Loading...
HomeMy WebLinkAboutR-92-010111 J-92-32 2/13/92 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF MARTIN LAMAR UNIFORMS FOR FURNISHING ON A CONTRACT BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS UNIFORMS AND ACCESSORIES FOR THE DEPARTMENT OF POLICE AT A TOTAL PROPOSED FIRST YEAR COST OF $385,179.00; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGET ACCOUNT CODE NO. 290201-075; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THESE SUPPLIES AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS AT THE PRICES, TERMS AND CONDITIONS SET FORTH IN SAID VENDOR'S BID RESPONSE (BID NO. 90-91-146), SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received September 23, 1991 for furnishing uniforms and accessories on a contract basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods for the Department of Police; and WHEREAS, invitations were mailed to twenty-five (25) potential suppliers and two (2) bids were received; and WHEREAS, funds for this purchase are available from the General Operating Budget, Account Code No. 290201-075; and WHEREAS, these uniforms and accessories will be used to equip City of Miami police officers; and CITY COVM9SION Mr'E'I 1"G OF .� FEB 13 1992 RFdOlUT�ON No. 0 WHEREAS, the City Manager and the Chief of Police recommend that the bid received from Martin Lamar Uniforms be accepted as the lowest responsible and responsive bid; and WHEREAS, the City Commission has reviewed the individual items to be furnished, and has determined that the motor helmets (item #16), puttees (item #35), riding boots mounted (item #41), riding boots enforcement (item #42), and leather jackets (item #43) shall be excluded from the bid award; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The September 23, 1991 bid of Martin Lamar Uniforms for furnishing uniforms and accessories to the Department of Police at a total proposed first year cost of $385,179.00 is hereby accepted with funds therefor hereby allocated from the General No. 290201-075. Operating Budget, Account Code Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue Purchase Orders for these supplies and thereafter to extend this contractI/ for The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 2 . 0 0 two (2) additional one (1) year periods at the prices, terms and conditions set forth in said vendor's bid response (Bid. No. 90-91-146), subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of February. 1992. XAVIER ,L . ,$`UAREZ , MAYOR ATTE MATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEON I ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JINN JON , II ATTORN ROD:bss:ovzk:M2734 DID _SECURITY _LIST DID ITEM: UNIFORMS FOR POLICE ----------------------------------------------------- DIDN O. r ..._� 0_ 91_ 14 6 -------------------------------_—__------- DATE BIDS) OPENED: -_ SEPTEMBER 23`-1991 -- 2:30 p.m. TOTAL AID_EOND_SorZ DIDDER DID AMOUNT CASHIER'S CHECK ---------------- SMAI,LWOOD'S, INC. -------- --- See attached _ n i d ------------------------- Check # 053075 NCNBNAT. B MARTIN'S LAMAR UNIFORMS ------- _ of it -------- — Check #787754—Southeast SUPERIOR S U RG I NO BID: DON HUME LEATHERGOODS, INC. METRO DISTRIBUTORS