and cut number.
A permanent size label shall be sewn inside on the hip pocket.
Q. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
14.0 MALE HIDDEN CARGO UNIFORM TROUSER
A. Model: Spiewak SU320
B. Color:Navy(011)
C. Style: The pant shall have a plain front with quarter top front pockets, I" wide belt loops,
two back pockets for a clean professional appearance. The pant cuff shall be of open
construction to allow for custom finishing and shall have a 37-1/2" inch inseam
(unfinished).
D. Waist sizes: 28,30,31,32,33,34,35,36,37,38,40,42,44,46,48,50,52,54,56,58,60,
62,64,& 66
E. Fabric: The fabric shall be Sorbtek Polyester twill designed for moisture repellency and
soil resistance, excellent color retention and easy care. The fiber content shall be 100%
texturized Polyester with Sorbtek yarn. The weight shall be 7.0 oz. /sq. yd. (10.5-11 oz./
per linear yard).
F. Striping: There shall be a 1"black poly stripe sewn to the out seam of the pants from the
bottom of the waistband seam to the bottom of the pant leg. Note,there shall be no visible
Procurement and Contracts Division Page 25
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
break in the striping, as the stripe is to be wrapped over leg pocket welt and continued on
down from the lower leg pocket seam to the bottom of the pant leg.
G. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
H. Pockets: The front pocket opening shall be a minimum 6-1/2" long and be 6" deep from
the bottom of the pocket opening. The inside front pocket facing shall be a separate piece
of self-material finishing no less than 1" wide. The back pockets will have a minimum
opening of 5-1/2"and be 7-1/2" deep.The left rear pocket shall have a 1-1/4" loop closure
tab with a bar tack located 3/8"from point of attachment to secure the buttonhole. The loop
tab shall attach to a ligne 20, durable button. Each pocket corner shall have a 3/8"bar tack
for reinforcement. There shall be two cut in cargo pockets centered on each outside side
seam a minimum of T"wide(the width increases with graded sizes)X 9-1/2"deep. There
•
shall be a center tab on the outside seam attached by two bar tacks to secure a reinforced
ligne 14,durable button centered along the bottom edge of the pocket bag.The pocket shall
be closed with a#3 YKK nylon coil zipper with a 1"pocket welt.(Hidden& Secure(H&S
cargoTM) cargo pocket). All pocketing shall be heavy duty Polyester/ Cotton twill. The
waistband and inside seam binding shall be made with pocketing material cut on the bias.
Waistband: The waistband shall be designed to allow for 3" of mechanical expansion
though two unique double waistband panels with 1"elastic built in. (Expand on demandTM
waistband)The front waistband shall be held with a hidden 4"X 1-1/4"elastic attached to
a tapered tab of self material. The inside waistband shall be held with 4"X 1"elastic sewn
to the waistband inside fold back to a separate enclosed channel which is joined to the front
waistband channel at the top of the front pocket opening.The elastic shall remain concealed
even when the waistband is stretched to its maximum length. The curtain,shall be made of
the Poly/Cotton twill pocketing material listed above,bias-cut,and shall have a continuous
parallel 7/16"wide rubberized band designed to work with the corresponding shirt tabs for
maximum shirt retention(SRSTM Shirt Retention System). The finished waistband shall be
2-1/8"wide and shall be closed with two YKK Elite fasteners.The finished waistband shall
be set on and shall be stitched below the lower edge through the outer fabric and the
waistband curtain.
J. Inner Fly/Crotch: The right fly and front crotch linings shall be the same fabric and color
as the waistband curtain. There shall be a TC #8000 interlining sewn between the fly and
the fly lining to give additional stability and strength to the fly.The right fly lining shall be
sewn to the left fly below the zipper and continue centered on the join seam across the •
inseam and end 1"onto the back seam.A separate French fly made of the outer fabric with
a lining of reinforced pocketing shall be sewn to the inside right fly. The fly attachment
button shall be a ligne 20, 100% polyester durable button. The button shall pass ASTM
5171-1191, using a .84 kg mass dropped from 67 mm There shall be a diamond shaped
reinforced crotch gusset measuring 9" wide X 4"sewn with a five needle safety stitch to
prevent crotch seam failure.
Procurement and Contracts Division Page 26
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
K. Zipper: The trousers shall be closed with a#4 YKK brass memory lock zipper and have
a brass bottom stop at the base of the zipper chain. A straight bar tack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly.The bar tack shall be
sewn through the zipper tape;the right and left fly and the right fly lining.The right and left
fly shall be joined by an additional bar tack located at level of the bottom zipper stop on the
inside of the trouser.
L. Belt Loops: There should be a minimum of 5 lined belt loops on waist sizes 28, 29,30, and
a minimum of 7 lined loops on all sizes over 30. Each loop is to be 1" wide of double
thickness, with stitching on the face side 3/8" from each edge. Except for the center back
loop which shall be tacked on,all loops shall be sewn into the bottom of the waistband and
into the rocap.
M. Creasing: The front and back crease in the trouser legs shall incorporate a permanent resin
bonded silicone crease produced by the CreasetTM System. The crease shall be properly
cured to insure that the crease is permanent so that no amount of home laundering shall
remove the crease
N. Seaming: The entire trouser is to be seamed with Polyester core or 100%Polyester spun
thread.
O. Pressing and Packing: All loose threads shall be removed. Trousers must be pressed
completely and properly with side seam,inseam,and seat seam pressed open.All garments
shall be packaged individually in a clear poly bag.
P. Labels: The trouser shall have a sewn-in label giving care instructions and an outside
waistband label which shall be marked with lot number,size,fiber content,and cut number.
A permanent size label shall be sewn inside on the hip pocket.
Q. Care Instructions: Machine wash —warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
15.0 FEMALE HIDDEN CARGO UNIFORM PANT
A. Model: Spiewak SU320
B. Color:Navy(011)
C. Style: The pant shall have a plain front with quarter top front pockets, 1"wide belt loops,
two back pockets for a clean professional appearance. The pant cuff shall be of open
construction to allow for custom finishing and shall have a 35 inch inseam(unfinished).
D. Sizes: 2 through size 28 shall be available.
Procurement and Contracts Division Page 27
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
E. Fabric: The fabric shall be Sorbtek Polyester twill designed for moisture repellency and
soil resistance, excellent color retention and easy care. The fiber content shall be 100%
texturized Polyester with Sorbtek yarn. The weight shall be 7.0 oz. /sq. yd. (10.5-11 oz. /
per linear yard).
F. Striping: There shall be a 1"black poly stripe sewn to the out seam of the pants from the
bottom of the waistband seam to the bottom of the pant leg. Note,there shall be no visible
break in the striping, as the stripe is to be wrapped over leg pocket welt and continued on
down from the lower leg pocket seam to the bottom of the pant leg.
G. Button: All buttons shall be 100%Polyester and shall pass ASTM 5171-1191.84 kg mass
dropped from a height of 67mm.
H. Pockets: The front pocket opening shall be a minimum 6-1/2" long and be 6" deep from •
the bottom of the pocket opening. The inside front pocket facing shall be a separate piece
of self-material finishing no less than 1" wide. The back pockets will have a minimum
opening of 5-1/2" and be 7-1/2" deep. Each back pocket shall have a 1-1/4" loop closure
tab with a bar tack located 3/8"from point of attachment to secure the buttonhole. The loop
tab shall attach to a ligne 20,durable button.Each pocket corner shall have a 3/8"bar tack
for reinforcement. There shall be two cut in cargo pockets centered on each outside side
seam a minimum of 7"wide(the width increases with graded sizes)X 9-1/2"deep. There
shall be a center tab on the outside seam attached by two bar tacks to secure a reinforced
ligne 14,durable button centered along the bottom edge of the pocket bag.The pocket shall
be closed with a#3 YKK nylon coil zipper with a 1"pocket welt. (Hidden&Secure(H&S
cargoTM) cargo pocket). All pocketing shall be heavy duty black Polyester/Cotton twill
fabric the waistband and inside seam binding shall be made with pocketing material cut on
the bias.
I. Waistband: The waistband shall be designed to allow for 3" of mechanical expansion
though two unique double waistband panels with 1"elastic built in. (Expand on demandTM
waistband)The front waistband shall be held with a hidden 4"X 1-1/4"elastic attached to
a tapered tab of self material. The inside waistband shall be held with 4"X 1"elastic sewn
to the waistband inside fold back to a separate enclosed channel which is joined to the front
waistband channel at the top of the front pocket opening.The elastic shall remain concealed
even when the waistband is stretched to its maximum length.The curtain,shall be made of
the Poly/Cotton twill pocketing material listed above,bias-cut,and shall have a continuous
parallel 7/16"wide rubberized band designed to work with the corresponding shirt tabs for
maximum shirt retention(SRSTM Shirt Retention System).The finished waistband shall be
2-1/8"wide and shall be closed with two YKK Elite fasteners.The finished waistband shall
be set on and shall be stitched below the lower edge through the outer fabric and the
waistband curtain.
J. Inner Fly/Crotch: The right fly and front crotch linings shall be the same fabric and color
as the waistband curtain. There shall be a TC #8000 interlining sewn between the fly and
the fly lining to give additional stability and strength to the fly.The right fly lining shall be
Procurement and Contracts Division Page 28
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
sewn to the left fly below the zipper and continue centered on the join seam across the
inseam and end 1"onto the back seam.A separate French fly made of the outer fabric with
a lining of reinforced pocketing shall be sewn to the inside right fly. The fly attachment
button shall be a ligne 20, 100% polyester durable button. The button shall pass ASTM
5171-1191,using a.84 kg mass dropped from 67 mm.
K. Zipper: The trousers shall be closed with a#4 YKK brass memory lock zipper and have
a brass bottom stop at the base of the zipper chain. A straight bar tack shall be sewn through
from the outside of the garment to the inside at the bottom of the fly. The bar tack shall be
sewn through the zipper tape;the right and left fly and the right fly lining.The right and left
fly shall be joined by an additional bar tack located at level of the bottom zipper stop on the
inside of the trouser.
L. Belt Loops: There should be a minimum of 5 lined belt loops on the waistband. Each loop
is to be 1"wide of double thickness, with stitching on the face side 3/8" from each edge.
All loops shall be sewn into the bottom of the waistband and into the rocap.
M. Creasing: The front and back crease in the trouser legs shall incorporate a permanent resin
bonded silicone crease produced by the CreasetTM System. The crease shall be properly
cured to insure that the crease is permanent so that no amount of home laundering shall
remove the crease
N. Seaming: The entire trouser is to be seamed with Polyester core or 100%Polyester spun
thread.
O. Pressing and Packing: All Ioose threads shall be removed. Trousers must be pressed
completely and properly with side seam,inseam,and seat seam pressed open.All garments
shall be packaged individually in a clear poly bag.
P. Labels: The trouser shall have a sewn-in label giving care instructions and an outside
waistband label which shall be marked with lot number,size,fiber content,and cut number.
A permanent size label shall be sewn inside on the hip pocket.
Q. Care Instructions: Machine wash—warm water. Wash dark colors separately and rinse
thoroughly. Tumble-dry completely — Medium heat — remove promptly. For best
performance,use steam iron, low setting and iron under a cotton towel.
16.0 PRICE ACCELERATION AND DECELERATION
The City could consider a price changes, after the initial period of the Contract,based on changes
of the PPI indexes for Apparel Manufacturing. The City will also then have the right to decrease
the pricing based on any deceleration of the PPI indexes for textiles. This will only be done 1 times
per year at the anniversary of the contract start date and up to the discretion of the City or proposed
by the Contractor. The indexes can be found at https://www.bls.gov/PPU#tables, using Table 11,
Apparel Manufacturing, Industry,Code 315.
Procurement and Contracts Division Page 29
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
SPECIAL CONDITION CLAUSES
Quantities
The quantities for the items listed in this solicitation are estimated annual quantities for bid evaluation
purposes only and should not be construed as representing actual quantities to be purchased. Moreover, it
is understood by all Bidders that the City is not obligated to purchase any minimum or maximum amount
during the life of a Contract resulting from this solicitation.
Favored Customer Clause:
Should the awarded Bidder(also referred to hereinafter as"Contractor"),of a Contract resulting from this
solicitation sell the same or substantially the same products or services as listed in this solicitation to
another Governmental Agency, within the State of Florida, at a lower price than the price listed in this
solicitation,the awarded Contractor agrees to extend that same discounted price to the City of Orlando.
•
}
Procurement and Contracts Division Page 30
• UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
GENERAL CONDITIONS
Bidder should read and follow the following instructions.
I. EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bidder's Certification Fonn.
2. SEALED BIDS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the bid
number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached sheets,
specifications,standard terms and conditions and special conditions.
3. NO BID FORM: In the event you elect not to bid this requirement,respond by returning this form,marking it"NO BID"and the reason therefor. NOTE:
To qualify as a respondent,Bidder must submit a"BID"or"NO BID"and it must be received no later than the stated bid opening.date and time.
4. BID OPENING: Shall be public,on the date and at the time specified on the bid form,with the total bid amount being read aloud. It is the Bidders
responsibility to assure that their bid is delivered et the proper time and place of the bid opening. Bids which for any reason are not so delivered,will not
be returned but will be retained in the"BID FILE'unopened. Telephone or telegraphic bids cannot be accepted.
5. PRICES,TERMS,and PAYMENT:All prices must be firm for the delivery schedule quoted herein. Bids stipulating"Price in effect at time of shipment"
or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B.delivered to
any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt invoice payment.
It is the policy of the City of Orlando to make payments of invoices in time to earn any offered cash discounts. Discount time will be computed from the
date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Accounts Payable Office,whichever is later.
a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 85-8015427957C-9 and is also
stipulated on all our Purchase Orders. •
b) POLITICAL SUBDIVISIONS: Under Florida Law,prices contained in State Contracts shall be available to the City of Orlando,who might wish
to purchase under a State Purchase Contract. The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase
Contract if in the best interest of the City.
c) MISTAKES: Bidders are expected to examine the specifications,delivery schedules,bid prices,and all instructions pertaining to supplies and
services. Failure to do so will be a Bidder's risk.
d) CONDITION and PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new(current production
model at the time of this bid). All containers shall be suitable for storage or shipment,and all prices shall include standard commercial packaging.
e) SAFETY STANDARDS: Unless otherwise stipulated in the bid,all manufactured items and fabricated assemblies shall comply with applicable
requirements of Occupational Safety and Health Act and any standards thereunder.
f) MARKING: Each individual container shall be marked with the brand name of the product,quantity end the name and address of the manufacturer.
Each shipping container shall include the name of the Contractor and must also clearly indicate the City of Orlando Purchase Order Number.
g) INVOICING and PAYMENT: The Contractor shall be paid in accordance with Florida Statutes,upon submission of invoices to: The Accounts
Payable Section,City of Orlando,400 South Orange Avenue,Orlando,Florida 32801. Invoices are to be billed at the prices stipulated on the purchase
order and as outlined in this bid. All invoices must show the City of Orlando Purchase Order Number.
6. CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112,Florida Statutes. All Bidders must disclose with their bid the name of any
officer,director,or agent who is also an employee of the City of Orlando. Further,all Bidders must disclose the name of any City of Orlando employee
who owns,directly or indirectly,an interest of ten percent(10%)or more of the Bidders firm or any of its branches.
7. AWARDS: As the best interest of the City of Orlando may require,the right is reserved to make award(s)by individual items,group of items,all or none,
or combination thereof,with one or more Contractors;to reject any all bids or waive any informality or technicality in bids received.
8. INSPECTION,ACCEPTANCE,and TITLE: Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or
damage to all items shall be the responsibility of the shipper(Contractor)until accepted by the using department of the City of Orlando,unless loss of
damage results from negligence by the City of Orlando or its Departments.
9. DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished hereunder,the decision of the City of Orlando's Chief
Procurement Officer shall be final and binding on both parties. All disputes between the parties shall be resolved in accordance with the City Procurement
Code,(Chapter 7 of the City Code). •
10. LEGAL REQUIREMENTS: Federal,State,County and local laws,ordinances,rules and regulations that in any manner affect the item(s)covered herein
apply. Lack of knowledge by the Bidder will in no way be cause for relief from responsibility.
I I. LIABILITY: The Contractor shall hold and save the City of Orlando,its officers,agents and employees harmless from liability of any kind in the
performance of or fulfilling the requirements of the purchase order or Contract which may result from this bid.
NOTE: ANY AND ALL STANDARD OR SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL
CONDITIONS SHALL HAVE PRECEDENCE.
Procurement and Contracts Division Page 31
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
STANDARD TERMS AND CONDITIONS
1. RECEIPT OF BIDS:
a. Sealed bids,one(1)original,one(1)copy,and one(1)electronic copy,shall be submitted
to the Procurement and Contracts Division prior to the date and time specified herein. Bids
will not be accepted after the designated time and date. It is solely the responsibility of the
Bidder to ensure timely delivery of their bid submittal.
b. Each bid shall be submitted in a sealed envelope and marked with the bid number,title of
the bid,and bid opening date and time.
c. If submitted by mail,the bid submittal shall be enclosed in a sealed envelope addressed to
the City's Chief Procurement Officer(CPO), at the address listed below. Bids submitted
by mail must be received in the office of the Procurement and Contracts Division by the
time specified herein for the opening thereof.
Please be advised that United States Postal Service (USPS) Express and Priority service
classes, are delivered to the City once daily. Accordingly, in order for a submission to be
received by the office of the Procurement and Contracts Division when the services of the
USPS are used,the Bidder is responsible for ensuring that their submittal is transmitted in
such manner as necessary for the USPS to receive, sort, and deliver to the City by the
submittal due date and time.
The City only collects other USPS mail one(1)time per day upon opening of the local Post
Office branch, which is then sorted by the City for delivery to the Procurement and
Contracts Division and other City departments. Submissions arriving at the USPS after the
initial pick-up by the City will be placed in the City's call-box for pick-up and will not be
delivered to or received by the Procurement and Contracts Division until the next business •
day.
When using the USPS or any other mail delivery services,it is the sole responsibility of the
Bidder to ensure that bids or proposals are received in the office of the Procurement and
Contracts Division by the due date and time. The City shall not be responsible for delays
caused by any occurrence.
d. All bids shall be mailed or delivered to the office of the Procurement and Contracts Division
at the address listed below. Sealed bids are to be addressed as follows:
City of Orlando
Procurement and Contracts Division
Attention: David Billingsley,CPSM, C.P.M.
Chief Procurement Officer
C/O Purchasing Agent: Angela L.Thomas,MBA,and CPPB
400 South Orange Avenue,Fourth Floor
Orlando,Florida 32801
Procurement and Contracts Division Page 32
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
2. COMMUNICATIONS; QUESTIONS REGARDING SPECIFICATIONS OR BIDDING
PROCESS:
a. To protect the integrity of the solicitation process and ensure fair consideration of all
respondents, a prohibited communication period is hereby established commencing asof the
time of the issuance of this solicitation and terminating upon execution of a contract (or, if the
solicitation is cancelled,upon cancellation of the solicitation). Except for communication with
the City's designated point of contact set forth in this solicitation or as otherwise authorized by
the City's Chief Procurement Officer, during the prohibited communication period, the City
prohibits communication regarding the solicitation by a respondent or potential respondent(or
on a respondent or potential respondent's behalf) to or with any officer, elected official
(including the Mayor and City Council), department,division,office, or employee of the City,
or any other person or entity providing advice to the City related to this solicitation. During the
prohibited communication period, all contacts and communications regarding the solicitation
by a respondent,or potential respondent, including their agents,representatives and others on
their behalf,shall be directed to the City's Procurement and Contract Services Division in the
manner provided below in this solicitation, unless otherwise authorized by the City's Chief
Procurement Officer. Prohibited contact or communications during the prohibited
communication period may result in disqualification from the solicitation process, rejection of
the solicitation, or termination of any resulting Contract as determined by the Chief
Procurement Officer. In addition,prohibited contact or communications may also be grounds
for suspension and debarment of a respondent or potential respondent under the City's
Procurement Code.
b. Any questions by a Bidder relative to the interpretation of specifications or the bid process shall
be addressed in writing as indicated below. In order to be answered prior to the submittal
deadline,questions must be received by the Procurement and Contracts Division ten(10)days
prior to the date set for the receipt of bids. Please see the "Written Question(s)Form" under
Forms and Submittals Section of this solicitation. Any interpretation made to prospective
Bidders with respect to questions submitted prior to the cut-off date for questions to be
answered prior to the submittal deadline will be expressed in the form of an Addendum to the
specifications which, if issued, will be conveyed to all prospective Bidders no later than five
(5)days before the date set for receipt of bids. Oral answers will not be authoritative.
c. It will be the responsibility of the Bidder to contact the Procurement and Contracts Division
prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such
addenda, and return executed addenda with the bid.
d. All communication and contact regarding this solicitation shall be directed to the Purchasing
Agent referenced on the cover page of this Invitation for Bids:
Angela L.Thomas,MBA,CPPB,Purchasing Agent III
Glnuela.ThomasC�cityoforiando.net
City of Orlando
Procurement and Contracts Division
City Hall at One City Commons
400 South Orange Avenue,Fourth Floor
• Orlando,Florida 32801
(407)246-2291
Fax(407)246-2869
Website:http://www.cityoforlando.net/procurement/
Procurement and Contracts Division Page 33
j
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
3. TERM OF THE CONTRACT:
The term of the Contract resulting from the solicitation, shall be for an initial sixty (60) months
period. The Contract may, by mutual assent of the parties, be extended for five (5) additional
twelve(12)month periods or portions thereof,up to a cumulative total of(120)months.
4. BIDDER'S CERTIFICATION FORM:
Each Bidder shall complete the"Bidder's Certification Form"included with this Invitation for Bids.
The form must be acknowledged before a Notary Public with notary seal affixed on the document.
The failure of a Bidder to include this document with their bid submittal will be cause for rejection
of the bid.
5. SUBMITTAL OF BIDS:
Bids shall be submitted utilizing the bid form(s) provided herein. All bids shall be properly
executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand.
Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin
immediately opposite the correction the initials of a person signing the bid. If the unit price and
the total amount provided by a Bidder for any item are not in Contract,the unit price alone shall be
considered as representing the Bidder's intention, and the totals shall be corrected to conform
thereto.
6. BID INFORMATION:
It is incumbent on the Bidder to check the City of Orlando's website at
https://vendorlink.cityoforlando.net/common/default.aspx or contact the Procurement and
Contracts Division for current bid and award information,prior to and after the scheduled opening
date of a solicitation, in accordance with the instructions provided herein, in section entitled,
"Invitation for Bids Award Information".
7. EXCEPTIONS TO TERMS AND CONDITIONS:
When completing your bid, do not attach any forms which may contain terms and conditions that
conflict with those listed in the City's-bid document(s). Inclusion of additional terms and
conditions,such as those which may be on your company's standard forms, may result in your bid
being declared non-responsive.
8. SPECIFICATIONS:
a. The Specifications shown in the Invitation for Bids are intended to represent items of a
quality level known to meet City's requirements. While the City endeavors to promulgate
written Specifications that are accurate and nonrestrictive for bidding purposes,they may
also reference an item by manufacturer's name and model number. Bidders are cautioned
that in the event of a discrepancy therein, such difference must be timely questioned in
writing. Any written question must be received by the Procurement and Contracts Division
at the address on the cover of this solicitation no later than ten (10) days prior to the bid
opening.
Procurement and Contracts Division Page 34
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19.0280
b. If any proprietary, trade, brand, or manufacturers' name or part number is used herein in
describing the required equipment or materials, it shall be understood to indicate the
minimum standard of composition and quality desired,and shall not be construed to exclude
equipment or goods that equals or exceeds the functional capability and quality of the named
equipment. The City,in its sole discretion,shall determine whether equipment or goods are
equivalent in capability and quality.
Bidders are strongly encouraged to submit equivalent equipment or materials for
consideration during the question and answer period. If equivalent equipment or materials
are proposed, indicate the manufacturer's name and model number for the equipment and
include any literature or other explanation of the equipment's quality or performance with
your bid.
c. The equipment bid herein shall be new and shall be of the current production model. If
applicable,detailed equipment specifications for make and model offered shall be provided
with bid.
d. Bidders may be required, at no expense or liability to the City, to make available for
test/demonstration, equipment equal in all aspects to the equipment bid, and/or equal
equipment that may be seen under operating conditions in the Central Florida area.
9. SILENCE OF SPECIFICATIONS:
The apparent silence of these specifications or any supplemental specifications as to details or the
omission from same of any detailed description concerning any point,shall be regarded as meaning
that only the best commercial practices are to prevail and that only materials of first quality and
correct type, size, and design are to be used. All Workmanship shall be first quality. All
interpretations of specifications shall be made upon the basis of this statement.
10. DISCOUNTS:
Bidders may offer a cash discount for prompt payment; however, such discounts shall not be
considered in determining the lowest net cost for bid evaluation purposes. Discounts will be
computed from the date of satisfactory delivery at place of acceptance or from receipt of correct
invoice at the office specified,whichever is later.
11. ALTERATIONS/CHANGES TO BID PRICE FORM(S):
Bidder shall not change or otherwise alter the quantity or unit designations on the Bid Price Form(s).
The unit price bid and total extensions must correspond to these designations. Each Iine item will
be extended as indicated(quantity x unit price). The unit price shall prevail.
12. ADDENDA:
It is the Bidder's responsibility to contact the Procurement and Contracts Division prior to
submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda, and
return executed Addenda with the Bid. If you have downloaded this Bid from the Internet,please
ensure that you also download all such Addenda. The failure of a Bidder to submit
acknowledgment of any Addenda that affects the bid price(s)is considered a major irregularity and
will be cause for rejection of the Bid.
Procurement and Contracts Division Page 35
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
13. "NO BID" RESPONSE FORM:
In the event you elect not to bid on this requirement,please complete and return the"No Bid"form
included in this solicitation.
14. OPENING OF BIDS:
Sealed bids will be received in the Procurement and Contracts Division until the due date and time
as specified in this Invitation for Bids. Bids will be opened and the total bid amount shall be
publicly read aloud immediately following the published due date and time. No responsibility will
attach to the City for the premature opening of a bid not properly addressed and identified. Bidders
or their authorized agents are invited to be present at the bid opening.
15. BIDDER QUALIFICATION:
Bids will be considered from firms who have adequate personnel and equipment and who are so
situated as to perform prompt service. The City reserves the right to request information or conduct
an inspection of the Bidder's facility and equipment prior to the award of the Contract.
Bids will be considered only from firms which are regularly engaged in the business as described
in this bid package; with a record of performance for a reasonable period of time, which have
sufficient financial support, equipment, and organization to ensure that they can satisfactorily
execute the service if awarded a Contract under the terms and conditions herein stated.
The terms"equipment and organization"as used herein shall be construed to mean a fully equipped
and well established company in line with the best business practice in the industry and as
determined by the City.
Failure to comply with the established deadline for submittal of required documents may be
grounds for disqualification.
16. INSPECTION OF PUBLIC RECORDS:
Bidders may request copies of the solicitation records in person or by written request to the City
Records and Archive Management Services located at 400 South Orange Avenue, 2" Floor,
Orlando, Florida, 32801 or by calling (407) 246- 2148. You may also email your request to
records®cityoforlando.net. Pursuant to Florida State Statute Chapter 119.07, sealed bids are
exempt from public inspection until such time as the City provides Notice of Intended Action or
until thirty(30)days after bid opening, whichever is earlier.
17. IRREGULAR BIDS:
Bids made on other than the documents furnished by the Procurement and Contracts Division may
not be considered. Changes in phraseology,additions,or limiting provisions made on the Invitation
for Bids may render the bid irregular and may cause rejection. The City's Chief Procurement
Officer,however shall have the authority to waive minor irregularities.
18. UNBALANCED BIDS:
At determined by the City's Chief Procurement Officer in the CPO's discretion, the City may
consider a solicitation response irregular and reject it if any of the prices are excessively unbalanced
Procurement and Contracts Division Page 36
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
(either above or below the amount of a reasonable response)to the potential detriment of the City.
The City further reserves the right to require backup documentation from the respondent if, in the
Chief Procurement Officer's opinion,the prices are,or appear to be,excessively unbalanced.
19. WITHDRAWAL OF BIDS:
After bid opening, no changes in bid prices or other provisions shall be permitted. Bidders may
withdraw or correct a bid prior to the stipulated date and time for the opening of bids upon a written
request to the City's Chief Procurement Officer.
20. EVALUATION OF BID AWARD:
The City reserves the right to award the bid to the responsive and responsible Bidder who submits
the lowest bid meeting specifications. For purposes of this solicitation, the determination of the
responsive and responsible Bidder submitting the lowest bid shall be made after the application of
all applicable programs and preferences established by the City, including but not limited to the
City's MBE/WBE program and VBE preference. In determining whether a Bidder is responsible,
the City reserves the right to consider matters such as,but not be limited to,quality offered,delivery
terms,and service reputation of the Bidder.
21. AWARD OR REJECTION OF BIDS:
The City's Chief Procurement Officer reserves the right to accept any, all or part of any bids,to
waive minor irregularities,or to reject any,all or part of any bids,and to advertise for new bids,as
the interest of the City may require. The City's Chief Procurement Officer also reserves the right
to reject the bid of a Bidder who has previously failed to perform properly or complete on time
Contracts of a similar nature, or a bid of a Bidder who investigation shows is not in a position to
perform the Contract. In determining responsibility,the following other qualifications, in addition
to price,may be considered by the City's Chief Procurement Officer:
a. The ability,capacity and skill of the Bidder to perform the service required.
b. Whether the Bidder can perform the Contract or provide the service promptly,or within the
time specified,without delay or interference.
c. The character, integrity,reputation,judgment,experience and efficiency of the Bidder.
d. The quality of performance of previous Contracts or services.
e. The previous and existing compliance by the Bidder with laws and ordinances relating to
the Contract or service.
f. The sufficiency of the financial resources and ability of the Bidder to perform the Contract
or provide the service.
g. The quality, availability and adaptability of the supplies, or services,to the particular use
required.
h. The ability of the Bidder to provide future maintenance and service for the use of the subject
of the Contract.
Procurement and Contracts Division Page 37
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
i. Whether the Bidder is in arrears to the City on a debt or Contract or is a defaulter on surety
to the City,or whether the Bidder's taxes or assessments are delinquent.
j. Such other information as may be relevant or secured. r
22. SELECTION/REJECTION OF OPTIONS:
The City of Orlando reserves the right to select/reject options which are bid, based on price and
other considerations as deemed to be in the best interests of the City.
23. MULTIPLE AWARDS:
The City reserves the right in its sole discretion after evaluation of all responsive bids,to award the
Work described herein to more than one responsive and responsible Bidder. In such cases where
an award is made to more than one responsive and responsible Bidder,the City shall apportion the
Work among the various primary, secondary and alternate providers in such manner and at such
time as it deems appropriate under the circumstances in its sole discretion and no minimum amount
or proportion of Work is guaranteed to any single provider or class of providers irrespective of such
provider's designation as primary,secondary or alternate. - s
24. CONTINGENT FEES:
The Bidder warrants that no City official or employee was paid a fee, commission, gift, or other
consideration contingent upon receipt of an award for the services and/or supplies specified herein.
