Loading...
HomeMy WebLinkAboutItem 13 Approval of Piggyback Uniform Vendor Contract City of Ocoee ▪ 1 N. Bluford Avenue ▪ Ocoee, Florida 34761 Phone: (407) 905-3100 ▪ www.ocoee.org STAFF REPORT Meeting Date: August 20, 2024 Item #: 13 Contact Name: Mark Olson Department Director: Vincent Ogburn Contact Number: Ext. 3355 City Manager: Robert Frank Subject: Approval of Piggyback Uniform Vendor Contract. (Police Lieutenant Olson) Background Summary: The City of Ocoee Police Department purchased uniforms from Galls, totaling $55,218.73. This amount exceeded the City Manager's current approval authority by $5,218.73; the current approval limit for the City Manager's single vendor purchases is set at $50,000. Since the total amount spent at Galls is over the City Manager'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 and City Commissioners for approval to piggyback the City of Orlando Police Department's contract with Galls. Issue: Should the Honorable Mayor and City Commissioners approve the use of a piggyback contract with Galls? Recommendations: Staff recommends the Honorable Mayor and City Commissioners approve the use of a piggyback contract with Galls. Attachments: 1. Sample Contract from The City of Orlando- Uniforms For Police Department Financial Impacts: The City of Ocoee Police Department has an approved budget of $149,573.00. Type of Item: Consent \ Mayor Buddy Dyer -CITY OF ORLANDO Chief Procurement Officer David Billingsley, CPSM, C.P.M. DBIBIIIAL INVITATION FOR BIDS (IFB) DATE OF ISSUE: IFB DUE DATE: IFB DUE TIME: BID DELIVERY LOCATION: IFBTITLE: IFBNO: Friday, March 22, 2018 Thursday, April 25, 2019 2:00 p.m., Local Time, City of Orlando, FL City of Orlando Procurement and Contracts Division 400 Sonth Orange Avenue, Fourth Floor Orlando, Florida 32801 Bid opening held at same location. UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 (JFB NUMBER MUST BE PLACED ON FRONT OF ENVELOPE) I THIS IS NOT AN ORDER I DIRECT ALL INQUIRIES TO: BUSINESS NAME & ADDRESS Galls, LLC Business Name I 340 Russell Cave Road Address Lexington. KY 40505 City. State. Zip 800-876-4242 Telephone Number Rose-Lindsay@galls.com Business Email Address Angela Thomas, Purchasing Agent III Phone: ( 407) 246-2563 Email: Angela.Thomas@cityoforlando.net CONTACT INFORMATION Nathan Browning Name of Contact Individual 1340 Russell Cave Road Contact Address Lexington, KY 40505 Contact City. State. Zip 859-800-1061 Contact Telephone Number Browning-Nathan@galls.com 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, inadve1tently 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 (I 0) days prior to the bid closin date. Rev: Services -02/28/17 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 TABLE OF CONTENTS: PAGE INSTRUCTIONS FOR SUBMITTING BID .................................................................................. 4 SUBMITTAL REQUIREMENT CHECK LIST ............................................................................ 5 SEALED BID ENVELOPE LABEL .............................................................................................. 6 INVITATION FOR BIDS AW ARD INFORMATION ................................................................. 7 NON-MANDATORY PRE-BID CONFERENCE ......................................................................... 8 NON-MANDATORY PRE-BID CONFERENCE ATTENDANCE NOTIFICATION ................ 9 SPECIFICATIONS ....................................................................................................................... I 0 SPECIAL CONDITION CLAUSES ............................................................................................ 30 GENERAL CONDITIONS ........................................................................................................... 31 STANDARD TERMS AND CONDITIONS ............................................................................... 32 FORMS AND SUBMITTAL DOCUMENTS: SOLICITATION COVER PAGE ................................................................................................... I 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 "l" -DEPARTMENT ART FOR EMBROIDERY .................................................... 68 Procurement and Contracts Division Page2 UNIFORMS FOR ORLANDO POLICE DEPARTMENT INSTRUCTIONS FOR SUBMITTING BID IN RESPONSE TO INVITATION FOR BIDS FOR THE UNIFORMS FOR ORLANDO POLICE DEPARTMENT PREPARATION OF BIDS: IFB19-0280 I. 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 IFB!9-0280 SUBMITTAL CHECKLIST:✓ 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 beiug 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. ✓ / ✓ ✓ ✓ ✓ ✓ ✓ 1/ ,/ 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 oue (1) unbound original. one (1) hard copy, and one PDF electronic copy on a USB Drive 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: 1/ Certificate of Insurance required within seven (7) days of Notice of Intended Action. Procurement and Contracts Division Page 4 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 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 2:00P.M., LOCAL TIME ORLANDO, FL ----------------------------------------------- Procurement and Contracts Division Page S INVITATION FORBIDS 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: I. 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://vendorlink.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 A venue, 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 Avenne, 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 BIDS, 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 IFBJ9-0280 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 PLEASE CHECK: l. 2. 3. City of Orlando Procurement and Contracts Division 400 South Orange Avenue, Foutih Floor Orlando, Florida 3280 l Telephone: (407) 246-2291 Fax: ( 407) 246-2869 We plan to attend Name of Representatives who will attend 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 IFB19-0280 1.0 2.0 SPECIFICATIONS FOR THE UNIFORMS FOR ORLANDO POLICE DEPARTMENT 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. MINIMUM REQUIREMENTS The Bidder shall have a servicing store within fifteen (15) miles of Orlando Police Department Headquarters, 1250 W South St, Orlando, FL 3280 I. 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: 4.0 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. 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 A wardee 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 IFBJ9-0280 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 SU3 l 0ZS 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 I 00% texturized Polyester with Sorbtek yarns. The weight shall be 5.2 oz. /sq. yd. (8-8.5 oz.I 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 l" 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 l" 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 I" 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 IFB!9-0280 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. I. 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 I" 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 ofcross-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 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 shirt2" from the bottom and 1" on the inside of the outer creases designed to work with the corresponding pant waistband for maximum shirt retention (SRS™ 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 20 IT 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 9.0 pleat shall be l-l/2"wide. The bottom corners of the pocket shall be cut on a 40 degree angle and shall be I" 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. 