USA -------------- F. SCHMIDT/ELBECO ----------------- ------- ----------------------------- ---------------------- ------------------------ PUBLIC SAFETY DEVICES, INC. --------------- L-------------- FAME INTL. BAY INC. ---------------- -- --- ------------------------- RECEIVED AFTER THE STIPULATED --------------------------------------------------------- FLORIDA MICRO BUSINESS ASSOC. ---------------------------------------------------------- EADLINE: ------------ -- ----------- ---------------- 6---------------- � 11� received (__-) envelopes on behalf of (P raoa receiviaE-bids) GSA/Solid Waste -Procurement Division (City Department) - -part--------------------- ------------ ------------ SIGNED (De uty City Clerk) NK C. ank AL M f } fhv LEGAL ADVERTISEMENT .10=14MU1. /e, (f Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 2.30 p.m. SA,.ptember 23. 1991 for the supply of uniform clothing on an as needed basis for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 340) N O1 CA C �A1 � C7 Cesar H. Odio City Manager 0 CD P _—� t REQUISITION FOR ADVERTISEMENT This number must appear I in the advertisement. DEPT/DIV. Procuremt,nt (iOr Palicc,)v v ACCOUNT CODE 2 9 01 01-- 2 8 7 DATE August 26, -1991 PHONE 575--5174 PREPARED BY Maritz`'I Yaqe_ Publish the attached advertisement one (1) (number of times) Type of advertisement: legal. x classified (Check One) APPROVED BY:J--, display DIRECTOR OF ISSUING DEPARTMENT times. — Size: Lc;�qa.l' Starting date II/i9/91. i First four words of advertisement, Bid No. 90-•91--,1.46: Settled bids will bc'.. Remarks: Uniform's iol- Police (a1�cn 9/?3/91. -- 1: 30 DO NbT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. DATE(S) OF LINE PUBLICATION ADVERTISEMENT INVOICE AMOUNT 0 Mliami Re%view -- A-1 -� B-2 _; t � ---{ c•� co o rn C-3 ' r- _ -. E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER • DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 17 18 1 125,34 39,42 45 50 51 56 57 62 63 65.66 71 0 1 2 4 1 V P I I I 1 1 2 10121 2 8 7 1 2 3 4 7 8 V P 121314 15 DESCRIPTION 36 64DISCOUNT 69 72 AMOUNT 80 5 2 0 0 2 0 1 2 z Approved for Payment White - Purchasing Yellow - Finance Pink - Department YAlow colic: ?1-li}: V } t U J. � r 7 City of Miami Cash: Checks: .1000d. IT-4 WLLr-to I iGNS nr-rvni Total: I 1 9 1 Report of CollectionAFor: P/ 7Da DR No_9 9 8 Sig,"6epartment/Division. , , Prepared By: Signature LN NO TRANS. CODE DOCUMENT REFERENCE NO. V SUBSIDIARY ACCOUNT INDEX CODE OBJ. OF REV. PROJECT AMOUNT (KEYPUNCH LEFT ZERO FILLED) DESCRIPTION &4 zgz no. �RJPS' F. servesl G/L no, series no. I I C9 D rg. 00000 ,,q 0-13o7,6 NcNA F77- 0 01010 7.9Z 75/ 0 0 010161a, o' 4� roil, V-; M DISTRIBUTION: White - Treasury Management Canary - Department (After validated by Treasury Management) jt^//, - . , � I , - I I A 11 C C C C C 6 4 Official Check 0916051 (2-90) Florida - East Coast (Replaces 09 04718) i�Cy3 Official Check No. 053075 NCNB National Bank Of Florida 63.623/670 Date City and Branch FT. LAUDERDALE SOUTH HARSOR Pay To The Order Of **rTTY OF miAmi FL** NOTICE TO PURCHASER - The purchase of a surety bond may be required FIVE THOUSPiND AND 00/100 Dolla before M official chtck :111 be roplamd or Munded In the N- I VALID IF OVER it 5, 0Cj. Of' . event It Is lost, destroyed, or stolen. -qmi I L.jnnr,, cz, T t,-�L 0 7 C, c'; 2 2 15 Remitter or Purchased By Authorized Signature -1 4k 11805307511l 1:06?006238i:IO100IO13 55116 Southeast Bank, N.A. REGION 11 N Tampa, Florida REMITTER StlDerior Surgical Mf4,Inc. 5. 