25. IRREVOCABLE OFFER:
The submission of a bid shall constitute an irrevocable offer to the City by the Bidder for a period
of ninety(90)days from the date of bid opening to provide the goods and services set forth in this F
solicitation upon the terms,conditions,and provisions of this solicitation,at the pricing set forth in
the bid. F
26. PRICING AND ORDERING:
The City will issue purchase orders directly to the awarded Bidder for the purchase of supplies and
materials. The awarded Bidder shall honor these orders in accordance with the terms and conditions F
of the solicitation and their pricing and discounts terms as Iisted in their bid submittal.
Unless otherwise specified,the awarded Bidder shall stock sufficient quantities of supplies to meet f
the requirements of the City on an "as-needed" basis within seventy-two (72) hours after being
notified of such requirements by the City.
27. RETURN OF MERCHANDISE:
All items delivered must meet the Specifications herein. Items delivered not as specified will be
returned at no expense by the City of Orlando. The City may return, for full credit,any unused -
items received which fail to meet the city's performance standards. Replacement items meeting
Specifications must be submitted within a reasonable time after rejection of the non-conforming
items. The Contractor is to accept for full credit, any merchandise returned by the City within
ninety(90)days from the delivery or pick up date. All merchandise to be acceptable for full credit €
is to be returned in a condition to allow for resale by the Contractor and include reference to an
Procurement and Contracts Division Page 38
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IPBI9-0280
applicable Contractor Invoice or Packing List. Full credit is to include all costs paid by the City
related to the subject merchandise as determined by the appropriate Contractor Invoice or Packing
List.
28. CONTRACT SALES REPORT
The Contractor shall report sales and usage data to the City on an annual basis in Excel spreadsheet
format. The following data at a minimum must be reported for each item included on the Price
Form that is procured during the reporting period:
• Contract name and number
• Contractor name
• Reporting period
• Department/Division/Location name
• Order date
• Item description
• Manufacturer name
• Manufacturer part number
▪ Unit of measure
• Quantity
• Contractor's list price
• Unit price
• Extended price
• Total purchase amount for the quarter
Submission of Contract Sales Reports is the responsibility of the Contractor,without prompting or
notification by the City. The Contractor will submit by email the completed Contract Sales Reports
to the Purchasing Agent identified in the Contract. The City shall Work with the Contractor to
develop the approved electronic format and content of the Contract Sales Reports to be used by the
Contractor.
Failure to provide Contract Sales Reports,including no sales status,may be grounds for default and
/or cancellation of the Contract.
29. FAMILIARITY WITH SITE WORK AND CONDITIONS:
The responsibility for the determination of accurate measurements, the extent of Work to be
performed, and the conditions surrounding the performance thereof shall be the Bidder's.
Submission of a bid shall constitute acknowledgment by the Bidder that it is familiar with all such
conditions. The failure or neglect of a Bidder to familiarize itself with the site of the proposed
Work shall in no way relieve it from any obligations with respect to its bid.
30. RIGHT TO AUDIT RECORDS:
The City shall be entitled to audit the books and records of a Contractor or any subcontractor to the
extent that such books and records relate to the performance of the Contract or any subcontract.
The Contractor and its subcontractors shall retain and maintain financial records and other records
relating to the Contract for a period of five (5) years from the date of final payment under the
Contract and by the subcontractor for a period of five(5)years from the date of final payment under
the subcontract unless a shorter period is otherwise authorized in writing by the City. If any
litigation,claim,negotiation,audit or other action involving the records has been started before the
Procurement and Contracts Division Page 39
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
expiration of the 5-year period, the records must be retained until completion of the action and
resolution of all issues which arise from it,or until the end of the regular 5-year period, whichever
is later.
31. ASSIGNMENT:
The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under the
Contract or under any purchase order issued pursuant to the Contract, without the prior written
consent of the City. The Contractor shall give full attention to the Contract,to the faithful execution
of the Contract,and shall keep the same under its control.
32. FISCAL YEAR FUNDING APPROPRIATION:
a. Specified Period
Unless otherwise provided by law,a Contract for supplies or services may be entered into
for any period of time deemed to be in the best interest of the City provided funds are
available for the first fiscal period at the time of Contract. Payment and performance
obligations for succeeding fiscal periods shall be subject to appropriation by City Council
of funds therefor.
b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods
When funds are not appropriated or otherwise made available to support continuation of
performance in a subsequent fiscal period, the Contract shall be cancelled and the
Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring
cost incurred but not amortized in the price of the supplies or services delivered under the
Contract or otherwise recoverable.
33. APPLICABLE LAW AND APPEALS:
This solicitation is issued in accordance with and shall be governed by the provisions and
procedures of Chapter 7 of the City of Orlando's Code which can be accessed online at:
htt.s://www.municode.com/librar /fl/orlando/codes/code of ordinances?nodeId=TITIICICO C
H7PRCO or by contacting the Procurement and Contracts Division. Any appeal of matters relating
to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code.
34. WARRANTY:
Bidder warrants that all equipment, materials and Workmanship,whether furnished by Bidder or
its subcontractor(s), will comply with the City's specifications, drawings and other requirements.
The Contractor warrants that the Work including equipment and materials provided shall conform
to professional standards of care and practice in effect at the time the Work is performed,be of the
highest quality, and be free from all faults, defects or errors. Whenever required by the
specifications of the Invitation to Bid, the Contractor warrants that all equipment and materials
provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the
Work provided within one(I)year from completion of the Work,the Contractor shall,at the City's
option, either reperform such portions of the Work to correct such fault, defect or error, at no
additional cost to the City,or refund to the City,the charge paid by the City,which is attributable
to such portions of the faulty,defective or erroneous Work, including the costs for reperformance
of the Work provided by other Contractors.
Procurement and Contracts Division Page 40
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1FB19-0280
35. CONTRACT AND ACCEPTANCE FORM:
In order to expedite the Contracting process after bid opening and preclude delays occasioned by
subsequent Contract execution, Bidders are requested to sign the Contract and Acceptance Form
included with this solicitation and return the form with their bid. In the event that a successful
Bidder fails to properly execute the Contract and Acceptance Form or return said form (or, if
necessary, a letter of authorization) with their bid, the City shall notify the Bidder of the City's
intent to make an award and the Bidder shall submit such form properly executed(together with a
letter of authorization, if necessary,as set forth below)within fifteen (15)calendar days of receipt
of notice from the City. Unless such time is extended by the City,the failure of a Bidder to submit
a properly executed form (and,where necessary, a letter of authorization) within said time period
shall be cause for cancellation of the intended award by the City in its sole discretion. In the event
that an intended award is cancelled,the award may then be made to the next lowest responsive and
responsible Bidder or the City's Chief Procurement Officer may decline to make an award.
Successful Bidders who default in properly executing the Contract and Acceptance Form after
notification of the City's intent to make an award shall forfeit any bid security to the City and are
subject to suspension and/or debarment by the City. Unless otherwise agreed by the City in its sole
discretion,the Contract and Acceptance form shall be executed and notarized as follows:
a. If the Bidder is a corporation, the Contract and Acceptance Form shall be signed by an
authorized corporate officer(i.e.,President,Vice President,C.E.O,or C.O.O.).
b. If Bidder is a Partnership, the Contract and Acceptance Form shall be signed by a general or
managing partner.
c. If the Bidder is a limited liability company,the Contract and Acceptance Form shall be signed
by a Manager or Managing Member having authority to bind the company.
d. If Bidder is a sole proprietorship,the owner shall sign the Contract and Acceptance Form. •
If an aforementioned signatory is not available and a different authorized signatory executes the
form,a letter of authorization reflecting the signatory's authority shall be submitted on the Bidder's
stationery stating that the person who signed the form is duly authorized to enter into such Contract
on behalf of the Bidder. Such letter of authorization shall be signed by one of the designated
signatories above or such other representative as may be acceptable to the City. If you have any
questions regarding the execution of the Contract and Acceptance Form, please contact the
Procurement and Contracts Division at(407)246-2291 for further clarification.
If a bid is accepted by the City of Orlando,the Contract and Acceptance Form will be executed by
the City with respect to the items awarded and returned to the Bidder evidencing the City's
acceptance of the bid. No award shall be final, and no Bidder shall have any entitlement to a
Contract or award, until such time as the City has executed the Contract and Acceptance Form.
Upon execution by both parties, the Contract and Acceptance Form will constitute the formal
written Contract between the City of Orlando and the Bidder. Any such resulting Contract shall be •
non-exclusive,and the City may procure the goods and services listed in said Contract from other
sources. Within one (1)week of receipt of the fully executed Contract and Acceptance Form, an
awarded Bidder shall provide to the City with any required bonds, indemnities, and insurance
certificate(s).
Procurement and Contracts Division Page 41
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
36. ACCEPTANCE OF MATERIALS/SERVICES:
The City will be deemed to have accepted the Work after the City's Chief Procurement Officer is
notified by the using Department of its satisfaction that the Work is completed,in accordance with
solicitation specifications. The Work under this Contract shall remain the property of the
Contractor until the City accepts such Work. In the event the Work furnished under this Contract
is found to be defective or does not conform to the specifications, the City reserves the right to
cancel the Contract upon written notice to the Contractor.
37. CONTRACT ALTERATIONS:
No waiver, alterations, consent or modification of any of the provisions of the Contract shall be
binding unless in writing and signed by the City's Chief Procurement Officer or the CPO's
designee.
38. INDEMNIFICATION:
The awarded Bidder agrees to indemnify and hold harmless the City,its elected officials, officers,
agents,and employees,from and against any and all liability,claims,damages,demands,expenses,
fees, fines,penalties, suits,proceedings, actions, and cost of actions, including attorneys' fees for
trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers',
agents',and employees' acts,or omissions associated with the Contract.
39. INSURANCE:
a. General Insurance Requirements. Within seven (7) days of receipt of a notification of
intended award from the City, the Contractor shall provide the City with the required
Certificate(s) of Insurance in a form(s) acceptable to the City. The Certificate(s) of
Insurance shall demonstrate that the awarded Bidder has coverage in accordance with the •
requirements set forth herein. Insurance coverage must be in force throughout the Contract
term. Should a Contractor fail to maintain insurance as required or to provide acceptable
evidence of insurance within seven (7) days prior to the expiration date of an insurance
policy,the City shall have the absolute right to terminate the Contract without any-further
obligation to the Contractor. In such event the Contractor shall be liable for the entire
additional cost of procuring performance plus the cost of performing the incomplete portion
of the Contract at the time of termination. f
b. Subcontractor. Unless expressly specified otherwise in this solicitation, a Contractor and
its subcontractors of any tier will be required at their own expense to maintain in effect at
all times during the performance of the Work insurance coverages with limits not less than
those set forth below with insurers and under forms of policies satisfactory to the City. It
shall be the responsibility of the Contractor to maintain the required insurance coverages
and to assure that subcontractors maintain required insurance coverages at all times. Failure
of a Contractor to maintain adequate coverage shall not relieve it of any Contractual
responsibility or obligation. The requirements specified herein as to types,limits,and City's
approval of insurance coverage to be maintained by a Contractor and its subcontractors are
not intended to and shall not in any manner limit or qualify the liabilities and obligations
assumed by the Contractor and its subcontractors under a Contract. Any insurance carried
by the City that may be applicable shall be deemed to be excess insurance and the
Procurement and Contracts Division Page 42
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
Contractor's insurance primary for all purposes despite any conflicting provision in the
Contractor's policies to the contrary.
c. Certificates of Insurance. Prior to commencing Work at the jobsite, and as a condition
precedent to the Contractor's and subcontractors' initiation of performance,the Contractor
and its subcontractors shall furnish the City with certificates of insurance as evidence that
policies providing the required coverage and limits of insurance are in full force and effect.
The certificates shall provide that any company issuing an insurance policy for the Work
under a Contract shall provide not less than 30 days advance notice in writing to the City
prior to cancellation,termination,or material change of any policy of insurance(except for
notice of non-payment of premium for which not less than 10 days advance notice in writing
shall be required). In addition,the Contractor shall immediately provide written notice to
the City upon receipt of notice of cancellation of an insurance policy or a decision to
terminate an insurance policy. All certificates of insurance shall clearly state that all
applicable requirements have been satisfied,including certification that the policies are of
the "occurrence" type. Certificates of insurance for a Contractor and subcontractor-
furnished insurance and notices of any cancellations, terminations, or alterations of such
policies shall be mailed to the Procurement and Contracts Division at the address set forth
for delivery of the bid.
d. Additional Insureds. All insurance coverages furnished under a Contract except Workers'
Compensation and Employers' Liability shall include the City and its officers, elected
officials, and employees as additional insureds with respect to the activities of the
Contractor and its subcontractors. The City shall not by reason of their inclusion under
these policies incur liability to the insurance carrier for payment of premium for these
policies.
e. Waiver of Subrogation. The Contractor and its subcontractors shall require their insurance
carriers,with respect to all insurance policies,to waive all rights of subrogation against the
City,its officers,elected officials,agents and employees and against other Contractors and
subcontractors.
f. Types of Coverage to be Provided. The awarded Contractor(and its subcontractors to the
same extent and on the same terms as set forth below for Contractor) shall maintain the
following coverages and furnish the certificate(s) of insurance on the policies and renewals
thereof which indicate that insurance coverage has been obtained meeting the requirements
of the Contract.
(i) Workers' Compensation and Employer's Liability. This insurance shall protect the
Contractor against all claims under applicable state Workmen's compensation laws.
The Contractor shall also be protected against claims for injury,disease,or death of
employees that, for any reason,may not fall within the provisions of a Workmen's
compensation law. This policy shall include an "all states" or "other states"
endorsement. Exemption certificates shall be accepted if valid during the term of
the Contract, but only for those eligible corporate officers pursuant to Chapter 440
of the Florida Statutes. Proof of Workers' compensation coverage must still be
provided for all employees,sub-Contractors not eligible for exemption. The liability
limits shall not be less than:
Workers' compensation Statutory
Procurement and Contracts Division Page 43
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
Employer's Liability $100,000 each occurrence
(ii) Comprehensive Automobile Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor and the additional insureds
against all claims for injuries to members of the public and damage to property of
others arising from the use of motor vehicle,and shall cover operation on or off the
site of all motor vehicles licensed for highway use, whether they are owned, non-
owned,or hired. The liability limits shall not be less than:
Bodily injury and $1,000,000 combined single
Property damage limit each occurrence
(iii) Commercial General Liability. This insurance shall be an"occurrence"type policy
(excluding automobile liability)written in comprehensive form and,shall protect the
Contractor and the additional insureds against all claims arising from bodily injury,
sickness,disease,or death of any person or damage to property of the City or others
arising out of any act or omission of the Contractor or its agents, employees, or
subcontractors. This policy shall also inchtde protection against claims insured by
usual bodily injury liability coverage, a "Contractual liability" endorsement to
insure the Contractual liability assumed by the Contractor under its Contract with
the City,and"completed Operations and Products Liability"coverage(to remain in
force for 2 years after final payment and subsequent to project completion). If the
Contractor's Work, or Work under its direction, requires blasting, explosive
conditions,or underground operations,the comprehensive general liability coverage
shall contain no exclusion relative to blasting, explosion, collapse of structures, or
damage to underground property. The liability limits shall not be less than:
Bodily injury and $1,000,000 combined single
Property damage limit each occurrence
(vi) Pollution/Environmental Liability Insurance
The Contract shall obtain and keep in effect during the term of the Contract Pollution
Liability Insurance, including Environmental Liability Insurance, covering the
subcontractor's liability for bodily injury, property damage, and environmental
damage resulting from"sudden accidental"or"gradual"pollution and related cleanup
costs incurred by the Contractor,all arising out of the Work or services(including the
transportation risk,when applicable)to be performed under this Contract. Combined
single limit per occurrence shall not be less than$500,000 or the equivalent. Annual
aggregate limit shall not be less than$1,000.000.
40. LICENSES:
Unless*otherwise extended by the City, the awarded Bidder will be required within fifteen (15)
calendar days of award date, to provide any and all local, state, and federal licenses, approvals,
permits, authorizations and/or certifications which would be applicable for all services to be
rendered during the term of the Contract.