0. 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 ofleft 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 I" 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. 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 IFBJ9-0280 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, 18.5, 19,20,21,22 E. Fabric: The primary shirt fabric shall be I 00% Polyester Sorbtek poplin designed for moisture wicking and soil resistance, excellent color retention and easy care. The fiber content shall be I 00% 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 I" 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 of201 T 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. I. 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 I 00% 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 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 I" 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 ofcross-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 I" 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 I" on the inside of the outer creases designed to work with the corresponding pant waistband for maximum shirt retention (SRS™ Shirt Retention System). . The shi1t shall also have two permanent stitched 1/16" wide military creases down each side from the shoulder seam fo 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 201 T 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 1-l/2"wide. The bottom corners of the pocket shall be cut on a 40 degree angle and shall be I" 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 IFB19-0280 compattment 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 shilting material. 0. 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 I II 6" pintuck stitched crease. Q. Button: All buttons shall be I 00% Polyester and shall pass ASTM 5I71-II91.84 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 I" 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 SU311ZS B. Color: Navy (01 I) 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 IFB\9-0280 E. Fabric: The primary shirt fabric shall be I 00% Polyester Sorbtek poplin designed for moisture wicking and soil resistance, excellent color retention and easy care. The fiber content shall be I 00% texturized Polyester with Sorbtek yarns. The weight shall be 5.2 oz. /sq. yd. (8-8.5 oz. I 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 I" 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 J- 1/2". The inside collar stand shall be made of2 I OT 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. I. Sleeves: The sleeves shall be one piece sewn into the shoulder, and finished with a J" 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 I" 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 single edge 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 IFB19-0280 K. Front: The front shall have a center facing 1-1/2" wide placket extending from the collar stand to the bottom of shitt. The placket shall have an interlining for stability and a neat appearance and shall be l" 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 foutth 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 I" on the inside of the outer creases designed to work with the corresponding pant waistband for maximum shirt retention (SRS™ 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 I" 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. 0. 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" apa1t 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. Bntton: 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 I" 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 (0 I I) 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 I" clean finished. Procurement and Contracts Division Page 18 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 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 of201T 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. I. 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 I 00% 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 I" tapering to a point with a closure stitch across the facing l-1 /2"from the point. There shall be a buttonhole approximately 4" from the point to attach a ligne I 6 durable I 00% 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 I" 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 ofcross-stitching 2-1/2" from sleeve head seam. There shall be a hidden ligne I 6 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 I" 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 IFBJ9-0280 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 shitt 2" from the bottom and I" on the inside of the outer creases designed to work with the corresponding pant waistband for maximum shirt retention (SRS™ 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 201 T 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 l" 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 0. 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 I /16" pin tuck stitched crease. Q. Button: All buttons shall be I 00% 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 I" 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, 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 I 00% 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 IFB19-0280 F. Striping: There shall be a I" 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 I 00% 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 I" 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. 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 I" elastic built in. (Expand on demand™ 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 I" 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 (SRS™ 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 I" 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 lig~e 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 Creaset™ 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. 0. 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 yarn. 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. I. Waistband: The waistband shall be designed to allow for 3" of mechanical expansion though two unique double waistband panels with I" elastic built in. (Expand on demand™ 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 I" 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 (SRS™ 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 IFB19-0280 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 Crease!™ 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 I 00% Polyester spun thread. 0. 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 I 00% 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 I" 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 I 00% 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 of7" 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 I" pocket welt. (Hidden & Secure (H&S cargo™) 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. I. Waistband: The waistband shall be designed to allow for 3" of mechanical expansion though two unique double waistband panels with I" elastic built in. (Expand on demand™ 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 (SRS™ 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 I" 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 IFBI9-0280 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 of5 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 I" 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 Crease!™ 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. 0. 