0 PAY — TO THE ORDER OF **city of Miami** No. 787754 September 18,1q91- 63-- 63 r'A of ?a ? ? S title 1:063 10 1,10 G 611: 9906 ISO IS", A Cashier's AUTHOWfD SIGNATURE CITY OF MIAMI, FLORIDA 1 INTER -OFFICE MEMORANDUM 10, The Honorable Mayor and Members DATE of th City Commission SUBJECT FROM Cesar H . Odio REFERENCES City Manager ENCLOSURES: RECOMMENDATION• FILE Recommendation for Resolution & Award of Bid No. 90-91-146, Uniforms It is respectfully recommended that an award be made and a resolution be passed accepting the bid of Martin's Lamar Uniforms, a publicly held, non -minority, Dade County vendor located at 7230 N.W. 46 Street, Miami, Florida, 33152, with a satellite office located at 1887 West Flagler Street, Miami, Florida, in an amount not to exceed $400,000, for the furnishing of uniforms to the Miami Police Department. The funding source will be the Police Department General Operating Budget, Index Code 290201-075. BACKGROUND: The Police Department has analyzed the bids received on September 23, 1991, for the provision of uniforms on a contract basis for one year, renewable annually. The Department has found Martin's Lamar Uniforms has met the Department's requirements and specifications and provided the lowest bid. As a result of pending labor negotiations involving the F.O.P. and the Police Department, estimates for the provision of leather products have been obtained along with uniforms. Should labor and management reach an agreement on this item, officers would be given the option of substituting leather for portions of their clothing allotment. The proposals submitted by both vendors reflect the cost of providing all officers with leather and uniforms. On August 29, 1991, invitations for sealed bids were sent to prospective vendors. Bids were opened on September 23, 1991, with two (2) vendors submitting responsive bids and six (6) vendors submitting "No -Bids." Ms. Anne Whittaker was contacted with reference to Minority Participation and she concurs with the Department's recommendation. It is, therefore, recommended that an award of bid be made to Martin's Lamar Uniforms, in an amount not to exceed $400,000. The Department's specifications have been met, and the funding source will be the Police Department General Operating Budget, Index Code 290201-075. The Honorable Mayor and Members Bid No. of the City Commission 90-91-146 Page 2 Amount of Bid % of Cost Estimate: $400,000 100% Cost estimate/Budgeted Amount: $400,000 Source of Funds: General Operating Budget Index Code 290201-075 Minority Representation: Publicly Held Company Public HearingsfNotices N/A Assessable Project: N/A k 4 9 A IJ CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM I TO Judy S. Carter Chief Procurement Officer 'D fu-) PROM Major Donald Warshaw Commander Business Management Section DATE NOV 0 7 1991 / FILE i j SUEUECT Bid Approval, Bid No. 90-91-146, Uniforms REFERENCES ENCLOSURES This department has verified that funds are available with the Department of Budget to cover the cost of furnishing the Police Department with Uniforms, at a cost not to exceed $400,000. Funding is to be from the Police Department General Operating Budget, Index Code 290201-075. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW & APPROVED BY: Manoha na, Director Departme of Budget ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez, CIP Manager City Manager's Office (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) �i JF MIAMI, FLORIDA BID NO. 90-91-146 SHEET (Continued), .MPQ$TB11T: BID SHE AND ATTACHMENTS MUST BE RETURNED TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR ' •►u „ N e BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 30 DAYS .(Include cash discount for prompt payment, if any) Additional discount of NONE 8 if awarded all items. Purchase of other items not listed on this bid solicitation based on the most recently published retail supply catalog(s): 10 8 Catalog(s): MARTIN'S REGULAR MARTIN'S SUPPLEMENTARY; FASHION SEAL Warranty and/or guarantee: NEAR AGAINST DEFECTIVE MATERIALS AND/OR WORKMANSHIP. Delivery: 15 calendar days required upon receipt of Purchase Order or Notice of Award. Delivery/City Pick Up: 1-5 calendar days after measurement, for items nat requiring alterations. Delivery/City Pick Up: 3-10 calendar days after measurement, for items i requiring alterations. Special order items 15-75 calendar days i Name of Local Licensed Tailor: MARTIN'S LAMAR UNIFORMS Location of Tailor Facilities: 1887 W. FLAGLER ST. MIAMI, FL 33155 (Pick -Up Site) SAME AS ABOVE I State any variances to Specifications (use separate sheet if necessary): ` NONE In accordance with the Invitation to Bid, the Specifications, General Conditions, special Ij Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid eheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS : WE ARE A DIVISION OF SUPERIOR GERALD M. BENSTOCK-CHAIRMAN/Cl0 SURGICAL MFG, CO.. A PUBLICLY HELD SAUL SCHECTER, EXEC. VICE PRESIDENT COMPANY LISTED ON THE AMERICAN STK EX ALAN D. SCHWARTZ EXEC VICE PRESIDENT a) List principal business address: (street address) 10099 SEMINOLE BLVD. SEMINOLE, FL 34642 b) List all other offices located in the State of Florida: (street address) 7230 N.W. 46th ST. miami. fl 33166 5201 N. ARMENIA AVE., TAMPA, FL 33673 (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT COMP.IANrit The undersigned bidder acknowledges that (s)he has receive y a Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of lam nd reee to comply with all applicable substantive and procedural provisions therein, pclu ng amgndments thereto. Bidder: MARTIN'S LAMAR UNIFORMS Signatur�, (company name) Date:_SEPTEMBER21. 1991 Print Name:WALTER A. LAVI NE Indicate if Business is 51% Minority -owned: (Check ans box ly) ( J BLACK ( ] HISPANIC [ ] FEMALE AFFIRMATIVE ACTION PLAN If firm has an existing plan, effective date of implementations OCTOBER 10, 1988 If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance 110062 as amen See Appendix I for sample. / /---- Bidder: __ MARTIN'S IAMAR_ MARTIN'S(IN(FORMS Signatu (company name) • •� AWARD OF BID Bid No. 90-91-146 Purchase of uniforms Police On a contract basis for a period of one (1) year with option to extend for two (2) additional one (1) year periods. For the provision of uniforms for the police officers. 