Procurement and Contracts Division Page 44
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
41. AUTHORITY:
The City's Chief Procurement Officer or the CPO's written designee shall have authority to act on
behalf of the City in matters related to the Contract, including but not limited to the sending and
receiving of any notices required hereunder.
42. PUBLIC ENTITY CRIMES:
A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a bid to
provide any goods or services to a public entity, may not submit a bid with a public entity for the
construction or repair of a public building or a public Work,may not submit a bid on leases of real
property to a public entity, may not be awarded or perform Work as a Contractor, supplier,
subcontractor,or consultant under an Contract with any public entity,and may not transact business
with any public entity in excess of the threshold amount provided in §287.017 of the Florida
Statutes for Category Two,for a period of 36 months from the date of being placed on the convicted
vendor list.
43. PROMPT PAYMENT ACT:
Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida Statutes,
Local Government Prompt Payment Act.
1. Proper Invoice
For purposes of billing submission and payment procedures, a "proper invoice" by a
Contractor,vendor or other invoicing party shall consist of at least all of the following:
a. a description(including quantity)of the goods and/or services provided to the City
(or a party on behalf of the City)reasonably sufficient to identify it(or them);
b. the amount due,applicable discount(s),and the terms thereof;
c. the full name of the vendor, Contractor or other party who is supplying the goods
and/or services including a mailing address in case of a dispute and a mailing address
for payment purposes(if they are different)and a telephone number;
d. the Purchase Order or Contract number as supplied by the City;and
e. an identification by Division, Office or Department of the party(ies)to whom the
goods were delivered or services provided.
All invoices, in order to be classified as a proper invoice, shall be delivered to Accounts
Payable, Business and Financial Services Department, City of Orlando,400 South Orange
Avenue,P.O. Box 4990, Orlando,Florida,32802-4990.
Finally, in addition to all of the above, in order to be considered a proper invoice, it must
be based on a proper delivery,installation,or provision of the goods and/or services to and
acceptance by the City(or party on behalf of the City);the vendor,Contractor or other party
who is supplying the goods and/or services has otherwise complied with all of the Contract's
terms and conditions and is not in default of any of them; and if the Contract requires any
subcontractors or other parties to be bound by similar other"flow-down" requirements that
those requirements have been complied with.
Procurement and Contracts Division Page 45
UNIFORMS FOR ORLANDO POLICE DEPARTMENT JFBI9-0280
2. Dispute Resolution
In the event a dispute occurs between a Contractor, vendor or other invoicing party
("invoicing party") and the City concerning payment of an invoice, the City Department,
Office or Division which has the dispute along with a representative of the City's
Procurement and Contracts Division and the invoicing party shall meet to consider the
disputed issues. The invoicing party shall provide to the City such material and information
as the City may reasonably require. Any such procedure shall be initiated by either party
notifying the other in writing of a dispute and stating with specificity its nature. This
procedure shall commence not later than forty-five(45)days,and be resolved not later than
sixty (60)days,after the date on which the proper invoice was received by the City. Any
decision by the City's Chief Procurement Officer shall constitute the final decision of the
City regarding these matters and shall be communicated in writing to the invoicing party
within three business days after such decision. If no decision is rendered within the time
period as set out above,then a decision against the invoicing party shall be deemed to have
been issued.
44. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: • .
At the option of the awarded Contractor,the submission of any bid in response to this Invitation
for Bid constitutes a bid made under the same terms and conditions,for the same Contract price,
to other governmental agencies including the State of Florida and its agencies, political
subdivisions, counties and cities. Each governmental agency desiring to accept these bids, and
make an award thereof,shall do so independently of any other governmental agency. Each agency
shall be responsible for its own purchases and each shall be liable only for materials ordered and
received by it and no agency assumes any liability by virtue of this bid.
45. EQUIPMENT:
The Contractor is responsible for all damage or loss by fire,theft or otherwise,to materials,tools,
equipment,and consumables,left on City property by the Contractor.
46. TERMINATION FOR CONVENIENCE:
The City's Chief Procurement Officer may terminate any Contract resulting from this solicitation
for convenience with advance written notice to the Contractor. In the event of such a termination
by the City, the City shall be liable for the payment of all Work properly performed or materials
provided prior to the effective date of termination and for all portions of materials, supplies,
services,and facility orders which cannot be cancelled and were placed prior to the effective date
of termination.
47. DRUG-FREE WORKPLACE CERTIFICATION:
By submitting a bid in response to this Invitation for Bids,you are certifying that your company is
a drug-free Workplace in accordance with Florida Statute§287.087.
48. AMERICANS WITH DISABILITIES ACT:
Persons with disabilities needing a special accommodation to participate in this proceeding should
contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South
Orange Avenue, Orlando, Florida 32801 telephone(407)246-2291,not later than seven(7) days
Procurement and Contracts Division Page 46
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
prior to the date on which the accommodation is requested.
49. PURCHASING CARD PROGRAM:
The City of Orlando uses the VISA Purchasing Card Program to streamline our procurement
process. In order to expedite payments to Contractors,The Bank of America VISA Purchasing
Card and ePayable solution has been implemented to more effectively control our procurement
activities and to achieve a significant cost savings over the traditional paper, purchasing and
payment system. As one of the City of Orlando's valued Contractors, your business may also
achieve cost savings results by accepting the ePayables solution. Identified Contractor benefits
of this Program may include:
• Reduction of payment time
• Direct electronic deposit to your primary banking account
• Increase in Working capital
• Elimination of invoicing
• Reduced collection efforts
• Enhanced corporate relationships
• Reduced billing costs
• Enhanced reporting
• Increased sales as a"Preferred Contractor"
Additionally, you will be able to grow your customer base by accepting purchasing cards from
other corporate customers as well as all major credit cards, therefore, The City encourages all
Contractors to accept the VISA ePayable solution.
50. RECIPROCAL LOCAL PREFERENCE:
In the event the lowest responsive and responsible response to any Invitation for Bids or Request
for Proposal is by a Contractor whose principal place of business is in a city,county,or state which
grants a preference for the procurement of such goods or services to a Contractor whose principal
place of business is in such area,then the City may award a preference to the(next)most responsive
and responsible Contractor having a principal place of business in the Metropolitan Statistical Area,
(i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the
preference granted by the area in which the lowest responsive and responsible Contractor has its
principal place of business.
51. EMERGENCY SUPPORT:
It is hereby made a part of this Invitation for Bids that before,during and after a public emergency,
disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods
and services on a first priority basis. It is vital and imperative that the citizens of the City are
protected from any emergency situation which threatens public health and safety,as determined by
the City. Contractor agrees to provide, rent, sell, or lease all goods and services required by the
City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and
services acquired before, during and after a disaster, emergency or hurricane. Contractor shall
furnish a twenty-four(24)hour phone number in the event of such an emergency.
Procurement and Contracts Division Page 47
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
52. SUBCONTRACTORS:
The Contractor shall perform all of its obligations and functions under the Contract by means of its
own employees,or by a duly qualified subcontractor, which is approved in advance by the City. In
the event a subcontractor is employed, the Contractor shall continuously monitor the
Subcontractor's performance, shall remain fully responsible to insure that the subcontractor
performs as required and itself perform or remedy any obligations or functions, which the
subcontractor fails to perform properly.
53. BID PRICES:
Unless otherwise specified,Bid Prices must include all costs(labor,overhead,materials)and profit
to perform the Work specified in this Invitation for Bids. Bid prices shall remain firm for the entire
Contract period unless otherwise specified or changed by an Amendment. At each renewal period,
price increases or decreases may be considered,provided they are reasonable and acceptable to the
City. Any Amendment must be in writing and signed by both parties.
54. GOVERNING LAW/VENUE
Any Contract entered into as a result of this solicitation shall be deemed to be under and shall be
governed by, and construed according to,the laws of the State of Florida. Any litigation arising
out of this Contract shall be commenced in the State and Federal Courts of Orange County,Florida.
Contractor shall comply with all applicable federal, state, and local laws in the performance of
Work under the Contract. To the extent applicable, Contractor shall comply with Florida public
records laws,including Sections 119.0701(2)(b) 1 through 4 of the Florida Statutes.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF THE PUBLIC
RECORDS AT C/O DEPUTY CITY CLERK,
RECORDSQCITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246-
3538, 400 S. ORANGE AVE., ORLANDO, FL 32801.
55. RECYCLED CONTENT:
In support of the Florida Waste Management Law,Bidders are encouraged to supply with their bid,
any information available regarding recycled material content in the products bid. The City is
particularly interested in the type of recycled material used (such as paper, plastic, glass, metal,
etc.); the percentage of recycled material contained in the product and the cost and product
performance impact of increasing the percentage of recycled content. The City is requesting that
Bidders provide detailed information regarding any known or potential recycled material content
in the product that may be extracted and recycled after the product has served its intended purpose,
on the Bidder's Questionnaire as provided in this solicitation.
If the specifications contained herein require the use of recovered materials,by submitting a bid or
response to this solicitation, a respondent agrees and certifies that it will meet such requirement.
Upon the conclusion of any Contract resulting from this solicitation requiring the use of recovered
materials, the Contractor shall submit to the City's project manager for the Work a statement
regarding the actual percentage of recovered materials utilized in the completion of the Contract.
Procurement and Contracts Division Page 48
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
56. LIVING WAGE POLICY:
As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at
407.246.2291).Covered Service Contractors,as well as their subcontractors(first tier only),shall
pay to all of their employees providing Covered Services pursuant to a Contract with the City,a
living wage for the time spent providing services to the City. (This provision does not include
general administrative personnel unless they are assigned to a City project). "Living wage"
means compensation for employment of not less than$10.71 per hour for straight time,exclusive
of FICA, unemployment taxes, and Workers compensation insurance and employee benefits.
Necessary payroll documentation shall be provided to confirm compliance with this provision or
the service Contractor shall allow the City to audit(at service Contractor's place of business) its
payroll records to determine if compliance has been achieved. Failure to comply with the
provision may result in termination of the Contract and/or preclusion from future City Contracts
at the sole option of the City. This provision shall apply to all bid and Proposal awards for
Covered Services,which involve City expenditures that exceed$100,000.00 cycles.
More particularly,this provision shall apply to single and multiple award Contracts for Covered
Services regardless of the initial value of the award whenever City expenditures exceed
$100,000.00 in any one Contract year.
As for multiple award Contracts(Contract award which will be divided among several Contractors),
at the point when the City has expended $100,000.00 on that Contract in any one-Contract year,
regardless of whether such expenditure was to one Contractor or several Contractors,then the living
wage provision shall apply to all Contractors who are a party to that award. For those Contracts
whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the
Contract term,this provision will be applicable tO that Contract in the next quarter.
57. ORDER OF PRECEDENCE:
This solicitation shall be included and incorporated in the purchase order or Contract resulting from
this solicitation. The purchase order or Contract, including any exhibits attached thereto, contains •
all the terms and conditions agreed upon by the parties. No other Contract, oral or otherwise,
regarding the subject matter of the Contract,shall be deemed to exist or to bind either party hereto.
Unless otherwise expressly provided in the purchase order or Contract, in the event of any conflict
between the terms of the Contract or purchase order, the City's solicitation, and the Contractor's
response, the order of precedence shall be the Contract or purchase order, followed by the
solicitation,and then the response to the solicitation.
58. PATENTS AND COPYRIGHTS:
The Contractor shall pay all royalties and assume all costs arising from the use of any invention,
design,process,materials,equipment,product or device in performance of the Work,which is the
subject ofpatent rights or copyrights.Contractor shall,at its own expense,hold harmless and defend
the City against any claim,suit or proceeding brought against the City which is based upon a claim,
whether rightful or otherwise, that the Work, or any part thereof, furnished under the Contract,
constitutes an infringement of any patent or copyright of the United States. The Contractor shall
pay all damages and costs awarded against the City.
Procurement and Contracts Division Page 49
e
i
i
f
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1F819-0280
59. TERMINATION FOR DEFAULT:
E
ri
The performance of Work under the Contract may be terminated by the City's Chief Procurement ``
Officer, in whole or in part, in writing, whenever the Chief Procurement Officer shall determine
that the Contractor has failed to meet the performance requirements of the Contract. The Chief
Procurement Officer has a right to terminate for default if the Contractor fails to make delivery of
the supplies or perform the Work, or if the Contractor fails to perform the Work within the time
specified in the Contract, or if the Contractor fails to perform any other provisions of the Contract.
Notwithstanding the preceding,nothing herein shall be deemed to preclude the Chief Procurement
Officer in the CPO's sole discretion on a case by case basis from providing the Contractor with
written notice and a reasonable opportunity to cure the default prior to termination.
Failure of a Contractor to deliver or perform the required Work within the time specified,or within
a reasonable time as determined by the Chief Procurement Officer or failure to make replacements
of rejected articles or Work when so requested, immediately or as directed by the Chief s
Procurement Officer, shall constitute authority for the Chief Procurement Officer to purchase in
the open market articles or Work of comparable grade to replace the articles or Work rejected,not
delivered, or not completed. On all such purchases,the Contractor or surety, shall reimburse the
City,within a reasonable time specified by the Chief Procurement Officer,for any expense incurred
in excess of the Contract prices.
E
Such purchases shall be deducted from Contract quantities or Work. Should public necessity
demand it,the City reserves the right to utilize services or use and/or consume articles delivered
which are substandard in quality, subject to an adjustment in price to be determined by the Chief
Procurement Officer. The Contractor shall not be liable for any excess costs if acceptable evidence I
has been submitted to the Chief Procurement Officer that failure to perform the Work was due to
causes beyond the control and without the fault or negligence of the Contractor. Nothing herein
shall be deemed to preclude the City's exercise of any other rights or the City's pursuit of any other I
remedies that it may have herein or under law or in equity,including but not limited to any right of
the City to terminate the Contract for convenience.
if
60. TIME OF COMPLETION: i
I
The parties understand and agree that time is of the essence in the performance of the Contract.The F
Contractor or City,respectively,shall not be liable for any loss or damage,resulting from any delay [
or failure to perform its Contractual obligations within the time specified, due to acts of God,
actions or regulations by any governmental entity or representative,strikes or other labor trouble,
fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of
equipment or manufacturing plant,lack of or ability to obtain raw materials,labor,fuel or supplies
for any reason including default of Contractors,or any other causes,contingencies or circumstances
not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar
nature, which prevent or hinder the performance of the Contractor's or City's Contractual - I
obligations, respectively. Any such causes of delay, even though existing on the date of the x
Contract or on the date of the start of Work, shall extend the time of the Contractor's or City's I
performance respectively, by the length of the delays occasioned thereby, including delays • i
reasonably incident to the resumption of normal Work Schedules. However, under such i
circumstances as described herein, the City's Chief Procurement Officer may at the CPO's
discretion,cancel the Contract for the convenience of the City. The Contractor agrees that all Work 4
shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure
full completion thereof within the time specified. i
E
' s
i
i
Procurement and Contracts Division Page 50 t
I
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
61. CORRECTION OF WORK:
The Contractor shall promptly correct all Work rejected by the City as faulty,defective, or failing
to conform to the Contract whether observed before or after substantial completion of the Work,
and whether or not fabricated, installed or completed. The Contractor shall bear all costs of
correcting such rejected Work.
62. INFORMATION:
All information, data, designs, plans, drawings, and specifications furnished to or developed for
the City by the Contractor or its employees,pursuant to the Contract, shall be the sole property of
the City and all rights therein are reserved by the City,except that the Contractor may disclose any
such information to its corporate affiliates and their agents as necessary to perform the Work.
63. SAFETY MEASURES:
The Contractor shall take all necessary precautions for the safety of the City's and Contractor's
employees and the general public and shall erect and properly maintain at all times all necessary
vehicular and facility safeguards for the protection of the Workmen and public. If necessary, the
Contractor shall post signs warning against hazards in and around the Work site.