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, 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 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. (I 0.5-11 oz./ per linear yard). F. Striping: There shall be a l" 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 I 00% Polyester and shall pass ASTM 5171-1 191.84 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 l" wide. The back pockets will have a minimum opening of5-l/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 of7'' 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 I" pocket welt. (Hidden & Secure (H&S cargo™) 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 I" elastic built in. (Expand on demand™ 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 I" 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 (SRS™ 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 I" 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, I 00% 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 I" 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 Creaset™ 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 I 00% Polyester spun thread. 0. 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. 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 PP! indexes for textiles. This will only be done I 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/PPI/#tables, using Table 11, Apparel Manufacturing, Industry, Code 315. Procurement and Contracts Division Page 29 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 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 reJtd and follow the following instruclions, 1. I<:XECUTION OF BID: Bid must contain a manual signature ofan authorized representative in the space provided on the Bidder's Certification Form. 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 arc 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 at 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 forthe 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.0.B. delivered to any City of Orlando Department unless otheiwise 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 ifin the best interest of the City. c) MISTAKES: Bidders arc 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 and 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 often 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 a combination thereof, with one or more Contractors; to r~ject 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 Joss 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. 11. 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 Sl'ECIAL 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 (I) 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 3280 I Procurement and Contracts Division Page 32 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 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 as of 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 (IO) 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 Angela.Thomas@cityoforlando.net City of Orlando Procurement and Contracts Division City Hall at One City Commons 400 South Orange Avenue, Fourth Floor Orlando, Florida 3280 I ( 407) 246-2291 Fax (407) 246-2869 Website: http://www.cityoforlando.net/procurement/ Procurement and Contracts Division Page 33 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 3. 4. 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. 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: 7. 8. 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". 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. 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 (I 0) days prior to the bid opening. Procurement and Contracts Division Page 34 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 9. 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. 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): 12. 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 line item will be extended as indicated (quantity x unit price). The unit price shall prevail. 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 IFB!9-0280 13. 14. 15. 16. "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. 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. 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. 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 nd Floor, Orlando, Florida, 3280 I 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. IRREGULARBIDS: 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 19. ( 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. WITHDRAW AL 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. AW ARD 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 IFB19-0280 22. 23. 24. i. Whether the Bidder is in al'!'ears 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. 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. MULTIPLE AW ARDS: The City reserves the right in its sole discretion after evaluation of a11 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 sha11 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. 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 sha11 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 fo1th in this solicitation upon the terms, conditions, and provisions of this solicitation, at the pricing set forth in the bid. 26. PRICING AND ORDERING: 27. 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 of the solicitation and their pricing and discounts terms as listed in their bid submittal. Unless otherwise specified, the awarded Bidder shall stock sufficient quantities of supplies to meet the requirements of the City on an "as-needed" basis within seventy-two (72) hours after being notified of such requirements by the City. RETURN OF MERCHANDISE: Al] items delivered must meet the Specifications herein. Items delivered not as specified wi11 be returned at no expense by the City of Orlando. The City may return, for ful] 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 ful] credit, any merchandise returned by the City within ninety (90) days from the delivery or pick up date. A11 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 IFBJ9-0280 28. 29. 30. 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. 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 Repotts, including no sales status, may be grounds for default and /or cancellation of the Contract. 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. 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 31. 32. 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. 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. 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 offunds 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: https://www.municode.com/library/fl/orlando/codes/code of ordinances?nodeld=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 IFB19-0280 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 ofa 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 letterof 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 patties, 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 (I) 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 IFBI9-0280 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: 38. 39. 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. 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. 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 lnsura,nce 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. 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 IFB19-0280 C. d. e. f. Contractor's insurance primary for all purposes despite any conflicting provision in the Contractor's policies to the contrary. 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 ofnon-payment of premium for which not less than IO 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. Cettificates 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 fotth for delivery of the bid. 