25 2 Attached General Operating Budget Account Code No. 290201-075 Bid Invitations Bid Mailed Responses ALL VENDORS ............................ 25 2 MINORITY/FEMALE (M/F) VENDORS.......... 17 Within City limits .................. 5 Registered with City ................ 4 Black (B) Vendors ...................... 'Located within City limits.......... .Registered with City ................ Female (F) Vendors ...... .............. Located within City limits.......... Registered with City ................ Hispanic (H) Vendors ................... Located within City limits.......... Registered with City ................ NON MINORITY (NM) VENDORS .............. Located within City limits.......... "No Bids" .............................. 7 2 6 3 1 2 7 2 6 1 0 0 0 0 0 1 0 0 0 0 0 0 -0 Reason for "No Bid" s as follows: r 1. Don Hume Leathergoods, Inc. - "Unable to meet specifications". 2. Metro Distributors USA - "No Bid". 3. F. Schmidt/Elbeco - "Bidding through retailer". 4. Public Safety Devices - "Unable to supply at this time". 5. Fame International Bay, Inc. - "Unable to bid". ZK20MI DJ \ I 8X 0 IT IS RECOMMENDED THAT THE AWARD BE MADE TO MARTIN LAMAR UNIFORMS AT A TOTAL FIRST YEAR COST OF $400,000.00. () q CITY OF MIAMI, FLORIDA AID N0. 90-91-146 TABULATION UNIFORM CONTRACT MARTIN'S LAMAR UNIFORM Page 1 of 2 7230 N.W. 46th St. Miami 1887 West•Flagler St. Miami (Non -Minority) 1st YEAR 2nd YEAR 3rd YEAR ITEM / DESCRIPTION QUANTITY EACH EACH EACH 1 Blue Trousers 3,500 26.21 27.00 27,90 2 Blue Trousers gld/silver 12 28.56 29.45 30.30 3 Blue Uniform Breeches 165 82.32 86.50 89.95 4 Police Woman Blue Slacks 50D 26.21 27.00 27.90 5 Swat Fatigue Trousers 125 25.76 26.75 27.15 r, Police Woman Skirts 125 21.78 26.25 30.25 7 Blue Jacket heavy/W W/L 75 110.32 125.00 115.00 8 Heavy/W Jacket liner Only 200 30.55 32.85 35.50 9 Blue Jacket Light/W No/Li 190 35.84 42,00 45.70 10 Blue Jacket L/W liner 190 9.52 9.90 10.25 11 Blue Jacket L/W Motors 20 53.2.5 55.90 57.60 12 Blue Cap Off-Sgt W/C-Stra 885 18.98 22.60 25.30 13 Blue Uniform Wave Hat Wom 120 12.32 16.95 18.25 14 Blue Uni. Cap Lt. b Above 96 21.28 25.00 27.50 15 Pith Ilelrnet 15 10.02 10.25 10.50 16 Motor Helmet 20 95.00 97.50 99.75 17 Blue Uni. Cap Major -Chief 25 52.08 57.50 59.95 18 Baseball Cap 1300 2.65 2.95 3.10 19 Swat Fatigue Shirts 125 25.76 27.50 29,95 20 Staff white Shirt L/S 40 30.80 30.80 30.80 21 Patrol Uni. Shirt L/S HA. 1465 29.68 30.60 31.45 22 Patrol Uni, Shirt L/S Fem 300 29.68 30.60 31.45 23 Patrol Uni. Shirt S/S MA. 3325 24.36 25.00 25.90 24 Patrol Uni. Shirt S/S Fe. 300 24.36 25.00 25.90 25 Blue,Shirt Li. Blue Civi. 975 17.08 18.75 19.95 26 Blue Shirt Li, Blue L/s C 200 18.98 20.90 21.95 27 Coveralls Blue Emb, b Pa. 200 31.92 31.95 31.95 28 One Piece Raincoat W/Cap 135 60.48 68.00 75.60 29 Two Piece Raincoat Orange 20 61.62 62.60 63.90 30 Honor Guard Cross Strap 65 21.29 22.30 23.40 31 D-Ring 10 4.42 4.45 4.50 32 White Gloves 12 2,18 2.20 2.25 33 Scarf 12 4,31 4.35 4.40 