64. EXTRA WORK:
The City, without invalidating the Contract, may order changes in the Work within the general
scope of the Contract consisting of additions, deletions, or other revisions, the Contract price and
time being adjusted accordingly. All such changes in the Work shall be authorized by a written
amendment to the Contract, and shall be executed under the applicable conditions of the Contract.
If the Contractor plans to make a claim for an increase in the Contract price or an extension in the
Contract schedule/term,it shall first give the City written notice within ten(10)calendar days after
the occurrence of the event giving rise to such a claim. This written notice shall be given by the
Contractor to the City, and a written approval secured from the using Department and the City's
Chief Procurement Officer, before proceeding to execute the Work, except in an emergency
endangering life or property, in which case the Contractor shall immediately proceed. No claim
for extra Work will be considered valid by the City unless first submitted in writing.
65. FAMILIARITY WITH THE WORK:
The Contractor acknowledges full understanding of the extent and character of the Work required
and the conditions surrounding the performance thereof. The City will not be responsible for any
alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of
conditions surrounding the performance thereof. It is understood that the execution of the Contract
by the Contractor serves as stated commitment to fulfill all the conditions referred to in the Contract.
66. TITLE AND RISK OF LOSS:
The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final
acceptance of the Work.
Procurement and Contracts Division Page 51
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
67. TRADE NAMES:
In cases where an item is identified by a manufacturer's name, trade name, catalog number, or
reference,it is understood that the Bidder proposes to furnish the item so identified and does not
propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by
the Bidder. The reference to a name brand is intended to be descriptive but not restrictive and only
to indicate to the prospective Bidder articles that will be satisfactory. Bids on other makes and
catalogs will be considered provided each Bidder clearly states in bid or proposal exactly what he
proposes to furnish and forwards with bid a cut illustration or other descriptive matter which will
clearly indicate the character of the article covered by bid. The City hereby reserves the right to
approve as an equal,or to reject as not being equal,any article the Bidder proposes to furnish which
contains major or minor variations from the specification requirements but may comply 4
substantially therewith. -
}
If no particular brand, model,or make is specified and if no data is required to be submitted with
the bid,the successful Contractor after award and before manufacturer or shipment may be required
to submit Working drawings or detailed descriptive data sufficient to enable the City to judge if
such requirement of the specification is being complied with.
68. FEDERAL,STATE,AND LOCAL RULES/APPROVALS:
The Contractor shall comply with all applicable federal, state and local laws,ordinances,rules and
regulations pertaining to the performance of Work under this Contract. The Contractor is to procure
all permits, licenses, and certificates, or any such approvals of plans or specifications as may be
required by federal,state and local laws,ordinances,rules,and regulations,for the proper execution
and completion of the Work under this Contract.
69. CLEAN WORK AREA:
The Contractor shall at all times,keep the Work area free from accumulation of waste materials or
rubbish caused by operations, and promptly remove any such materials to an approved disposal
location.
70. MISCELLANEOUS PROVISIONS:
By submitting a bid,the Bidder shall be deemed to have certified that the Contract is made without
prior understanding,agreement or connection with any corporation,firm or person who submitted
bids for the Work covered by the Contract and is in all respects fair and without collusion or fraud.
Bidder further warrants and certifies that they are authorized to enter into the Contract and to
execute same on behalf of the Contractor as the act of the said Contractor.
The Contract,including any Exhibits thereto,contains all the terms and conditions agreed upon by -
the parties. No other contracts,oral or otherwise,regarding the subject matter of the Contract shall
be deemed to exist or to bind either party thereto. If any section,sentence,clause,phrase,provision,
or other portion of the Contract is, for any reason, held invalid or unconstitutional by a court or
other body of competent jurisdiction, such portion shall be deemed a separate, distinct, and
independent provision and such holding shall not affect the validity of the remaining portions of
the Contract. The Contract is solely for the benefit of the parties to the Contract and no causes of
action shall accrue upon or by mason thereof to or for the benefit of any third parties.
Procurement and Contracts Division Page 52
{
•
ti
•
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
The City's Chief Procurement Officer or written designee shall have authority to act on behalf of
the City in matters related to the Contract,including but not limited to the sending and receiving of
any notices required hereunder.
71. PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES:
In accordance with Section 287.135(2) of the Florida Statutes, "[a] company is ineligible to, and
may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local
governmental entity for goods or services of:
(a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or
renewing a contract,the company is on the Scrutinized Companies that Boycott Israel List,
created pursuant to s.215.4725,or is engaged in a boycott of Israel;or
(b) One million dollars or more if, at the time of bidding on, or submitting a proposal for, or
entering into or renewing such contract,the company:
1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant
to s.215.473,or
2. Is engaged in business operations in Cuba or Syria."
Section 215.473 ofthe Florida Statutes defines a company to include"all wholly owned
subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such
entities or business associations,that exists for the purpose of making profit."
By submitting a response to this solicitation, a respondent certifies that it and those
related entities of respondent as defined above by Florida law above are not on the
Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the
Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this
solicitation is for a contract for goods or services of'one million dollars or more, by
submitting a response to this solicitation,a respondent certifies that it and those related
entities of respondent as defined above by Florida law are not on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the
Florida Statutes and are not engaged in business operations in Cuba or Syria. Any
respondent awarded a Contract as a result of this solicitation shall be required to
recertify the aforementioned certifications at each renewal of the Contract. The City
may terminate any contract resulting from this solicitation if respondent or any of those
related entities of respondent as defined above by Florida law are found to have
submitted a false certification or any of the following occur with respect to the
company or a related entity: (i) it has been placed on the Scrutinized Companies that
Boycott Israel List,or is engaged in a boycott of Israel,or(ii)for any contract for goods
or services of one million dollars or more, it has been placed on the Scrutinized
•
Companies with Activities in Sudan List or the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List,or it is found to have been engaged in business
operations in Cuba or Syria. Notwithstanding the preceding,the City reserves the right
and may, in its sole discretion,on a case by case basis,permit a company on such lists
or engaged in business operations in Cuba or Syria to be eligible for, bid on,submit a
proposal for, or enter into or renew a contract for goods or services of one million
Procurement and Contracts Division Page 53
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
}
FORMS AND SUBMITTAL DOCUMENTS
pF
1
• yi
jF
Procurement and Contracts Division Page 55
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
y
ELECTRONIC BID PRICING FORM(S)INSTRUCTIONS
This Solicitation uses an Electronic Bid Price Form. You may download the Microsoft Excel spreadsheet
from eSupplier,or you may receive a disc from the Procurement and Contracts Division at no cost to you.
Complete the Electronic Bid Price Form using Microsoft Excel. Insert your Contractor Name, City,
State and Zip in the fields located at the top of the form (in yellow). The Electronic Bid Price Form has
been designed to allow the Contractor to insert data into the appropriate unlocked fields. These fields are
labeled Part No.,Manufacturer,and Firm Unit Price. For convenience,the Electronic Bid Price Form will
automatically calculate and total. If you are submitting a"no bid"item or have an item that is"no charge"
to the City,put a zero(0)in that field. Do not put"no bid","no charge"or N/A in that field.
Once complete,"save as"the Electronic Bid Price Form on a blank CD or flash drive(that you provide).
Return Electronic Bid Price Form and one(1)hard copy of your completed Bid Price Form together
with your completed Invitation for Bids submittal in a sealed envelope, by the due date and time
specified herein. Again, ensure your Contractor Name, City, State and Zip are included on both the
Microsoft Excel spreadsheet and on the front of the envelope that you submit to the City. Be sure to save
a copy for yourself as well.
If you need further assistance in obtaining the Electronic Bid Price Form,you may contact the Procurement
and Contracts Division at(407)246-2291 and we would be more than happy to assist you.
1. FOB Point Destination
2. Discount Payment Terms (if any): N/A %, if paid within N/A days after receipt of invoice.
3. Is your company willing to accept the VISA ePayable solution for payment of all invoices?
X Yes No
4. Is your company willing to serve as a secondary Contractor in the event your company is not selected
for primary award? X Yes No
Recheck your quotations prior to submission.Bids may not be changed after being opened.
Procurement and Contracts Division Page 56
1
BID PRICE FORM
ALL ITEMS IN EACH GROUP MUST BE BID TO BE AWARDED THE GROUP
IFB19-0280 —UNIFORMS ORLANDO POLICE DEPARTMENT
Item No. Estimated Unit Item# Description Unit Price 1 Total
Quantities
GROUP 1 -Spiewak Brand Items
1 600 Each SU310ZS Spiewak Pro W/Sorbtek 365 Mens Short 41.75 $25,050.00
SleeveUniform Shirt,Side Stretch Mesh Navy
2 300 Each SU315ZS Spiewak Pro W/Sorbtek 365 Mens Long 46 $13,800.00
SleeveUniform Shirt,Side Stretch Mesh Navy
3 400 Each SU311ZS Spiewak Pro W/Sorbtek 365 Ladies Short 41.75
SleeveUniform Shirt,Side Stretch Mesh Navy $16,'100.00
4 150 Each SU316ZS Spiewak Pro W/Sorbtek 365 Ladies Long 46
SleeveUniform Shirt,Side Stretch Mesh Navy $6,900.00
Spiewak Pro W/Sorbtek 365 Mens 6-Pocket
5 250 Each SU320 Internal Cargo Pant Navy W/1"Black Stripe 50 $12,500.00
Wrapped Over Leg Pocket Welt.
6 100 Each SU322 Spiewak Pro W/Sorbtek 365 Mens 4-Pocket 44.5 $4,450.00
Pant W/1" Black Stripe,Navy
Spiewak Pro W/Sorbtek 365 Ladies 6-Pocket
7 150 Each SU320 Internal Cargo Pant,Navy W/1" Black Stripe 50 $7,500.00
Wrapped Over Leg Pocket Welt. -
8 50 Each SU322 Spiewak Pro W/Sorbtek 365 Ladies 4-Pocket 44.5 $2,225.00
Pant W/1"Black Stripe,Navy
9 200 Each S3818/S318Z Spiewak Public Safety Jacket,Dark 275 $55,000.00
Navy/Outer(S3818)&Inner(S3818Z)
10 80 Each S309VR Spiewak Vizgaurd Full Length Reversible 116 $9,280.00
Rain Coat,Ansi Standard
Spiewak Traffic Vest,Yellow/Black 062.Ansi
11 100 Each S912P Standard W/Opd Patch On Left Breast& 42.75 $4,275.00
W/Police,Cso,Or Csi On Reflective Stripe,
Front&Back
GROUP 2-Propper Ice Performance Items
12 80 Each F5341 Propper Ice Performance Polo Short Sleeve, 50
Mens,Cobalt Blue $4,000.00
13 40 Each F5327 Propper Ice Performance Polo Short Sleeve, 50
Womens,Cobalt Blue $2,000.00
14 80 Each F5315 Propper Ice Performance Polo Long Sleeve, 52 $4,160.00
Mens,Cobalt Blue
15 600 Each F5341 Propper Ice Performance Polo Short Sleeve, 50 $30,000.00
Mens,Lapd Navy
16 300 Each F531572 Propper Ice Performance Polo Long Sleeve, 52 $15,600.00
Mens,Lapd Navy
z
17 200 Each F5327 Propper Ice Performance Polo Short Sleeve, 50
Womens Lapd Navy $10,000.00
18 100 Each F5357 Propper Ice Performance Polo Long Sleeve, 52
Womens Lapd Navy $5,200.00
19 250 Each F5252 Propper Lightweight Tactical Pant,Mens- 32.5
Lapd Navy $8,125.00
20 125 Each F5295 Propper Lightweight Tactical Pant,Womens- 32.5
Lapd Navy $4,062.50
GROUP 3-Deputy Deluxe Items '
21 30 Each H51221 Deputy Deluxe Short Sleeve Shirt,Light Blue, 53
Male $1,590.00
22 15 Each H51123 Deputy Deluxe Long Sleeve Shirt,Light Blue, 57
Male $855.00
Deputy Deluxe Short Sleeve Shirt,Light Blue,
23 15 Each 115127653
_ Womens $795.00
24 10 Each HS1175 Deputy Deluxe Long Sleeve Shirt, Light Blue, 57
Womens $570.00
GROUP 4-Sentry Plus Items
25 30 Each HX1149 Sentry Plus Specs Mens Long Sleeve Shirt 41
Zipper Front,White(Motors) $1,230.00
26 60 Each HX1249 Sentry Plus Specs Mens Short Sleeve Shirt 39
Zipper Front,White(Motors) $2,340.00
27 25 Each HX1190 Sentry Plus Specs Womens Long Sleeve Shirt
Zipper Front,White(Motors) 41 $1,025.00
28 50 Each HX1292 Sentry Plus Specs Womens Short Sleeve Shirt
Zipper Front,White(Motors) 39 $1,950.00
29 30 Each HS2558 Sentry Plus Hidden Cargo Pocket,Mens(No 42
Stripe) $1,260.00
30 15 Each HS2559 Sentry Plus Hidden Cargo Pocket,Womens 42
_(No Stripe) $630.00
GROUP 5-Flying Cross Items
31 500 Each FX57400 Flying Cross/Cross FX By Fechheimer Mens 37
Trouser,No Stripe $18,500.00
32 300 Each FX57400W Flying Cross/Cross FX By Fechheimer 37
Womens Trouser,No Stripe $11,100.00
GROUP 6- 5.11 Items
33 150 Each 74407-750 5.11 Motor Breeches,Midnight Navy, 93 $13,950.00
W/Yellow Stripe
34 50 Each 73287 5.11 Men'S Taclite Pro Short-Dark Navy 36.5 $1,825.00
(724)-Marine Patrol
-
35 30 Each 63071 5.11 Women's Taclite Pro Short-Dark Navy 36.5 $1,095.00
1724)-Marine Patrol
GROUP 7-Blauer Items
36 50 Each 4650 Blauer Fleece Jacket-Dark Navy 59.5 1 $2,975.00
37 50 Each 9970 Blauer Supershell Jacket W/Gore-Tex-Dark 313 $15,650.00
Navy
38 50 Each 134 Blauer B.Dry Rain Pants-Black 50.5 $2,525.00
GROUP 8 -Tru-Spec Items _
39 75 Each 1062 Tru-Spec BDU Black 35.5 $2,662.50
40 150 Each 1060 _Tru-Spec BDU Khaki 35.5 I $5,325.00
i
41 150 Each 4265 'Tru-Spec Shorts Male (Esu/Ert) 29.5 $4,425.00 '
42 50 Each 1265 Tru-Spec Tactical Response Uniform(Tru) 74
Shirt-Multicam SWAT $3,700.00
43 75 Each 2534 Tru-Spec Tru Combat Shirt 50/50 69 _ `
Nylon/Cotton Rip-Stop-Multicam SWAT 55,175.00
44 100 Each 1248 Tru-Spec"Tru Xtreme Pants" -Multicam 87.5 00
$8,750.
SWAT
GROUP 9-Ultra Club Items
45 150 Each UC8420 Ultra Club Short Sleeve(Price Should Include 13
All Screen Printing) $1,950.00
46 75 Each UC8422 Ultra Club Long Sleeve (Price Should Include 25
All Screen Printing) $1,875.00
GROUP 10-Other Uniform Items
47 250 Each MAX575 Olympic Cool Max Shorts,Dark Navy 85 $21,250.00
48 150 Each SH1135 Elbeco UFX Uniform Short Sleeve Polo Shirt, 62
Mens,W/Pockets-White $9,300.00
GROUP 11 -Miscellaneous Uniforms ALL BIDDERS -
ADDITION PER ITEM COST FOR SIZES
49 250 Each N/A LARGER THAN PREVIOUS SPECIFIED 5 $1,250.00
SIZES.