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. 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. 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 Employer's Liability $100,000 each occurrence IFB19-0280 (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 Property damage $1,000,000 combined single 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 include 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 Property damage $1,000,000 combined single limit each occurrence (vi) Pollution/Environmental Liability Insurance 40. LICENSES: 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, prope1ty 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. Ann~al aggregate limit shall not be less than $1,000.000. 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: 42. 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. 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 of36 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. I . 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 IFB19-0280 44. 45. 46. 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 patty 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 patty notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than fmty-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. 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 ofany 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. 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. 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 IFB19-0280 prior to the date on which the accommodation is requested. 49. PURCHASING CARD PROGRAM: 50. 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. 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: 53. 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. 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 Coutts 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) I 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, RECORDS@CITYOFORLANDO.NET, TELEPHONE NUMBER (407) 246- 3538, 400 S. ORANGE A VE., 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: 57. 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 straighttime, 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 $ I 00,000.00 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. 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 of patent 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 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 59. TERMINATION FOR DEFAULT: 60. 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 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. 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 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 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. TIME OF COMPLETION: The parties understand and agree that time is of the essence in the performance of the Contract. The 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 obligations, respectively. Any such causes of delay, even though existing on the date of the Contract or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work Schedules. However, under such 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 shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. Procurement and Contracts Division Page 50 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBJ9-0280 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 prope1ty 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: 64. 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. 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 (I 0) 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: 66. 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. TITLE AND RISK OF LOSS: The title and risk ofloss 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 IFBJ9-0280 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 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: 69. 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. 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 reason thereof to or for the benefit of any third parties. Procurement and Contracts Division Page 52 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBl9-O280 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 oflsrael; 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 215.4 73 of the 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 .4 725 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 pursuantto Section 215 .4 73 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 ifrespondent 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 oflsrael, 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 Procurement and Contracts Division Page 55 \ UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 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 Patt 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 NIA 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 futther 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. I. FOB Point ---'D"'-e,,scsti.,,n,,,a"'ti,,,o"'n'---------------- 2. Discount Payment Terms (if any): NIA %, if paid within NIA 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. ls 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 BID PRICE FORM ALL ITEMS IN EACH GROUP MUST BE BID TO BE A WARDED THE GROUP IFB19-0280 -UNIFORMS ORLANDO POLICE DEPARTMENT Item No. Estimated Unit Item# Description Unit Price Ouantities Total GROUP 1 -Spiewak Brand Items 1 600 Each SU310ZS Spiewak Pro W/Sorbtek 365 Mens Short 41.75 $25,050.00 SleeveU niform 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 SleeveUniform Shirt, Side Stretch Mesh Navy 41.75 $16,700.00 4 150 Each SU316ZS Spiewak Pro W/Sorbtek 365 Ladies Long 46 $6,900.00 SleeveUniform Shirt, Side Stretch Mesh Navy 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 Navv/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 $4,000.00 Mens, Cobalt Blue 13 40 Each F5327 Propper Ice Performance Polo Short Sleeve, 50 $2,000.00 Womens, Cobalt Blue 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, Land Navv 16 300 Each F531572 Propper Ice Performance Polo Long Sleeve, 52 $15,600.00 Mens, Lapd Navy 17 200 Each F5327 Propper Ice Performance Polo Short Sleeve, 50 $10,000.00 Womens Lapd Navv 18 100 Each F5357 Propper Ice Pel'formance Polo Long Sleeve, 52 $5,200.00 Womens Land Navv 19 250 Each F5252 Propper Lightweight Tactical Pant, Mens - 32.5 $8,125.00 Land Navv 20 125 Each F5295 Propper Lightweight Tactical Pant, Womens - 32.5 $4,062.50 Land Navv . GROUP 3 -Deputy Deluxe Items 21 30 Each HSl221 Deputy Deluxe Short Sleeve Shirt, Light Blue, 53 $1,590.00 Male 22 15 Each HS1123 Deputy Deluxe Long Sleeve Shirt, Light Blue, 57 $855.00 Male 23 15 Each HS1276 Deputy Deluxe Short Sleeve Shirt, Light Blue, 53 $795.00 Womens 24 10 Each HS1175 Deputy Deluxe Long Sleeve Shirt, Light Blue, 57 $570.00 Womens GROUP 4 -Sentry Plus Items 25 30 Each HX1149 Sentry Plus Specs Mens Long Sleeve Shirt 41 $1,230.00 Zinner Front, White (Motors) 26 60 Each HX1249 Sentry Plus Specs Mens Short Sleeve Shirt 39 $2,340.00 Zinner Front, White (Motors) 27 25 Each HX1190 Sentry Plus Specs Womens Long Sleeve Shirt 41 $1,025.00 Zinner Front, White (Motors) 28 50 Each HXl292 Sentry Plus Specs Womens Short Sleeve Shirt 39 $1,950.00 Zinner Front, White (Motors) 29 30 Each HS2558 Sentry Plus Hidden Cargo Pocket, Mens (No 42 $1,260.00 Strine) 30 15 Each HS2559 Sentry Plus Hidden Cargo Pocket, Womens 42 $630.00 'No Strine) . GROUP 5 -Flvin!! Cross Items 31 500 Each FX57400 Flying Cross /Cross