34 Rope/cord 12 5.88 7.00 7.65 35 Puttees 12 100.80 115.00 125.00 36 Athletic Coaching Shorts 24 16.24 17.95 19.25 37 S/S T-Shirt W/silk Screen 60 5.32 6.75 7.50 38 S/S Knit Shirt W/silk Scr 100 11.03 11.50 11.75 19 Gym Shorts W/Silk Screen 60 7.00 8.25 9.75 40 Sweat Pants W/Silk Screen 24 9.52 10.65 11.70 41 Riding Boots Mounted 12 250.00 259.50 267.50 42 Riding Boots Enforcement 12 416.00 433.00 446.00 TABUALTION MARTIN'S LAMAR UNIFORMS ITEM A DESCRIPTION QUANTITY EACH EACH 43 leather Jackets 12 310.OU 320.00 44 Cowboy Hat 35 23.52 26.55 45 Marine Patrol S/S Shirt 150 11,95 15.10 46 Marine Patrol Pants 24 47.04 47.05 41 Marine Patrol Shorts 24 33.04 33.05 48 Web Belt W/Silver Buckle 35 2.80 2.80 49 Omega Boat Shoes 10 57.75 60.60 5o Winter Down Jacket 10 53.50 58.25 51 Deck Boots White Non -Skid 2 19.95 20.95 52 Black Tie 20 3.08 3.08 53 Cross Tie 5 2.75 2.75 54 Garrison Belt W/GS Buckle 35 11.48 11.50 55 Web Belt Black W/8 Buckle 35 2.80 2.80 56 P Buttons 4,000 0.38 0.45 57 Police Emblem Shoulder 2,500 1.12 1.30 58 Chin Straps 100 1.96 2.10 54 Police Dress Blouse W/FP 5 207.20 210.00 60 Police Dress Trousers W/S 5 79.50 84.00 61 Police Dress Skirt W/Stri 2 79.50 84.00 62 Sleeve Stripe Gold 24 2.80 3.50 0 Name Board Pocket W/BADGE 6 64.95 68.20 64 flame Board Pocket w/Ct Se 6 47.50 49.90 65 Shoulder Board Coat 6 30.80 45.00 66 Staff Sweaters 6 35.00 44.15 67 Staff Dress Trousers 125 35.65 37.00 68 Staff Dress Skirt 12. 40.00 42.50 69 Staff Dress Blazers 50 75,00 1.95 70 Staff Dress Suits 23 135.00 145.00 71 Dress Shoes 1,000 43.68 46.00 72 Safety Shoes 24 72.80 73.00 73 Staff Trouser Gun Belt BW 25 23.52 24.75 74 Staff Magazine Puch B/W 25 11.76 11.80 75 Staff Holster Basket Wave 25 22.34 22.40 76 Name Tapes 81000 1.06 1.10 77 Raid Jackets 100 16.05 16.95 78 K-9 Work Shirt 48 26.95 28.85 79 K-9 Work Pants 48 26.95 28.85 80 Leather Holster 1,000 20.00 20.60 81 Duty Belt 1,000 23.00 23.75 82 Magazine Pouch 1,000 10.70 11.00 93 Keepers 3,600 1.45 1.55 84 Handcuff Case 1,000 13 40 14.10 EACH 330.00 29.55 15.75 47.50 34.15 2.80 63.60 60.00 21.95 3.08 2.75 11.50 2.80 0.47 1.45 2.25 225.00 89.50 89.50 4.50 71,65 52.40 50.00 51.50 38.50 45.00 96.50 157.00 47.50 74.00 25.75 11.95 23.00 1.20 17.95 30.95 30.95 20.95 24.45 11.35 1.65 14.55 Page 2 of 2 MARTIN`S LAMAR UNIFORMS IS THE LOWEST MOST RESPONSIBLE AND RESPONSIVE BIDDER IN THE AGGREGATE. 10 CITY OF MIAM1, FLORIDA TABULATION BID NO. 90.91,146 UNIFORM CONTRACT SMALLWOODS Page I of 2 1001 SE 17 ST Ft. Luaderdale ( female) 1st YEAR 2nd YEAR 3rd YEAR ITEM 1 DESCRIPTION QUANTITY EACH EACH EACH 1 Blue Trousers 3,500 25.50 27.03 28.56 2 Blue Trousers gld/silver 12 29.00 30.74 32.48 3 Blue Uniform Breeches 165 87.75 93.02 98.28 4 Police Woman Blue Slacks 500 25.50 27.03 28.56 5 Swat Fatigue Trousers 125 26.25 27.83 29.40 6 Police Woman Skirts 125 24.00 25.44 26.88 7 Blue Jacket Heavy/W W/L 75 123.00 130.38 137.76 8 Heavy/W Jacket liner Only 200 16.75 17.76 18.76 9 Blue Jacket light/W No/Li 190 42.00 44.52 47.04 10 Blue Jacket L/W liner 190 16.75 17.76 18.76 11 Blue Jacket L/W Motors 20 50.15 53.80 56.84 12 Blue Cap Off-Sgt W/C-Stra 885 22.25 23.59 24.92 13 Blue Uniform Wave Hat Wom 120 16.00 16.96 17.92 14 