50 200 Hours N/A ALTERATIONS 15 $3,000.00
•
GROUP 12-Miscellaneous Other Than Uniforms
Flexfit Ball Cap By Yapoong,63%
51 100 Each 6277 Polyester/34%Cotton/3%P.U.Spandex/W 21 $2,100.00
Opd Logo
Keystone Dress Hat,Lapd Blue W/Gold Or
52 50 Each R-10 67.5
_ Silver Band $3,375.00
53 100 Each 1501KC Yupoong Cuffed Beanie Hat Knit 100%Turbo 4 $400.00
Acrylic,Black
54 1500 Each N/A OPD Badge Emblem-Silver(Officer) 0.95 $1,425.00
55 750 Each N/A OPD Badge Emblem-Gold(Supervisor) 1.05 $787.50
56 150 Each N/A Sergeant Chevron _ 1.25 _ $187.50
57 50 Each N/A Master Sergeant Chevron 2.35 $117.50
58 100 _ Each N/A Corporal Chevron 1.3 $130.00
59 4000 Each N/A OPD Shoulder Patch 0.9 $3,600.00 `_
60 60 Each N/A Subdued Shoulder EmblemLGray,Blk 2.25 $135.00
61 60 Each . N/A Name Tab,K-9,Officer,Etc. 2.25 $135.00
62 60 Each N/A OPD Subdued Badge Patch,Gray And Black 2.25 $135.00
63 60 Each N/A OPD Multi-Cam Shoulder Patch, 2.25 $135.00
Green/Brown
64 60 Each N/A OPD Multi-Cam Badge Patch,Od 2.35
Green/Brown $14
65 500 . Each , N/A Longevity Stripes 1.05 $525.00
66 150 Each N/A Arc Rockers(Volunteer,Civilian,Cadet, 1.3
Honor Guard,Chaplin) $195.00
67 150 Each N/A Motor Wheels 1.3 $195.00 _
68 150 _ Each N/A Dress Tie,Navy Blue,Clip On 3.5 $525.00
GRAND TOTAL _ $403,598.50
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
BIDDER'S CERTIFICATION FORM:
I have carefully examined the Invitation for Bids,Instructions to Bidders,General,Standard and Special Conditions,
Specifications, Contract and Acceptance Form and any other documents accompanying or made a part of this
Invitation for Bids.
I hereby propose to furnish the goods or services specified in the Invitation for Bids at the prices or rates quoted in
my bid. I agree that my bid will remain firm for a period of up to ninety(90)days in order to allow the City adequate
time to evaluate the bids.
I agree to abide by all conditions of this bid and understand that a background investigation may be conducted by
the OPD prior to award.
I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify
that I am duly authorized to submit this bid on behalf of the Bidder as its act and deed and that the vendor/Contractor
is ready,willing and able to perform if awarded the bid.
I certify, under oath, that this bid is made without prior understanding, agreement, connection, discussion, or
collusion with any other person,firm or corporation submitting a bid for the same product or service. I further certify
that no officer,employee or agent of the City of Orlando or of any other Bidder has a financial interest in this bid.
I further certify that the undersigned executed this Bidder's Certification with full knowledge and understanding of
the matters therein contained and was duly authorized to do so.
State of Kentucky
Galls.LLC County of Fayette
NAME OF BUSINESS
Sworn to(or affi d)and.,s bscribed before me
BY: this j$ day of ,20. ,by
SIGNATURE
�1 4�( t1 7
Michael W 4ier CEO
NAME& r LE,TYPED OR PRINTED
Signature of N ary
1340 Russell Cave Road Notary Public,State of ReAjti
MAILING ADDRESS
'ersonally Known
Lexington,KY 40505 -. •-
CITY,STATE,ZIP CODE Produced Identification
(800)876-4242 Type:
TELEPHONE NUMBER
(877 ) 914-2557
FAX NUMBER Company Tax ID# 20-3545989
The City only requires Company Tax ID numbers. The
.r1, 1
City is riotrrpquesting individual social security numbers.)
� S r .4 QU.1 IS
• Ct,L'r r
E-MAILDDRESS I �1
I.
Procurement and Contracts Division , Page 57
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
CONFLICT OF INTEREST DISCLOSURE FORM
The award of this Contract is subject to the provisions of Chapter 112, Florida Statutes. All Respondents
must disclose within their Bid the name of any officer,director, employee or agent(or their spouse or child)
who is also an employee or officer of the City of Orlando. Furthermore, all Respondents must disclose the
name of any City employee or officer(or their spouse or child) who owns, directly or indirectly, an interest
of more than five percent(5%)in the Respondents firm or any of its affiliates or subsidiaries.
By submission of this Bid, the undersigned certifies, under penalty of perjury, that to the best of their
knowledge and belief,except as disclosed pursuant to the instructions above,that no officer or employee of
the City(or their spouse or child), directly or indirectly,owns an interest of more than five percent(5%) in
the Respondents firm or any of its affiliates or subsidiaries;nor does the Respondent know of any City officer
or employee having any financial interest in assisting the Respondent to obtain,or in any other way effecting,
the award of the Contract to this Respondent.
Comments:`
1
Acknowledged by:
Firm Name:
Galls,LLC
Signa presen '�e:
Name d Title(Print or Type):
Michael Wessner, CEO
Date•
zJ�i2 19
Procurement and Contracts Division Page 58
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH
SCRUTINIZED COMPANIES
I hereby certify that neither the undersigned entity,nor any of its wholly owned subsidiaries,majority-owned
subsidiaries,parent companies,or affiliates of such entities or business associations,that exists for the purpose
of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to
s.215.4725 of the Florida Statutes,or are engaged in a boycott of Israel.
I In addition,if this solicitation is for a contract for goods or services of one million dollars or more,I hereby
certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned
subsidiaries,parent companies,or affiliates of such entities or business associations,that exists for the purpose
of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies
with Activities in the Iran Petroleum Energy Sector List,created pursuant to s.215.473 of the Florida Statutes,
or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the City may immediately terminate any contract resulting from this solicitation
upon written notice if the undersigned entity(or any of those related entities of respondent as defined above -
by Florida law)are found to have submitted a false certification or any of the following occur with respect to
the company or a related entity:(i)it has been placed on the Scrutinized Companies that Boycott Israel List,
or is engaged in a boycott of Israel, or(ii) for any contract for goods or services of one million dollars or
more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in
business operations in Cuba or Syria.
Name of Respondent: 0 ,LLC Michael Wessner
By:
(A rized Signature
Title: Chi f E cutive Officer
1
Date: '.'C' 17 119
Procurement and Contracts Division Page 59
I
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO.IFB19-0280:
Upon execution of this Contract below by the City of Orlando ("City"), the undersigned hereby agrees to ,
provide all goods and services set forth in its bid in response to the above referenced solicitation
("Solicitation")in accordance with,and subject to, all terms,conditions,and provisions of the Solicitation at
the prices set forth in the undersigned's bid for the items and Work awarded to it by the City. This Contract
and Acceptance Form together with the(i)Solicitation, including all addenda,and (ii)the undersigned's bid
in response to the Solicitation, including all schedules and forms submitted with the bid, all of which are
hereby incorporated herein by this reference, shall constitute the formal written Contract between the City
and the undersi I i ed.
Aii/‘—....ffsi State of Kentucky
SIGNATURE County of Fayette
Michael i ner CEO Sworp tQ(or affi subscribed before me
NAME& E,TYPED OR PRINTED this 19 day of d)an ,20a, by
Miactitt tl)Q404J-. , •
Galls.LLC -11.61.ttry9Q),,SdnutAv _ .
NAME OF BUSINESS Signature of
1340 Russell Cave Road Notary Public,State of k
MAILING ADDRESS
rs onally nown (circle if applicable) , , , ,
�
Lexington.KY 40505 , 1
/
CITY,STATE,ZIP CODE -OR- '
PHONE:( 800 ) 876-4242 Produced Identification: • (• ,.
, i, ,
FAX:( 877 )914-2557 Type of Identification: `
E-MAIL: Rose-Lindsay®Aalls.com •
'61'1, 110
FOR USE BY THE CITY OF ORLANDO ONLY
This Contract is awarded to the party listed above as a: Pr' ary Contractor: Secondary Contractor:
This Contract is for: All Item Numbers: or Item umbets: ` 11 0 1 1 i \ \ 1 Z
INITIAL CONTRACT TERM: G\ i b1 \a40 6-,fr 12L-`
ACCEPTANCE:
APPROVED AS TO FORM AND LEGALITY
CITY OF ORLANDO,FLORIDA for the use and reliance of the
City of 0 ando,Florida,only.
By: 0. 1N.—'
Chief Procurement Officer Assistant City Attorney
ORLANDO,FLORIDA
DAVID BILLINGSLEY.CPSM,C.P.M.
�.��ne. CI' Loth 4
Date: ,4018 Date: bV-L /0 ,;04-8- zol S
49
Procurement and Contracts Division Page 60
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
BIDDER'S QUESTIONNAIRE:
The following questionnaire is to be completed by the Bidder and provided with its bid submittal. If a
question is not applicable,so indicate by writing"N/A".
1. COMPANY NAME: Galls,LLC
Address of Principal Place of Business: 1340 Russell Cave Road
City/State/Zip: Lexington,Kentucky 40505
Phone: 859-800-1402 Fax: 877-914-2557
Name of primary Contact: Nathan Browning Email: Browning-NathanOgalls.com
2. TYPE OF ORGANIZATION:
Sole Proprietorship Partnership Non-Profit
Joint Venture Corporation Other: LLC
State of Formation: Delaware Federal ID# ,0-i5459R9 DUNS# Qd-259-8 82
(The City only requires a Federal Tax ID Number,not a Social Security number.
3. EMERGENCY CONTACT PERSON: Kevin
Phone: 859-800-1266 Fax: 877-914-2557 Cell: N/A
4. INSURANCE COMPANY NAME: See attached
Agent Contact: Phone:
5. EXPERIENCE:
A. Years in business: 51+ •
B. Years in business under this name: 51+
C. Years performing this type of Work: 51+
6. SUBCONTRACTORS-for informational purposes only: If Bidder intends to use subcontractors,
please provide the information below. All subcontractors listed remain subject to approval by the City.
Name of subcontractors to be utilized and type of Work:
Name Type of Work M/WBE VBE Certified? City Certified?
(Y or N) (Y or N)
Fann Emblems Embroidery WBE N Y
Emblems,Silk
**Please see attached letter and certification** Screen etc.
7. LOCAL SERVICE FACILITY NO MORE THAN 15 MILES FROM OPD HQ:
A.Name of local service center: Galls.LLC
B.Address of local service center: 11602 Lake UnderhillRoad Suite 121 Orlando.FL 32825
C.County local service center is located in: Orange County
D.Contact: Nathan Browning Telephone number: 859-800-1061
Procurement and Contracts Division Page 61
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1FB19-0280
8. RECYCLESD CONTENT:
A. Percentage of recycled material contained in the product: NA %
B. Is your product packaged/shipped in material containing recycled content? Yes No X
C. Is your product recyclable after it has reached its intended end use? Yes No x
9. REFERENCES:
Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for
similar size and scope for which your firm has provided within the last three(3)years.
Reference#1:
Name: Miami Police Department
Address: 444 SW 2nd Avenue,6th floor.Miami,FL 33130
Telephone No.: 305-416-1958 Fax No.:
Contact: Kia Burrows
E-mail:
Project Size: Annual Amount:
Reference#2:
Name: Orange County Sheriffs Office
Address: 2500 West Colonial Drive Orlando.FL 32804
Telephone No.: 407-254-7060 Fax No.:
Contact: Ken Lewis
E-mail: Ken.Lewis( locfl.net
Project Size: Annual Amount:
Reference#3:
Name: Sumter County Sheriff
Address: 1010 North Main Street,Bushnell,FL 33513
Telephone No.: 352-569-1624 Fax No.:
Contact: Tandy Eveleth
E-mail:
Project Size: Annual Amount:
Reference#4:
Name: Orlando Fire Department
Address: 78 West Central Blvd.Orlando,FL 32801
Telephone No.: 407-246-2147 Fax No.:
Contact: aArthur Zachery
E-mail:
Project Size: Annual Amount:
•
Procurement and Contracts Division Page 62
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF1319-0280
WRITTEN QUESTION(S)FORM:
Any questionsrelative to interpretation of specifications or the solicitation process must be
o addressed to the City in writing. For uniformity, the City requests that you use the following
'aso format. No verbal inquiries will be accepted. Written questions must be received at least ten
(10)days prior to the solicitation due date. Written questions received within ten (10)days of
the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as
identified in this Invitation for Bids. This form is provided for your convenience; however, emails to the
Purchasing Agent are acceptable.
Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding.
Oral answers will not be authoritative. ELECTRONIC SUBMISSION PREFERRED
SOLICITATION NUMBER:IFB19-0280 DATE DUE: April 15,2019 by 5:00 p.m.
SOLICITATION TITLE: UNIFORMS FOR ORLANDO POLICE DEPARTMENT
COMPANY NAME:
ADDRESS:
CITY: STATE: ZIP: •
CONTACT NAME: PHONE:
1.
2.
3.
4.
5.
Procurement and Contracts Division Page 63
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
N/A
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM:
Chapter 57, Article II, Minority Business Enterprise (MBE), and Article III, Women-Owned Business
Enterprise(WBE)of the Orlando City Code,establishes goals of 18%(MBE)and 6%(WBE),respectively,
of the City's annual monetary value of Contracts and subcontracts for supplies,services and construction to
be awarded to Minority and Women-Owned Business Enterprises(MWBE).
For further information regarding this program,please refer to Chapter 57 of the Code of the City of Orlando
or contact:
Minority Business Enterprise
City Hall at One City Commons
400 South Orange Avenue-51 Floor
Orlando,Florida 32801
(407)246-2623
If your company is currently certified,please enter the certification number and the expiration date in spaces
provided below or submit a copy of the certificate received from the City stating that your company is
certified by the City as a Minority/Women-owned Business Enterprise:
Business Name:
Certification Number:
Expiration Date:
There shall be no third party beneficiaries of the Minority Business Enterprise or Women-Owned Business
Enterprise provisions of this Contract. The City of Orlando shall have the exclusive means of enforcement
of the MBE/WBE Ordinance and Contract terms. No right of action for non-signatories of the Contract is
intended or implied. The City of Orlando is the sole judge of compliance. All solicitations and submittals
awarded will be evaluated in accordance with Chapter 7 and Chapter 57,Articles II and III.
In order for a Bidder to receive credit for MBE/WBE certification,the firm must be certified with the City
of Orlando MBE/WBE Office on or before the date set for submittal of bids.
City Code Chapter 57, Articles II and III, govern the City's Minority and Women Business Enterprise
Programs. The awarded Bidder may be asked to meet with the City's M/WBE Department after the Notice
of Intended Action-Award of Bid has been posted to discuss any potential subcontracting opportunities with
City certified M/WBE.
Procurement and Contracts Division Page 64
N/A
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1FB19-0280
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM
In order to foster economic development and business opportunities, promote the growth and development
of local businesses, and rectify the economic disadvantages of service-disabled veterans and wartime
veterans who have made extraordinary sacrifices on behalf of the nation,the City of Orlando has adopted a
Veteran Business Enterprise("VBE")Preference. For further information regarding this program,please
refer to Chapter 7 of the Code of the City of Orlando.
In order for a Bidder to receive credit for VBE certification for this solicitation,the Bidder must have its
principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, Seminole or Osceola
Counties)and be a certified veteran business enterprise by the State of Florida Department of Management
Services as set forth in Section 295.187 of the Florida Statutes as of the date set for submittal of bids.