FX By Fechheimer Mens 37 $18,500.00 Trouser, No Strine 32 300 Each FX57400W Flying Cross /Cross FX By Fechheimer 37 $11,100.00 Womens Trouser, No Stripe 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 '724) -Marine Patrol GROUP 7 -Blauer Items 36 50 Each 4650 Blauer Fleece Jacket -Dark Navv 59.5 $2,975.00 37 50 Each 9970 Blauer Supershell Jacket W/ Gore-Tex -Dark 313 $15,650.00 Navv 38 50 Each 134 Blauer B.Drv Rain Pants -Black 50.5 $2,525.00 GROUP 8 -Tru-Soec Items 39 75 Each 1062 Tru-Snec BDU Black 35.5 $2,662.50 40 150 Each 1060 Tru-Snec BDU Khaki 35.5 $5,325.00 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 $3,700.00 Shirt -Multicam SW AT 43 75 Each 2534 Tru-Spec Tru Combat Shirt 50/50 Nvlon/Cotton Rin-Ston -Multicam SWAT 69 $5,175.00 44 100 Each 1248 Tru-Spec "Tru Xtreme Pants" -Multicam SWAT 87.5 $8,750.00 GROUP 9 -Ultra Club Items 45 150 Each UC8420 Ultra Club Short Sleeve (Price Should Include All Screen Printinu) 13 $1,950.00 46 75 Each UC8422 Ultra Club Long Sleeve (Price Should Include All Screen Printinu) 25 $1,875.00 GROUP 10 -Other Uniform Items 47 250 Each MAX575 Olvmpic Cool Max Shorts, Dark Navy 85 $21,250.00 48 150 Each SH1135 Elbeco UFX Uniform Short Sleeve Polo Shirt, 62 $9,300.00 Mens, WI Pockets -White GROUP 11 -Miscellaneous Uniforms ALL BIDDERS ADDITION PER ITEM COST FOR SIZES 49 250 Each NIA LARGER THAN PREVIOUS SPECIFIED 5 $1,250.00 SIZES. 50 200 Hours NIA 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 52 50 Each R-10 Keystone Dress Hat, Lapd Blue W /Gold Or 67.5 $3,375.00 Silver Band 53 100 Each 1501KC Yupoong Cuffed Beanie Hat Knit 100% Turbo Acrylic, Black 4 $400.00 54 1500 Each NIA OPD Badge Emblem -Silver (Officer) 0.95 $1,425.00 55 750 Each NIA OPD Badge Emblem -Gold (Supervisor) 1.05 $787.50 56 150 Each NIA Semeant Chevron 1.25 $187.50 57 50 Each NIA Master Sergeant Chevron 2.35 $117.50 58 100 Each NIA Corporal Chevron 1.3 $130.00 59 4000 Each NIA OPD Shoulder Patch 0.9 $3,600.00 60 60 Each NIA Subdued Shoulder Emblem, Gray, Blk 2.25 $135.00 61 60 Each NIA Name Tab, K-9, Officer, Etc. 2.25 $135.00 62 60 Each NIA OPD Subdued Badge Patch, Gray And Black 2.25 $135.00 63 60 Each NIA OPD Multi-Cam Shoulder Patch, 2.25 $135.00 Green/Brown 64 60 Each NIA OPD Multi-Cam Badge Patch, Od 2.35 $141.00 Green/Brown 65 500 Each NIA Loneevity Strioes 1.05 $525.00 66 150 Each NIA Arc Rockers (Volunteer, Civilian, Cadet, 1.3 $195.00 Honor Guard, Chanlin) 67 150 Each NIA Motor Wheels 1.3 $195.00 68 150 Each NIA Dress Tie, Navv Blue, Clin 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 ofup 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. Galls. LLC NAME OF BUSINESS BY: ner CEO LE, TYPED OR PRINTED 1340 Russell Cave Road MAILING ADDRESS Lexington, KY 40505 CITY, ST A TE, ZIP CODE (800) 876-4242 TELEPHONE NUMBER (filL._) 914-2557 FAX NUMBER Procurement and Contracts Division State of Kentucky County of-"Fae;yue"'tt"'e~-------- Swom to (or affirm~~rscribed before me this Ji. day of..,....,=#'"-""'""---~' 204 by p:7 I ciJtOej I I lRDr>-V"- SignatureofN ary Notary Public, State of f~l1A.Ju ~ ersonally Known Produced Identification __________ _ 1·,' Type:, _________________ _ Company Tax ID # _2=0~--35~4=5~2=89~---- The City only requires Company Tax ID numbers. The Cityli~ not,r~questing individual social security numbers.) i-I ! , , I I· 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 I I 2, 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: Acknowledged by: Firm Name: Galls LLC Michael Wessner. CEO 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 .4 725 of the Florida Statutes, or are engaged in a boycott oflsrael. 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. Procurement and Contracts Division Page 59 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 ed. ssner CEO TLE, TYPED OR PRINTED Galls LLC NAME OF BUSINESS 1340 Russell Cave Road MAILING ADDRESS State of Kentucky County of_F'-'a""'y"'e"'tt,,_e _______ _ Sworp toj or affir ed) al! subscribed before me this Ji. day of~~=:l...._--~ 20fl, by ~ ~' ~~a~) Notary Public, State of k~«J ~Known (circle ifapplicable) Lexington, KY 40505 1 I I I/ I I, 'I CITY, STATE, ZIP CODE -OR- PHONE: ( 800 ) 876-4242 FAX: ( 877 ) 914-2557 Produced Identification : ______ _ (, (' Type of Identification: _______ _ E-MAIL: Rose-Lindsay@galls.com '' •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••~~~.I\\\ FOR USE BY THE CITY OF ORLANDO ONLY This Contract is awarded to the party listed above as a: ~ary Contractor: 7 K, Secondary Contractor: This Contract is for: All Item Numbers: ___ or It;;;;;iS~~e~ \ I'--\ 61 1 I \ \ \ \ 2__ INITIAL CONTRACT TERM: 0 \ 1 D\ '80 b /s \ 2 L_\ ACCEPTANCE: CITY OF ORLANDO, FLORIDA --'r\~ ~ By: '<:::.-c./ Chief Procurement Officer DA YID BILLINGSLEY, CPSM. C.P.M. ~ \'-,. to1q Date: _J v\J\~ '-" 26'111 Procurement and Contracts Division APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of;;;;;; Flori~ Assistant City Attorney ORLANDO, FLORIDA Date: 1(/lrJ.. /U , Ji)-t8'" 2P l 'i 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 "NIA". 1. COMPANY NAME:.___,G""a,,,11"'-s --"L"'L""C ____________________ _ Address of Principal Place of Business:.___,1-"3-'-4-"-0--'-R"'u"'s""se"'l-'-l C=av.,__,e'---R=o.,,ad,,__ _____________ _ City/State/Zip: Lexington, Kentucky 40505 Phone: 859-800-1402 Fax: 877-914-2557 Name of primary Contact: Nathan Browning Email: Browning-Nathan@galls.com 2. TYPE OF ORGANIZATION: ___ Sole Proprietorship ___ Paitnership ___ Non-Profit ___ Joint Venture ___ Corporation ___ Other: ~L~L~C~-,-,-------- State of Formation: Delaware Federal ID# 20-3545989 DUNS# Q4-259-848"2 (The City only requires a Federal Tax ID Number, not a Social Security number. 3. EMERGENCY CONTACT PERSON:.~K...,,_evc.in"""'B.,_,ro'--'w'-"n,__ _____________ _ Phone: 859-800-1266 Fax: 877-914-2557 Cell:._~N=/A~------ 4. INSURANCE COMPANY NAME: ______,S21ea,ae..llalllttlllac<J.Jbll<ed"----------------- Agent Contact:______________ Phone:. ___________ _ 5. EXPERIENCE: A. Years in business:._-"5-"-1-'--+ _________________________ _ B. Years in business under this name:._"'-'-'----------------------- C. Years performing this type of Work:. _ _.,_,..,+ ___________________ _ 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 Fann Emblems Embroide1y Emblems, Silk **Please see attached letter and certification** Screen etc. WBE VBE Certified? (Y orN) 7. LOCAL SERVICE FACILITY NO MORE THAN 15 MILES FROM OPD HQ: City Certified? (Y orN) y A. Name of local service center:__,,G,.eae,lls"'"""'L"'L"'C ____________________ _ B. Address of local service center: 11602 Lake Underhill Road Suite 121 Orlando, FL 32825 C. County local service center is located in:~O~ra~n~ge~C=o=u~nt,.,_y _______________ _ D. Contact: Nathan Browning Telephone number:.~S5~2~-S=Q=Q-~I=Q6=J~---~ Procurement and Contracts Division Page 61 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 8. RECYCLESD CONTENT: A. Percentage ofrecycled material contained in the product: NI A % 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 Depai1ment Address: 444 SW 2nd Avenue 6th floor Miami FL 33130 Telephone No.:_3~0~5--4~1""6-~19~5~8 __________ _ 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. :-"40,..,_7-"-2"'54.,_-"'70""6"'"0 _________ _ Fax No.: __________ _ Contact: Ken Lewis E-mail:___i;K.ll!L.~~=l!Jlla_ ________________________ _ Project Size:. _________________ _ Annual Amount: ________ _ Reference #3: Name: Sumter Count Sheriff Address: IQ IQ North Main Street Bushnell FL 33513 Telephone No.:_,_3.,_.s2:.c-5"'6"'2=.i-J..u6;.,24,__ _________ _ Fax No.:. __________ _ Contact: Tand Eveleth E-mail: _________________________________ _ Project Size: ________________ _ Annual Amount: -------- Reference #4: Name: Orlando Fire Department Address: 78 West Central Blvd. Orlando FL 32801 Telephone No. :.