Blue Uni. Cap Lt. & Above 96 25.25 26.77 28.28 15 Pith Helmet 15 9.00 9.54 10.08 16 Motor Helmet 20 97.00 102.82 108.64 17 Blue Uni. Cap Major -Chief 25 61.00 64.66 68.32 18 Baseball Cap 1300 4.50 4.77 5.04 19 Swat Fatigue Shirts 125 28.00 29.68 31.36 20 Staff White Shirt L/S 40 14.00 14.84 15.68 21 Patrol Uni, Shirt L/S MA. 1465 30.00 31.80 33.60 22 Patrol Uni. Shirt L/S Fem 300 30.00 31.80 33.60 23 Patrol Uni. Shirt S/S HA. 3325 25.50 27.03 28.56 24 Patrol Uni. Shirt S/S Fe. 300 25.50 27.03 28.56 25 Buie Shirt Li. Blue Civi. 975 19.30 20.46 21.62 ?6 Blue Shirt Li, Blue L/s C 200 21.50 22.79 24.08 ?7 Coveralls Blue Emb. & Pa. 200 31.85 33.76 35.67 ?8 One Piece Raincoat W/Cap 135 97.50 103.35 109.20 ?9 Two Piece Raincoat Orange 20 73.25 77.65 82.04 30 Honor Guard Cross Strap 65 25.25 26.77 28.28 jl D-ring With Keeper 70 4.35 4.61 4.87 32 White Gloves 12 2.70 2.86 3.02 33 Scarf 12 3.15 3.34 3.53 14 Rope/cord 12 6.75 7.16 7.56 i5 Puttees 12 199.95 211.95 223.94 16 Athletic Coaching Shorts 24 19.60 20.78 21.95 17 S/S T-Shirt W/silk Screen 60 6.70 7.10 7.50 18 S/5 Knit Shirt W/silk Scr 100 11.60 12.30 12,99 39 Gym Shorts W/Silk Screen 60 7-OD 7.42 7.84 10 Sweat Pants W/Silk Screen 24 10.50 11.13 11.76 11 Riding Boots Mounted 12 350.00 371.00 392.00 12 Riding Boots Enforcement 12 209.95 222.56 235.14 TABULATION SMALLWOODS Pacq� 2 of 2 1st YEAR 2nd YEAR 3rd YEAR ITEM I DESCRIPTION QUANTITY EACH EACH EACH 43 Leather Jackets 12 259.95 275.55 291.14 44 Cowbuy Hat 35 25.90 27.45 29.01 45 Marine Patrol S/S Shirt 150 13.60 14.42 15.23 46 Marine Patrol Pants 24 45.75 48.50 51.24 47 Marine Patrol Shorts 24 28.00 29.68 31.36 48 Web Belt W/Silver Buckle 35 2.80 2.97 3.14 49 Omega Boat Shoes 10 52.00 55.12 58.24 50 Winter Down Jacket 10 81.25 86.13 91.00 51 Deck Boots White Non -Skid 2 19.50 20.67 21.84 52 Black Tie 20 3.15 3.34 3.53 53 Crass Tie 5 2.60 2.76 2.91 54 Garrison Belt W/GS Buckle 35 18.00 19.08 20.16 55 Web Belt Black W/B Buckle 35 2.80 2.91 3.14 56 P Buttons 4,000 0.35 0.37 0.39 57 Police Emblem Shoulder 2,500 1.00 1.06 1.12 58 Chin Straps 100 3.40 3.60 3.81 59 Police Dress Blouse W/FP 5 200.00 212.00 224.00 60 Police Dress Trousers W/S 5 60.00 63.60 61.20 61 Police Dress Skirt W/Stri 2 28.50 30.21 31.92 62 Sleeve Stripe Gold 24 4.00 4.24 4.48 63 Na,ne Board Pocket W/BADGE 6 32.00 33.92 35.84 64 Name Board Pocket w/Ct Se 6 32.00 33.92 35.64 65 Shoulder Board Coat 6 33.00 34.98 36.96 66 Staff Sweaters 6 36.75 38.96 41.16 67 Staff Dress Trousers 125 36.00 38.16 40.32 66 Staff Dress Skirt 12 38.00 40.28 42.56 69 Staff Dress Blazers 50 82.00 86.92 91.84 70 Staff Dress Suits 23 130.00 137.80 145.60 71 Dress Shoes 1.000 46.25 49.03 51,80 72 Safety Shoes 24 61.00 64.66 68.32 73 Staff Trouser Gun Belt BW 25 12.25 12.99 13.72 74 Staff Magazine Puch B/W 25 11.55 12.24 12.94 75 Staff Holster Basket Wave 25 30.50 39.17 34,16 76 Name Tapes 81000 1.05 1.11 1.18 77 Raid Jackets 100 15.75 16.70 17.64 78 K-9 Work Shirt 48 26.50 28.09 29.68 19 K-9 Work Pants 48 26.75 28.36 29.96 BO Leather Holster 1,000 30.50 39.75 34.16 81 Duty Belt 1,000 21.75 23.06 24.36 82 Magazine Pouch 1,000 11.55 12.24 12.94 63 Keepers 3,600 1.00 1.06 1.12 84 Handcuff Case 11000 12.25 12.99 13.72 1