If your company is currently certified,please enter the certification number and the expiration date in spaces
provided below or submit a copy of the certificate received from the State of Florida Department of
Management Services stating that your company is certified as a veteran business enterprise:
Business Name:
Certification Number:
Expiration Date:
There shall be no third party beneficiaries of the Veteran Business Enterprise Preference provisions of this
solicitation or resulting Contract. The City of Orlando shall have the exclusive means of enforcement of
the Veteran Business Enterprise Preference Ordinance and any Contract terms. No right of action for •
non-signatories of the Contract is intended or implied. The City of Orlando is the sole judge of compliance.
All solicitations and submittals awarded will be evaluated in accordance with Chapter 7 of the Code of the
City of Orlando.
Procurement and Contracts Division Page 65
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
ADDENDUM ACKNOWLEDGMENT FORM:
The undersigned acknowledges receipt of the following addenda to the Documents(Give number and date
of each):
Addendum No. 4 I Dated 4L/j9 1 .
Addendum No. Dated -
Addendum No. Dated
Addendum No. Dated r
Addendum No. Dated
Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major
irregularity and will be cause for rejection of the bid.
Galls,LLC
Company
Signature illeviljg. . . ,
Chief Executive Officer
Title •
Procurement and Contracts Division Page 66
CITY OF OANDo
April 19, 2019
TO: All Bidders
FROM: Angela Thomas,Purchasing Agent III
Procurement and Contracts Division
SUBJECT: UNIFORMS FOR ORLANDO POLICE DEPARTMENT
• LOCATIONS Transmittal of Addendum No. One(1)
IFB19-0280
•
Please be advised of the following changes/clarifications to subject solicitation. The solicitation is hereby
changed accordingly.
•
•
A. REVISED BID PRICE FORM;
Replace Bid Price Form with the uploaded REVISED ELECTRONIC BID PRICE
FORM at vendorlink.cityoforlando.net
B. MODIFICATIONS TO THE SOLICITATION::
1. OPD Patches with Civilian rockers should be sewn on both sleeves.
2. "Community Service Officer"should be screen printed on back.
3. The Community Service Officer badge on front/left with,and name on the
right. "Supervisor"should be under the name of supervisors.
4. Supervisors print should be Gold and Officers should be Silver.
C. WRITTEN QUESTIONS RECEIVED:
Ouestion No.One(1):
Lines 12-19 in conjunction with page 84 is a little confusing. It shows customization
options but nothing that clearly specifies what customization and location will be needed
for the Propper ICE polos.Can we get a clear color photo of a current shirt,front and back
to show placement and back/front options?
Answer No. One(1):
.
8
Page 1 of 4
Uniforms for Orlando Police Department IFB19-0041
Addendum No. One(1)
April 19,2019
Ouestion No.Two(2):
Should we go by what is shown on pg. 84 in Exhibit 1 or is it the customization listed on
page 81?The header in exhibit 1 says Propper ice polo but the item appears to be a t shirt.
Answer No.Two(2):
Pages 69—86 - EXHIBIT "1" - DEPARTMENT ART FOR EMBROIDERY is for
reference only. The exact required item numbers are given on the Bid Price Form.
Question No.Three(3):
Lines 11 and 15 are identical,was this a duplicate,and does one need to be removed?
Answer No.Three(3):
See the uploaded REVISED ELECTRONIC BID PRICE FORM at
vendorlink.cityoforlando.net
Question No.Four(4):
What customization will be needed for the Deputy Deluxe items? Lines 22-25 on Bid
Price Form?
Answer No.Four(4):
Customization includes shoulder patches w/volunteer rocker, circle badge with Citizen
Observer Program on left breast area.
Question No.Five(5):
What customization will be needed for the Sentry Plus items Lines 26 -29. Will this be
the customization listed in Exhibit 1 on pages 79 and 80?
Answer No,Five(5):
Customization includes shoulder patches w/Motor Wings are on the left sleeve.
Question No.Six(6):
On page 9, section 7.0 (b) refers to Volunteer shirts customization, which items will
require this on the bid price form?
Page 2 of 4
Uniforms for Orlando Police Department IFB19-0041
Addendum No. One (1)
Apri 1 19,2019
Answer No.Six(6):
Customization includes shoulder patches w/volunteer rocker,circle badge with Citizen
Observer Program on left breast area.
Question No.Seven(7):
Will the department accept the Gildan Performance short sleeve 42000 and long-sleeve
42400,in lieu of the Ultra Club UC8420 and UC8422?Lines 46 and 47 on bid price form.
A sample can be provided.Also,please confirm the customization that goes on the T shirts
line 46&47?
Answer No.Five(7):
Please refer to SECTION 5—SUBSTITUTION OF ITEMS,on Page 10.
Question No.Eight(8):
If we are going to partner with an WMB to sub some of our customization needs, do we
fill out the WMB section with their information or is there something else needed that we
have not seen?
Answer No.Eight(8):
No,the MWBE section is for your information or N/A if not applicable to your company.
Subcontractors are listed in the Questionnaire Section 6,Page 61.
Ouestion No.Nine(9):
Do you have a projected list either annual quantities or annual spend based on the items
listed on this solicitation?
Answer No.Nine(9):
The Electronic Bid Form represents the estimated annual amounts based on previous
years.
D. FINAL COMMENT: Only written questions answered in writing by formal Addendum
will be binding.Oral and other interpretations or clarifications will be without legal effect.
Questions received within 10 days of the Bid Opening date will not be given any
consideration. Question period is now closed.
Firms are reminded to review the original solicitation and all subsequent Addenda issued.
THE ATTACHED SIGNATUJIE PAGE MUST BE COMPLETED AND RETURNED
WITH YOUR SUBMITTAL.
In other respects, except as specifically stated above, all other terms and conditions of the
solicitation remain unchanged.
Page 3 of 4
Uniforms for Orlando Police Department IFB19-0041
Addendum No. One(1)
April 19,2019
SIGNATURE PAGE
Bidders are asked to acknowledge receipt of this Addendum No. One(1),by completing the information
requested below and submitting this information with their Bid. Failure to do so may subject the Bidder
to disqualification.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
LLe
NAME OF BUSINESS
BY:
SIGNATURE/DATE
Ai I ,. -es 1 !
,e cL ) • �� -
NAME&TITLE,TYPED OR PRINTED
I31-I-0Bowl( GAve.°-RorAci
MAILING ADDRESS
CITIES,STATE,ZIP CODE
r Soo-37CFp 7'7-,(314- 06s.-1
AREA CODE WITH TELEPHONE and FAX NUMBERS
Page 4 of 4
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
"NO BID" RESPONSE
TO
INVITATION FOR BIDS
Procurement and Contracts Division
400 South Orange Avenue,Fourth Floor
Orlando, Florida 32801
If your firm is unable to submit a bid at this time, would you please provide the information requested in
the space provided below and return to:
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando,Florida 32801
We have received Invitation for Bids No.IFB19-0280,opening at 2:00 a.m.,Local Time.City of Orlando,
FL,on April 25,2019.
Reason for not bidding:
BY:
Signature
Name&Title,Typed or Printed
Company Name
Procurement and Contracts Division Page 67
}
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
EXHIBIT "1"
•
DEPARTMENTy ART FOR EMBROIDERY
Mite
4,),ixe ,Pnaiir: E, t 41%
! 1
� {I ' (OM CarYMe
t , d ,4%,');) J
Procurement and Contracts Division Page 68
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
Officer Patch
Officer Patch Silver
I 1,'
Procurement and Contracts Division Page 69
(
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
CPL - CHEVRONS
(ry 5
: ,tgr:1i
{*�ti S�iita A.,�' r
•�t_..�'fF 1.;,..{141,-4,:{
i:^E
0,1.,.$4, .:.,6,,,.t --',,,,, :,,- ,;::,-
tt
.fit �Sa;.' �j qj �i
SGT - CHEVRONS
r
;' ��-� a(.L.,,
• (tf ?dt(‘f A1, ;Ji
..,„itest : --rj_i'.„r4-4A,„', iffr.4.:,'. . . .
' �.lt.�'##''.,' 1•c 4 Rb gfT r' v'''r'e'ly}, E
10
h pilfr 31a.
' •
•4ai•
.
e
,
4
Procurement and Contracts Division Page 70
t
UNIFORMS FOR ORLANDO POLICE DEPARTMENT • 1F1319-0280
MINI FOR PROPPER ICE POLO SHIRTS
• : tea\
•
ti
•
•
•
•
2" x 3" 2" x 2 1/4"
•
2 1/4" x 2"
•
Procurement and Contracts Division Page 71
UNIFORMS FOR ORLANDO POLICE DEPARTMENT 1FB19-0280
FOR NAVY BDU
LEFT CHEST:Embroidered Orlando Police Gold Badge with MOUNTED UNIT below(2.5"W x 3.511)
RIGHT CHEST Name embroidered in GOLD--example shown below.(318"tall letters)
Both Sleeves: ORLANDO POLICE embroidery in gold(2.6"W x 0.9"N)
Example of right chest name...
'A00 f
.111
a
2 J
}
w, tlt
rill'4
Thread Colors:
• 1024 Gold
1124 Bright Cold
•
. f
- a
Procurement and Contracts Division Page 72
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280
FOR EMBROIDERY ON LEFT CHEST FOR ORLANDO POLICE
SPECIAL OPERATIONS DIVISION (V.F.H. ENFORCEMENT)
SIZE 3.5"W x 4"H
•
•
RIGHT CHEST EMBROIDERY:The Following Names for Spelling Approval(.31I"G01(1of Whit.Block Letters)
1, a
j' A 911
.... „-.'4'4 .•, .1 e'e w ;, ..
VAi
Procurement and Contracts Division Page 73
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF019-0280
ART FOR EMBROIDERY
FOR PROPPER TACTICAL SHIRTS—OPD CRIME PREVENTION DIVISION
Left Chest Embroidery: Orlando Police round seal in full color with CRIME PREVENTION DIVISION below(4"W x 4"H)
Both Sleeves: ORLANDO POLICE embroidery in gold(2.6"W x 0.9"H)
•
•
{
- 2
P
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
MOCK TURTLENECKS AND DICKIES FOR ORLANDO POLICE DEPT,
THREAD COLOR::
Tti. _io Ff— ii 9
i
LIGHT.SILVER il3971
on black mock turtlenecks
CENTER OF NECK (FRONT)
. :
.4'".":: !:'-''"h E!!!': ':ii • tiifigiWotitK.
F,,ti
mock turtlenecks
CENTER OF NECK(FRONT)
I :
Procurement and Contracts Division Page 75
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IF'BI9-0280
FOR EMBROIDERY ON LEFT CHEST OF NAVY CARDIGAN SWEATERS.
-------- _ SIZE--3.45"W x 4.65"H
- i
• F
Procurement and Contracts Division Page 76
}
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
ON BLACK POLOS FOR ORLANDO POLICE INSTRUCTOR
Left Chest Embroidery: Orlando Police Badge In gold (2"W x 2,7"I1)
with "GANG UNIT" below in 3/8" gold letters
Right Chest Embroidery: Rank/Name in 3/8" gold letters
Sleeve Embroidery; ORLANDO POLICE in 3/8" letters
latch. I:.. Ii.highest
r .4z'r F '
F4) I l4 �i1F1 t 1
':�ffl1 ,jfppl j '7
I4t0 Y
J
I
•
•
Procurement and Contracts Division Page 77
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
f
.ail� 'i'7
1,.1,
'''p €
t..!
k5fit.„.21014 ... 4.,-„,404104:01
,F,�, 7 A...
1
t ' Is. Ate. [
is
e l; OW* 4.
e
C
s
1.
s
i
r
1
i
6
Z
t
t
t
1
S
F
w
Procurement and Contracts Division Page 78
,
C
1
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9.0280
For White Uniformi
Shirts
Left Chest Embroidery: Orlando Police Department Badge(2.22"W X 3,48"H)
Right Chest Embroidery: Motor Wing Above Last Name
Example of Right Left Chest Embroidery
Chest Actual Size Actual Size
318"Standard Block Letters
"iiiii4
_IS in PI ,A. Vtkk.14
egfai0 4 °I fi *- ' 1 tkZ0 4/1 .
\.,0 111:1:11,}:. e(i'D,Pi.dabittit'll
•
Ar 4
Master Sgt. T. Woodhall ‘N-47.-, ,. ti,,
,y0/
NI
elwf
�. ...... MOTOR UNIT
4111t
0 :, .
4 .
Motor .wwrira MO , OM
0
O 0
di
I I
Procurement and Contracts Division Page 79
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
ART FOR EMBROIDERY APPROVAL
For Dark Navy Uniform Shirts
Left Chest Embroidery: Orlando Police Department Badge 12.15"W X 2.9"H)
Right Chest Embroidery: Motor Wing Above Last Name
Optional Collar Embroidery: OPD
Example of Right
Cheat Actual Size Collar Embroidery Actual Size Left Chest Embroidery
3/8"Standard Block Lettere atr Standard Block Letters Actual Size
— s
411
Optional Co8ar Embroidery...,.. f I
on Some Items
Thread Colors:
1024 Gold
1124 Bright Gold
£p
- - S
ALIGN BOTTOM
OF LEFT AND
RIGHT CHEST
EMBROIDERY
Procurement and Contracts Division Page 80
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
ART FOR EMBROIDERY
ON PROPPER POLOS AND TACTICAL SHIRTS FOR ORLANDO PD
Left Chest Embroidery: Orlando PD Badge (2"W x 2,7"H)with "Training Staff" below
Right Chest Embroidery: Rank, 1st initial, Last Name
Both Sleeves Embroidered with ORLANDO POLICE in gold
Shown below at actual embroidery size.
Lett:.P.hest.......
EXAMPLE of right chest
1
ISS lf -
1
•
Procurement and Contracts Division Page 81
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
For Orlando Swat Team Patch
(3.6"W X 3.6"H)
Actual Size Shown Below
PF
_ 6
. Y
Procurement and Contracts Division Page 82
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
ART FOR EMBROIDERY
Hat embroidery
2.7"W x 2.8"H
•
•
•
•
•
•
Procurement and Contracts Division Page S3
t
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 :-
,
f
PROFFER ICE POLO
,
,
,
FRONT PRINT SIZE: (13"W X 8A"H) 1
• BACK PRINT SIZE:(13"W X 7"H)
FR.° i • ;,.NT: 13 X 8A"H
. .
. ,
. .
t
. i
1
i
- i
1 '' ,17, ', 7; 11
141,s
ki
4.". z- ,e1 , .
.. ., . . -
i
MESH
t
I
t
i
mp .r.RINT;13."W X 7"H
„
.1.
,
i
.... i
t •7t it.-ti• ;,), ';1 t Pli'
-ir
;
t
t
,
t
I
Procurement and Contracts Wision Page 84 !
t
UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280
COMMUNITY SERVICE OFFICER
(CIVILIAN)
LEFT CHEST: ORLANDO CSO BADGE
RIGHT CHEST: CSO / First Initial. Last Name
•
f
_4
•
' I
•
•
PRINT FULL BACK: COMMUNITY SERVICE OFFICER
414' mia
•
•
Hr„
SLEEVES: OPD PATCHES (BOTH)
PROPPER I.C.E.TACTICAL POLO SHIRTS
Procurement and Contracts Division Page 85
p£
•
•
(.. .
•
Lex1tngto6•114Y'405.d5• .
Gallo;LLC standard.Warranty
All products will fall:under the manufacturer's standard warranties. In addition,Galls offers a
"No Hassle Guarantee"on returned merchandise. This means that if you are unhappy for any t
reason with your purchase,you may return it to Galls"for:an exchange or refund within 1 year
from purchase date.
All ballistic and stab resistant material will:havd'afive,y warranty:from_the;purchase dais ' :: _
Upon timely notice,Manufacturer will:repar oir,re'7at e'aity'vest/plate iri.which,anter'.
examination by Manufacturer,Manufact er:determines:there.is'a manufacturing'.defeut, .' •
••
The outer shell carriers are warranted tobe free from manufacturing defects for 24 months from
the date of purchase.