___,4.e.07'--"-24~6~-2~1~47,__ _________ _ Fax No.:. ___________ _ Contact: aAtihur Zache E-mail:. _________________________________ _ Project Size:. _________________ _ Annual Amount.: ________ _ Procuremeut and Contracts Division Page 62 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 WRITTEN OUESTION(S) FORM: Any questions .relative to interpretation of specifications or the solicitation process must be addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (I 0) days prior to the solicitation due date. Written questions received within ten (IO) 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: _______ _ I.---------------------------------- 2. ---------------------------------- 3. ---------------------------------- 4. ------------------------------- 5. ---------------------------------- Procurement and Contracts Division Page 63 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBl9-0280 NIA MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM: Chapter 57, Atticle 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 A venue -5th 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 cettified 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, Atticles 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 oflntended Action-Award of Bid has been posted to discuss any potential subcontracting opportunities with City cettified M/WBE. Procurement and Contracts Division Page 64 UNIFORMS FOR ORLANDO POLICE DEPARTMENT VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM NIA IFB19-0280 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 fmther 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 fmth 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 cettification 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. ~I Dated LljJ9 /J9 Addendum No. Dated Addendum No. Dated Addendum No. Dated 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 Chief Executive Officer Title Procurement and Contracts Division Page 66 CITY OF ORLANDO April 19, 2019 TO: FROM: SUBJECT: All Bidders Angela Thomas, Purchasing Agent III Procurement and Contracts Division UNIFORMS FOR ORLANDO POLICE DEPARTMENT LOCATIONS Transmittal of Addendum No. One (I) 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:: I. 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: Question 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): Page 1 of4 Uniforms for Orlando Police Department Question No. Two (2): IFB19-0041 Addendum No. One (I) April 19,2019 Should we go by what is shown on pg. 84 in Exhibit I or is it the customization listed on page 81? The header in exhibit I says Propper ice polo but the item appears to beat 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 I 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 of4 Uniforms for Orlando Police Department Answer No. Six (6): IFB19-0041 Addendum No. One (I) April 19, 2019 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 I 0. Question No. Eight (8): If we are going to pattner 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 NIA if not applicable to your company. Subcontractors are listed in the Questionnaire Section 6, Page 61. Question 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 IO 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 SIGNATURE 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 (I) April 19, 2019 SIGNATURE PAGE Bidders are asked to acknowledge receipt of this Addendum No. One (I), 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 G-oJ\s I lLC NAME OF BUSINESS NAME & TITLE, TYPED OR PRINTED 134-0~ll Co,ve-'J2cJ MAILING ADDRESS CITIES, STATE, ZIP CODE ( AREA CODE WITH TELEPHONE and FAX NUMBERS Page 4 of4 UNIFORMS FOR ORLANDO POLICE DEPARTMENT "NO BID" RESPONSE TO INVITATION FOR BIDS Procurement and Contracts Division 400 South Orange Avenue, Fourth Floor Orlando, Florida 32801 IFB19-0280 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 at2:00 p.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" DEPARTMENT ART FOR EMBROIDERY Procurement and Contracts Division Page 68 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 Officer Patch Officer Patch Silver Procurement and Contracts Division Page 69 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280 CPL -CHEVRONS SGT -CHEVRONS Procurement and Contracts Division Page 70 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 MINI FOR PROPPER ICE POLO SHIRTS 2" X 2 1/4" 2 1/4" X .2" Procurement and Contracts Division Page 71 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 FOR NAVYBDU LEFT CHEST: Embroidered Orlando Police Gold Badge with MOUNTED UNIT below (2.5"W x J,5"H) RIGHT CHEST: Name embroidered in GOLD--exam1ile shown below. (318" tall letters) Both Sleeves: ORLANDO POLICE embroidery in gold (2.6"W x 0.9"H) Example of right chest name ... Procurement and Contracts Division Thr~od Colors, 1024 Golcl 1124 Bright Gold Page 72 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 FOR EMBROIDERY ON LEFT CHEST FOR ORLANDO POLICE SPECIAL OPERATIONS DIVISION (V.F.H. ENFORCEMENT) SIZE-3.5°W x 4HH RIGHT CHEST EMBROIDERY: The Following Names for Spelling Approval (.38" Gold or White Block Letters) Procurement and Contracts Division Page 73 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280 -p ART FOR EMBROIDERY FOR PROPPER TACTICAL SHIRTS-CPD 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) UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280 MOCK TURTLENECKS AND DICKIES FOR ORLANDO POLICE DEPT. Procurement and Contracts Division THREAD COLOR: LIGHT SILVER #:1971 on Mack mock turtlenecks CENTER OF NECK (FRONT) I I THREAD COLOR: GOL0:#1tZ4 on black mock turtlenecks CEHTER OF NECK {FRONT) I Page 75 UNIFORMS FOR ORLANDO POLICE DEPARTMENT FOR EMBROI.DERY ON LEFT CHEST OF NA'I/Y CAR.DIGAN SWEATERS ---SIZE-3.45"W x 4.65"H .. -- Procurement and Contracts Division IFB19-0280 Page 76 UNIFORMS FOR ORLANDO POLICE DEPARTMENT ON BLACK POLOS FOR ORLANDO POLICE INSTRUCTOR Left Chest Embroidery: Orlando Police Badge in gold (2"W x 2.7"H) with "GANG UNIT" below in 318" gold letters Right Chest Embroidery: Rank/Name in 3/8" gold letters Sleeve Embroidery: ORLANDO POLICE in 3/8" letters Procurement and Contracts Division IFB19-0280 Page 77 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 Procurement and Contracts Division Page 78 i UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280 For White Uniform 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 Righi Chest Actual Size 3/8" Standard Block Letters Master Sgt. T. Woodhall 0 Procurement and Contracts Division Left Chest Embroidery Actual Size MOTOR UNIT 6--------------- ...__ I, --~-..l_,-.::_,i Page 79 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFBI9-0280 ART FOR EMBROIDERY APPROVAL For Dark Navy Uniform Shirts Left Chest Embroidery: Orlando Police Department Badge (2.15"W X 2.9"H) Right Chest Embroidery: Motor Wing Above Last Name Optional Collar Embroidery: OPD Example of Right Cheat Actuol Size 3/ll" Stondord Block Lett&ra Optiona I Collar Embroidery .... on Some Items •• Procurement and Contracts Division Collor Embroido1y Actual Sizo 3/8" Standard Block Lett,,ra Loft Choo! Embroi<1.,1y Actual Size Thread Coloro: 1024Gold 1124 Bright Gold ALIGN BOTTOM OF LEFT AND RIGHT CHEST EMBROIDERY 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 PO Badge (2"W x 2.7"H) with "Training Staff" below Righi Chest Embroidery: Rank, 11.