_
1
. r
S
PROUD TO SERV EAMERICA'S PUBLIC SAFETY PROFESSIONALS
{
Pape 1 of 1
CERTIFICATE OF LIABILITY INSURANCE [ DATED ssoirYY )
02/28/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS —
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certMoate holder le an ADDITIONAL INSURED,the policy(lee)mutt have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms end conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsemenUs).
PROOUCER r
Willis o! Nine York, Ino.
o/0 211 Century Dlvd M4sill 1-677-945-7370 in Nth 3. SSS-467-2376
P.O. so: 305191 AF,,., . cartifiostesewillii.00m
Nashville, TR 372305191 VOA EISURSR[S)A7FO11DWeCOV5RApi - NNCS _
INSURARAZ Q5i Insurance Corporation 39317
INSURED monis:General Casualty Company of Wisconsin 34434
Galls, LLC ,
1340 Russell Caw ad. IWUREROt Pswetorim Y 37257 -
Lexington, fir 405053114 IN6UNROt
INSURERS;
INSW11I Fi
OVERAGES CERTIFICATE NUMBER:W10261557 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED MOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIDL�CLAIMS.
MOLNAR
j 1YPEOPOMURANCE PONOYNUNEER AIWA1WSBA% LENTS
X COMMMCIALOBIERALUASIUTY
EACH OCCURRENCE 5 1,000,000
MAMMA=Q OCCUR P 115Nonencel ! 1,000.000
A MEQ511P(Arriearerun/ 5 10,000
Y 00111331044 03/01/2019 01/01/2020 PERSONAL&ADO WRIRY $ 1.000.000 `
iss.Aoa LLpOpnTAPFUISP5ft 0ENERALAOOREGATE _.$ 2.000,000
X POLICY 24 ❑LOC PRODUCTS.001AXOPA013, $ 2.000.000
OTNSR $
AUTOMOSILBLIAso.nv EM fINOLELSRT $ 1.000,000
)( AHYAUTO BODILY
INJURY(PerN ) $
SCHEDULED YA WD_ =wpm 0021331044 03/01/2019 03/01/2020 ECDILYNJURY(Per.ocIdeni) $
^NIis $
— JONLY _ ONLY
$
,
s X YNMELLAUAa X OCCUR EACH OCCURRENCE $ 5,000,000
COBS UA5 ci,is,wpg Y CC01331044 03/01/2019 03/01/2020 AGGREGATE 5 5,000.000
X_DEO I 1 mammon,10,000 I
=RCM COMPIDISATIO11 pi�pp II per{
ANDWPLOYERS'LWIUTY Y1N ,x I$T TIQE SR
O ANYPROPMETONAVITNNVOXEECUIWEEl.EACH AOCSIENT S 1,000,000
OP 6MENSERO{CLUDs07 ❑ NM CNC133104a 03/01/2019 03/01/2020
Emden*.
Seendeletyle
mdeevaeis alit E.L DISEASE-EA EMPLOYEE $ 1,000,000
DESCRIPTION OPOPSRATION!below ...04,_ oy UMI
g.Pouv s 1,000.000
ossourzott orOPERAt.OW/WarnosstviracLM(MORD in.Addldenel RemitsSchedule.may bemtoMdItem wean resulted)
Certificate holder is included as an Additional insured as respect. to General Liability, Auto Liability and
Vebralls/Excess Liability as required by written contract.
C BTIFICATE HOLDER CANCELLATION_
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL Bl DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTNOII®DR4MSENTATIV5
4.
Proof of {insurance "7
0 19884016 ACORD CORPORATION.All rights reserved.
ACORD 28(2016109) The ACORD name and logo ere registered marks of ACORD
as The 17590923 SaTQtr 1055926
• A . , .
:, .
. . . ALS'
•411
1340 RuSsejI C ;Offload.: .
Lexlngton;:iK�:a 8:.:, •
•
Galls,LLC Response Clarifications
Regarding the revised pricing form;
Items#36-37:Blauer Fleece Jacket and Blauer.Super shell.Jacket w/Gore-Tex;
Pricing does not include customization,this will be provided when customization.
details are given.
Item#52, Keystone Dress Hat,LAPD Blue w/Gold or Silver Band.Pricing includes:.
gold or silver band.Pricingdoes not include leaf embellishments.
Item#53:Yupoong Cuffed Beanie Hat Knit 100%Turbo Acrylic.Pricing does not
include customization,this will be provided when customization details are:giVen,
- i
Women Owned Business/Subcontractor
Galls,LLC will be utilizing Fann Emblem,a small-women owned business,as•a sub-
contractor,if awarded this contract Based on the quantities fromthe bid,
$52,662.00 will be allotted to Fann Emblem annually..Certification and W-9 for the •
subcontracted company is attached.
I 4
2
}
PROUD TO SERVE AMERICA'S PUBUC SAFETY PROFESSIONALS
aCITY OF
, ORLANDO
CITY OF ORLANDO 1vI/WBE CERTIFICATION
AWARD LETTER
EXPIRATION DATE: 10/31/2019
CERTIFICATION NUMBER: 20074550
CERTIFICATION TYPE: itz
COMPANY NAME: Fann Emblem& Embroidery Company, Inc.
1330 W. Central Blvd.
Orlando, FL 32805
OWNER NAME: CONNIE PREBENDA
CERTIFIED LINE(S) OF BUSINESS/SPECIALTY AREA(S):
Monogramming, Embroidery, Emblems, Decals; Custom Flags,
Banners, and Silk Screening; Shirts and Promotional Products
EXECUTIVE OFFICES •EMMY BUSING ENTERPRISE AND BLUEPRINT DIVISION
Orlando City Han•400 South Orange Menus• Eighth Floor
PO Box 4900.Orlando,.FL 82802-4990
P 407.240.2828• F 407.246.0000•d tyolotlando.net
I
x
Fenn W-9 I Request for Taxpayer
Give Form to the
(Rev.October 2018) identification Number and Certification requester.Do not
Department din)Treasury Most send to the 1R8. ,.
Intens Revenue Service ►Go to www.tro.gov/FonnWS for Instructions and the t Info m■tlon. t
• I dams(as shown on your imams tax MIum).Name Is required on this line;do not leave this ins blank.
Fenn Emblem&Embroidery Co.,Inc. t
• 2 Business name disregarded entity nems, d Event from above
i
Vi 3 Check appropriate box for federal tax ohusiflcatlon of the person whose name is entered on fine 1.Check only one of the 4 Exemptions(codes apply only to t
following seven boxes. certain*Mies,not Individuals;see
Instructions on paga 3):
0 0 IndMcalnelema heeler imodeler or 0 C Corporation o S Corporation 0 Partnership 0 Trwvestete j
Exempt
it
0 i.lmlted Neely company.Enter the tax classificationcorporation.84 corporation,P•Patnsrship)► awbe code F
& Note.Check the appropriate box In the line above for the tax claesificatlen of the single-member owner.Do not check Exemption from FAT reporting
1 LLC Elm 1.1.O is oleeselsd as mangle-member ILC that Is disregarded from the owner unless the owner of the LLO is
another LLC that Is not disregarded from the owner for ILO.federal tax Roane.Otherwle..a single-member ILC that 0od°of
is disregarded from the owner should check the appropulete box tar the nut ttieasiNoatbrh of its owner
❑ Other(ate insbudions)► rage aahnewar•w,an.oartewaowq
5 Adder's(number,sheet,and apt.or suite nes)See Instructions. Requester's nano and address(optktnaq r
S 1330 West Central Blvd
II City,state,and ZIP code s
Orlando,FL 32805 E
7 Ust account numbers)here(optlona4
. EnTaxpayer identification Number Ci i
i
Enter your TIN In the appropriate box.The TIN provided must match the name given on line 1 to avoid aortal NMI,number I
backup withholding.For bxdlvlduals,this is generally your sorrel security number MN).However,for a
resident alien,sole proprietor.or disregarded entity,see the Instructions for Pat 1,later.For other — .. J '
entitles,it le your employer Identification number(EIP1J.If you do not haves number,see How to pet a ._ i
TIN,later. or i.
Note If the account is in more than one nears.esu the instructions for Nee 1.Also see What Name andcorer kMMtlRe�ih toss number
. Number ro Me the Requester for guidelines on whose number to enter. 4_
6 9 3 1 6 8 3 2 4L I
I'; t t I I Certification
L 4
Under pennies of perjury,I certify that: '"- i
1.The number shown on this form is my correct taxpayer identlflcatIon number(or I ani welting far a number to be Issued to me):and
2.1 am not subject to baokup withholding becauee:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue
Service«R$)that I am subject to backup withholding as a result of a failure*report all Interest or dividends,or(o)the IRS has notified me that f em r
no longer subject to backup Withholding;and
i
3.1 am a U.S.citizen or other U.S.person(defined below);and
4.The FATCA codes)entered on this form(If any)Ind lcxatnT that I am exempt from FATCA reporting Is correct. _.
Cerdtioetion Instructions.You must cross out Item 2 above M you have been notified by the IRS that you are currently eul jeot to backup withholding because
you have felted to report all Interest and dividends on your tax return.For real estate transaotlons,Item 2 does not epply.Poi'mortgage.Interest paid. 1
acquisition or abandonment of secured property,cancellation of debt,contribution!to an individual retirement amtngement(IR and generally,payments
other then interest and dividends,you am not Wed to sign the certification,but you must provide your correct TIN.Seethe ktstnrcllcns for Pact II,later,
_Sign Signature of r 74-'2.
s
Hare u.s.parsons pee► I /Z3 �r i
..
General Instructions •Form 1099-DIV(dividends.Including those from stooks or mutual i
. f'a'ds)
Sexton references are to the Internal Revenue Code unless othmwlse •Form to99-MISC(various types of income,prbws,awards,or groom
noted. proceeds) 11.
i
Future developments.For the latest information about developments (stook mutual fund sales and certain other
related to Form W-9 and Its Instructions,such as legislation enacted transactions by
after they were published,go to www ora pr v/Fom»WS •Form 1099-S(proceeds from real estate transeotbne)
Purpose of Form •Form 1099-K(merchant card and tthkd party network transactions)
An individual or entity(Form W-9 requester)who Is required to file an •Form 1095(home mortgage interest 10911-E(student loan Interest), i
- information return with the IRS must obtain your correct tar payer 10984(tuition)
identification number MN)which may be your social security number •Form 1090-0(canceled debt)
(SON),individual taxpayer Identification number gm adoption •Form 1099
taxpayer Identification number(ATMq,or employer identificatioo n
number (acquisition or abandonmentof secured property) 1.
(Eamount reportable on an,to report on an Information
nform return.Examples of Infor mt alien),to er other Use provide your if
TIN.U.S.you are a person(Moluding a resident
returns include,but am not limited to,the following. f/you do not return form W-.9 to the requester thyfth a TW,you might
Form 1099-INT(Interest esmed or palet be subject to backup ori hhoSldlng.Seo What Is backup withholding,
4�p� r
rm i
Cat.No.10231X Fotev.10 2019 i
Form W-9 Request for Taxpayer Give Form to the(Rev,October 2018) Identification Number and Certification requester.Do not
putment
asury
Inien Revenue(lents. ►Go to wwWdre gov/FortnWD for Instructions and the latest information, send to the IRS.
1 am sown on your inborn tax retu Name Is required on tQFs line;do not leave this line blank.
Galls Parent Holdings,LLC -
_
2 Business name/disregarded entity name.If different from above
Galls LLC(FEIN 20.3548989)
ei a Check appropriate box for federal lax classification of the person whose name is entered on line 1.Oheok only one of the 4 Exemption,(*odes
apply only to
following seven boxes. c etaintsn ent flees pap Individuals;see
8 0 ktdvlduaveol.proprietor or 0 c corporation ❑8 Corporation 0 Partnership 0 Trust/estate
•
single-member LLC Exempt payee code Of any)
i' 0 Limited liability company.Enter the tax classification(C•C corporation.8.8 corporation.P=+Partnerehip)► P
b Note:Check the apprro�pprriIate box In the line above ler the tax dsseabation of the single-member owns. Do not check Exemption from FATCA reporting
LLC If the LLC Is class!ed as atingle-member LLC that Is disregarded from the owner unless the owner of the LLC Is code fif any)
another LLC that Is not disregarded from C.owner for U.B.federal tax purposes.Otherwise,a'Mole-member LLC that
Is disregarded from the owner should check tib eppropdete box for the lax classification of its owner.
❑ Other(see inetuctions)> mew r..00•wxamu+rereea,rerd.fine us r
6 Address(number,street,and apt or suns no.)See Instructions. Req ester's name and address(optional
d3 P.O.Box 71625 •
e City,state,end ZIP code
Chicago,IL 60694-1628
r Uet account numberp)hen(optional
® Taxpayer Identification Number(TIN)
Enter your TIN.in the appropriate box.The TIN provided must match the name given on fine 1 to avoid Socil; rigf Member
backup withholding.For Individuals,this Is generally your social security number(SSN).However,for a `
resident alien,sole proprietor,or disregarded entity,see the Instructions for Part I,later.For other - ..
entitles,N Is your employer Identification number(EIN).If you do not have a number,see How to get a .
77N later. or _
Note 11 the account lain more than one name,see the instructions for Ire 1.Also see What Name and m ca on number
!timber To Glue the Requester for guidelines on whose number to enter, -
8 2 --...4i 4 9 9 4 6 9
iminni Certification
Under penalties of perjury,I certify that:
1.The number shown on this form Is my correct taxpayer Identification number(or I am waiting for a number to be Issued to me);and
2.1 am not subject to backup withholding because:(s)I am exempt from backup wthholding,or(b)I have not been notified by the Internal Revenue •
Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am
no longer subject to backup withholding;and
3.I am a U.S.citizen or other U.S.person(defiled below);and
4.The FATCA cadge)entered on this form(If any)indicating that 1 am exempt from FATCA reporting Is correct.
Certification Instructions.You moot crone out item 2 above If you have been notified by the iRS that you are currently subject to backup withholding because
you have feted to report ell interest and dividends on your tax return.For real estate transactions,Item 2 does not apply.For mortgage interest paid,
acquisition or abandonment of secured property,cancellation of debt,contributions to an Individual retirement arrangement ORA),and generally,payments
other than kderest and dividends,you we not required to sign the certification,but you must provide your oorrect TIN.8es the Inetruotlone for Part II,later.
•
Sign — Signeture of ,yroS
Here u.s.person* � �` L Date t• /m'"'�.'"-!>
General Instructions •Form 1099-DIV(dividends,Including those from stocks or mutual
funds)
Section referenoes are to the Internal Revenue Code unless otherwise •Four 1099-MISC(various types of Income,prizes,awards,or gross
rioted. proceeds)
Future developments.For the latest information about developments •Form 1099-8(stook or mutual fund sales and certain other
related to Form W-9 and its instructions,such as legislation enacted transactions by brokers)
after they were published,go to www.lre.gov/FormW9. •Fen 1099-S
Purpose of Form (proceeds from real estate transactions) _
rp •Fonar 1099-K(merchant card and third party network transactions)
An individual or entity(Form W-9 requester)who le required to tie an •Form 1098(home mortgage interest),1098-E(student loan interest),
Information return with the IRS must obtain your correct taxpayer 1098-T(tuition)
Identification number(rid))which may be your social security number •Form 1099-C(canceled debt)
(SSN),Individual taxpayer Identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property)
taxpayer identification number(ATIN),or employer identification number
(E1N),to report on en information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(Including a resident
amount reportable on en information return.Examples of information alien),to provide your correct TIN,
returns Include,but are not limited to,the Mowing. If you do not return Form W-9 to tib requester with a TIN,you might
•Form 1099-INT(Interest owned or paid) be subject to backup withholding.See What In backup withholding,
later.
Cat.No.10231 x Form W-9(Rev,10-2018)
\