<t Initial, Last Name Both Sleeves Embroidered with ORLANDO POLICE in gold Shown below at actual embroidery size. Lei! chest !;)(AMPLE ol right chest Both sleeves ··-•• ,., > Procurement and Contracts Division Page 81 UNIFORMS FOR ORLANDO POLICE DEPARTMENT For Orlando Swat Team Patch (3.5"W X 3.5"H) Actual Size Shown Below Procurement and Contracts Division IFB19-0280 Page 82 UNIFORMS FOR ORLANDO POLICE DEPARTMENT ART FOR EMBROIDERY Hat embroidery 2. 7"W x 2.8"H Procurement and Contracts Division IFBJ9-0280 Page 83 UNIFORMS FOR ORLANDO POLICE DEPARTMENT IFB19-0280 PROPPER ICE POLO FRONT PRINT SIZE: (13"W X 8.4"H) BACK PRINT SIZE: (13"W X 7"H) ---MESH BA~KPRll',!T: 13."I/V ){ 7"H Procurement and Contracts Division Page 84 UNIFORMS FOR ORLANDO POLICE DEPARTMENT COMMUNITY SERVICE OFFICER (CIVILIAN) LEFT CHEST: ORLANDO CSO BADGE RIGHT CHEST: CSO / First Initial. Last Name PRINT FULL BACK: COMMUNITY SERVICE OFFICER SLEEVES: OPD PATCHES (BOTH) PROPPER I.C.E. TACTICAL POLO SHIRTS Procurement and Contracts Division !FBI 9-0280 Page 85 Galls, LLC Standard Warranty 1349 A.usseJl C:a.ye Ro11.d Lexington; i<Y'40505 ·· 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 reason with your purchase, you may return it to Galls for an exchange or refund within I year from purchase date. All ballistic and stab resistant materia.l will have afive-y¢1!fwarranty from the purchase date, Upon timely notice, Manufacturer wHI repair or replace any vest/plate in which, after examination by Manufacturer, Manufactµrer determines there is a manufacturing defect. The outer shell carriers are warranted to be free from manufacturing defects for 24 months from the date of purchase. PROUD TO SERVE AMERICA'S PUBLIC SAFETY PROFESSIONALS CERTIFICATE OF LIABILITY INSURANCE I Page 1 of 1 DAI'!! l"M/DDIYVYV) 02/28/2019 THIS CERTIFICATE JS 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 POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BElWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certlflcate holder le an ADDmONAL INSURED, the pollcy(les) must have ADDmONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rlahts to the certificate holder In lieu of au.ch en.dorsementisl, PRODUCER Willia of New York, Inc, P ON~E-•... -.,-1-_-0-7-7 -_9:-:4:-:5:--_7::,3:-:7:-:0------,I ••-•· 1 _888.f67 •2378 o/o 2S Century Blvd P,0, Sox 3051511 m'a;_• ~•c!••~•:!•:!f~•~••~•:!•~•!;Ori!2,!1~1~h!.•c!•!!e•~m'----------r-----l Nashville, TN 372305191 USA INSURE!R'SlAfFORDINQ COV&RA.O& INSURED 04118, LLC 1340 Russell cave Rd, Lexington, ir:r t05053llt COVERAGES CERTIFICATE NUMBER· "10269587 INSURERA: QBB :lAOW:&UlCl8 Corporation INSURERS: Ooao,:al Casualty Company of Wisconsin INSURERC: l'raetodan Izusurance Company INSURERD: INSU"--&: INSURERF: REVISION NUMBER• . NAIC# 39217 24414 37257 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDmON 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 POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. t~_m TYPE OP INSURANCE :'.'.'!" ··-POLICY Nu··---POUCYEFF POLICY EXP UMJTS X COMMERCIALGl!NERALUABILITY =CURRENCE s 1,000,000 -0 Cu>JM&M<DE 0 OCCUR -V """"' s 1,000.000 A -MED EXP'"-· one nerson\ $ 10,000 y CGA1331044 03/01/2019 03/01/2020 PERSONAL &NJV INJURY $ 1,000.000 - ~'L AGGREGATE LIMIT APPLIES PER, GeNERAI.AGGREGATE • 2,000,000 POLICY •~~ • LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILELIABIUTY I ~"'!~LN .. ~1?.~IN ...... '"""' $ 1,000,000 f- X ANY AUTO BODILY INJURY (Per person) $ A f- OWNED -SCHEDULED y 03/01/2020 CBA13310U 03/01/2019 BODILY INJURY (Per accident) $ '-AUTOS ONLY -AUTOS 1 ~~'r'=~-•;~J!RAMAGE HIRED NON.OWNED s f-AUTOS ONLY ""'" AUTOS ONLY s ~ UMBRELLALIAB MOCCUR EACH OCCURRENce $ s,000,000 B EXCESSUAB CI.AIMs.MADE y CC013310U 03/01/2019 03/01/2020 AGGREGATE s s,000.000 X OED I I Rere·-oNI:! 10,000 s WORKERSCOMPENSA1tON XI ~fr~-• I I ilH-AND EMPLOYERS' UASIUTV V/N 1,000,000 C ANVPROPRIETOR/PARTNER/EXECUTIVE • E.L. EACH ACCIDENT $ OFFICERIMEMBEREXCLUDEO? NIA CWC1331044 03/01/2019 03/01/2020 1,000,000 (Mandatory ln NH) E.L. DISEASE· EA EMPLOYEI! $ gm=6': ~'W2f PERATIONS be!CMI E.L. DISEASE. POLICY LIMIT S 1,000,000 DESCRIPnON OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addltlonal Remlm Sdtfllule, may buttaehed If morupaco fe requlrod) Certificate holder is included as an Additional Insured as respects to General Liability, Auto Liability and tJrabralla/Bxceaa Lial:>ility as required by w:itten contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF1 NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZBDRJ!PRES!NTATIVE P~oof of IAauro.nco /14 © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD sa 101 17590923 DAfflh 1088926 Galls, LLC Response Clarifications Regarding the revised pricing form: LlS® 1340 llu~sell C~ye Road Lexington, .KY4050S. · Items #36-37: Blauer Fleece Jacket and Blau er 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. Pricing does not incl tide 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. 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 from the bid, $52,662.00 will be allotted to Fann Emblem annually. Certification and W-9 for the subcontracted company is attached. PROUD TO SERVE AMERICA'S PUBLIC SAFETY PROFESSIONALS 1 CITYOF '-'ORLANDO CITY OF OR.LANDO l\A/WBE CER. TIACA TION AWAR.D LEI IER. EXPIRATION DATE: 10/31/2019 CERTIFICATION NUMBER: 20074550 CERTIFICATION TYPE: Will; COMPANY NAME: Fann Emblem & Embroidery Company, Inc. 1330 W. Central Blvd. Orlando, FL 32805 OWNER NAME: CONNIE PREBENDA CER. TIFIED LINE(S) OF BUSINESS/SPECIALTY AR.EA(S): . Monogramming, Embroidery, Emblems, Decals; Custom Flags, Banners, and Silk Screening; Shirts and Promotional Products EXECUTIVE OFFICES • MINORITY BUSINESS ENTERPRISE AND BLUEPRINT DIVISION Orlando City Han • 400 South Orange Avenue · Eighth Floor PO Box 4990 • Orlando, FL 32802-4990 P 407.246.2623 • F 407.246.0000 • cltyoforlando.net Form W-9 Request for Taxpayer Gil1re Form to the Identification Number and Certification (Rev. October 2018) requester, Do not Department of the Treasury Internal Revenue Service • Go to www./rs,gov/FannW9 for Instructions and the latest Information. send to the IRS, 1 Name (as shown on your Income tax retum). Name Is rgqulred on this line: r::lo not leave this line blank. Fann Emblem & Embroidery Co., Inc. 2 Business name/disregarded entity name, It different from above <'l I 3 Check appropriate box for federal tax olassificaUon of the person whose name rs entered on line 1. Check only one of the 4 Exemptloha (codes a.p)]ly only to tonowlng seven boxoo. certain entlll99, not lndlvlduale: see !i D lndMduaVsole proprietor or D G Corporation I!! S Corporation D Partnership D TruSVestate Instructions on page 3): slngte-member LLC Exempt payoo code Qt any) D Limited liability company, Enter the tax classlflcation (C=C corporation, s .. s corporation, p,,,partnerahlp} • tf l Note: Check the appropriate box In the line above for the tax ctassltlcatlon ot the singlet-member owmw. Do not ohaok LLC If the LLO Is class!flad as a slngle.-member LLC that Is disregard ad from the owner unless the owner o1 the LLD la E•emptlon from FATGA reporting another LLC that Is not disregarded from the owner for U.S. federal tax purposes, Otherwise, a single-member LLO th.!1.t code Of eny) I is disregarded from the owner should check the appropriate box for the tru< classlfioatlon of Its owner. n Other (see Instructions)• (/lpp!ifr to atoount.9 maltllllhtt(I ootskN ~ 11.s.1 8 Address (t1umber, street, and apt. or suite no,) See instructions. R&que$t&r's na.me end addresa (optlonaO $ 1330 West Central Blvd (/) 8 City, state, and :ZIP code Orlando, FL 32805 '7 List account number(s) here (optlonal) Taxpayer Identification Number trlNI Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid I Soolal security number backup withholding. For Individuals, this Is generally your social security number (SSN). However, for a [[IJ-1 I -I I I I resident all on, solo proprietor, or disregarded entity, see the Instructions for Part I, later. For other entitles, It ls your employer Identification number (EIN). If you do not have a number, s&e How to get a TIN, later. or Note: If the account Is in more than one name, sea the Instructions for line 1. Also see What Name and l"Eil:m=p::;l::oye=r l;.;dt::n:;tlfl:a-o::a:;;11::on::n::u::mcabc:0:-,---, Number To C3fve the Requester for guldellnes on whose number to enter. Certification Under penalties of perjury, I certify that: 1. Tho number shown on this form Is my correct taxpayer Identification number (or I am wattlng for a number to be Issued to me): and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, 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 (defined below): and 4. The FATCA code(s) entered on this form Of any) lndlcalln1 that I am exempt from FATCA reporting Is correct. Certification lnetructlons, You must cro .. out I lorn 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you h~ve falled to report all Interest and dividends on your tax re tom. For real estate transactions, Item 2 does no1 apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than Interest and dividends, you are not r Ired to sign 1ho certification, but you must provide your oorrect TIN. See the lnstrucllOrlB for Part II, later, Sign Here Signature of U.S. person • General Instructions secllon references are to the Internal Revenue Coda unless otherwise noted. Future developments. For the latest Information about developments related to Form W-0 and Its lns1ruotlons, such as leglslatlon enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 request•~ who Is required to file an Information return with the IRS must obtain your correct tm payer Identification number (TIN) which may be your social security number (SSN), Individual taxpayer Identification number (ITIN), adoption taxpayer Identification number (ATIN), or employer ldenttfloatlon number (EIN), to report on an Information return tho amount paid to you, or other amount reportable on an Information retum. Examples of Information returns Include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No. 10231X Data • • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099·8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage lntereat), 109B~E (student loan Interest), 1098• T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (lnoludlng a resident allen)1 to provide your correct TIN. If you do nof return Form W-9 to fh• requester with• TIN, you might be sub/acr ro backup W/fhhO/dlng. see What IS backup Withholding, later, FormW•9(Rev.10·2018) I I \ Form W-9 Request for Taxpayer Give Form to the (Rev, October 2018) Identification Number and Certification requester. Do not Department of 1he Treasury lnte,nal Revenue Service •Goto www.lrs.gov/FormW9 for Instructions encl the latest Information. send to the IRS. 1 Name (as shown on your Income taic return), Name Is required on this line; do not leave this tine blank. Galls Parent Holdings, LLC 2 Business name/disregarded entlly name, U different from above Galls LLC (FEIN 20·3545989) .; 3 Check approp1late box for federal tax classlflcaUon of the person whose name Is entered on Una 1. Chook only ano of tho 4 Exemptions (oocies apply only 10 g following seven boxes, certain entitles, not Individuals; see a. 0 C Gorporotlon 0 S Corporation rnstn10t1ons on page 3): lj D lndlvldual/aole proprietor or D Partnorthtp D Trust/estate -~ slngfe-member LLC Exempt payee code (If any) }13 0 Umlted l!.abltlly compnny. Enter Iha laK classlflcatlon (C""C corporation, S=S cotporatlon, P..-Partnershlp) • p ii Note: Check the appropriate box in tho line above for the tax classiflcatlon of th& slngla•membar owner. Do not check Exemption from FATCA reporting LLC If the LLC is classified as a slng!e•member LtC that Is disregarded from th& owner unless !he owner of the LLC Is code (if any) another LLC that ls not dlsregard11d from the owner for U.S. federal tax purposes. Otherwise, a slngta•mambar LLC that .. 0 Is disregarded from the owner should check the appropriate box for the lax classlflcatlon of Its owner, !E I D Other {see Instructions)• {Appl"GS ro a=ll/11$ lm/Jllaltlsd ouWde rha U.S.) 5 Address (number, stree1, and apt or suite no,) See lnStl\lctlons. Requester's name and address (optional) i P.O. Box 71628 6 City, state, <1nd ZIP coda Chicago, IL 60694-1628 7 Lisi account number(s) here (optionaij • Taxpaver Identification Number /TIN) I Socia! eeourlty number I Enter you~ TIN in the appro~riate box. !he TIN provided must match 1~e name given on line 1 to avoid backup w1thholdlng. For lnd1vlduals, this ls generally your social security number (SSN). However, for a resident alle11, sole proprietor, or disregarded en11ty, see the Instructions for Part I, later. For other entitles, It is your employer Identification number (EIN). If you do not have a number, see How to get a TIN, later. DJJ -DJ -I I I I I or Note: If the account Is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guldellnes on whose number to enter, [emiiioyer ldentlflecatlon number 82-4099469 Certification Under penalties of perjury, I certify that; 1. Tho number shown on this form Is my correct taxpayer Identification number (or I nm waiting for 11 number to bo Issued to me); and 2. I am not subject to backup withholding because: (a} I am exempt from baokup withholding, or {b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup wilhholdlng as a result of a failure to report all Interest or dividends, or (c) 1he IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. clllzen or other U.S. person (defined below); and 4, The FATCA code(s) entered on this form (If any) Indicating that I am exempt from FATCA reporting ls correct. Certification lnstruetlona. You muot oroao out ltom 2 a.bovo If you have been notified by tho IRS thst you o.ro currently subject to backup wlthholding because you have failed to report all interest and dividends on your tax return. For real esta1e transaot!ons, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions 10 an lndivldual retirement arrangement (IRA), and generally, payments olher than lnlerest and dlvh.lends, you are not required to sign the certification, but you mu5t provide your correct TIN. See the Instructions for Part 11, later. Sign Here Signature of U.S. person • General Instructions Section references aro 1o tho Internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and Its Instructions, such as leglslatlon enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who Is required to 1/le an information return with the IRS must obtain your correct taxpayer ldentlflcatlon number (TIN) which may be your social security number (SSN), Individual taxpayer Identification number (ITIN), adoption taxpayer ldentmcation number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you. or other amount reportable on an Information return, Examples of lnforma1ion returns Include, but are not llmlted to, the followlng. • Form 1099-INT (interest earned or paid) Cat. No. 10231)< Date • • Fonn 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099·MISG (various types of Income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (s1udent loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form WR9 only rt you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form WR9 to the requester with a TIN, you might bo subjl!ot to 1,aokup withho/dln9. Soo What Is backup withholdlng, later. Form w .. 9 (Rev. 10-20'18)