HomeMy WebLinkAboutM-79-0177•
• r
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF JULES BROS.
UNIFORMS, INC. FOR FURNISHING UNIFORMS, AS
NEEDED, ON A CONTRACT BASIS FOR ONE YEAR FROM
DATE OF AWARD FOR THE DEPARTMENT OF POLICE;
AT AN APPROXIMATE TOTAL COST OF $127,920.48;
ALLOCATING FUNDS FROM THE 1978-79 OPERATING
BUDGET OF SAID DEPARTMENT; AUTHORIZING THE
CITY MANAGER AND THE PURCHASING AGENT TO
ISSUE THE PURCHASE ORDERS FOR THESE MATERIALS
WHEREAS, pursuant to public notice, sealed bids were
received January 31, 1979 for furnishing uniforms, as needed,
on a contract basis for one year from date of award to the
Department of Police; and
WHEREAS, invitations were mailed to 18 potential suppliers
and 2 bids were received; and
WHEREAS, funds for this purchase are available in the
1978-78 Operating Budget of said Department; and
WHEREAS, these materials will be used by the Department
of Police for the purpose of furnishing new uniforms; and
WHEREAS, the City Manager and the Department of Police
recommend that the bid received from Jules Bros. Uniforms,
Inc. be accepted as it is the most advantageous bid to the
City;
CITY OF MIAMI, FLORIDA:
4TENO -� ��
Section 1. The January 31, 1979 bid of Ju es N� ros.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
"DOCUMENT II'UEX
Uniforms, Inc. for furnishing uniforms, as needed, on a con-
tract basis for one year from date of award to the Depart-
ment of Police at an approximate total cost of $127,920.48
is hereby accepted with funds hereby allocated from the
1978-79 Operating Budget of the Department of Police.
Section 2. The City Manager is hereby authorized to
instruct the Purchasing Agent to issue the Purchase Orders
for these materials.
%��.TEN
JF6
RIOT/V4/
79-/77
L
PASSED AND ADOPTED this day of
1979.
MAYOR
ATTEST:
RALPH G. ONGIE, CITY CLERK
PREPARED AND APPROVED BY:
0-4,1
ROBERT F. CLARK
ASSISTANT CITY ATTORNEY
APP'• ' AS TO FORM AND CORRECTNESS:
GEORG/ F. KNOX, JR.
CITY [; TORNEY
1
ais%
• CITY OF (MIIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
To, Mr. Joseph R. Grassie,
City Manager
Pursuant to public notice, sealed bids were received January 31, 1979 for
furnishing uniforms as needed on a contract basis for one year from date
of award for the Department of Police.
Invitations were mailed to 18 potential suppliers and 2 bids were received
as per the attached tabulation.
Funds for this purchase are available in the 1977-78 Operating Budget.
This purchase is for the annual uniform requirements for the Police Department
and will be utilized by all sworn personnel as well as selected civilian
personnel.
It is recommended that the award be made and a resolution be passed accepting
the most advantageous bid as received from Jules Bros. Uniform, Inc. for
furnishing uniforms as needed on a contract basis for one year from date of
award at an approximate total cost of $127,920.48.
The Department of Police concurs with this recommendation.
ALM/mbl
enc.
DATE:
February 8, 1979
FIL::
tUUJLCT: Recommendation for Resolution
and Award of Bid
Purchasing Agent
ENCLC'AlritS: Resolution, Award of Bid and
Tabulation
11
AWARD OF BID
Bid No. 78-79-35
ITEM: Uniforms
DEPARTMENT: Police
TYPE OF PURCHASE: Contract for one year
REASON: Annual Requirement
POTENTIAL BIDDERS: 18
BIDS RECEIVED: 2
TABULATION:
Bidder Total Price
Jules Bros. Uniform, Inc.
Lamar Uniforms
FUNDS: 1978-79 Operating Budget
$127,920.48
128,760.23
CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE /` �lLcGl,
Department of Finance
BID EVALUATION: Samples submitted by the two bidders were examined by the
Department of Police. Both bids meet the specifications.
Lamar Uniforms was the low bidder on sixteen items for a
difference of $6,604.68. Jules Bros. Uniforms, Inc. was
the low bidder on twenty-eight items for a difference of
$7,444.43. To award individual items to the low bidder
would result in a savings of $14,049.11, but this would
require police officers to go to two vendors for
measurements, fittings, and warranty adjustments.
All other potential bidders indicated they could not meet
the specifications, or could not make a local tailor
available as required.
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO JULES BROS.
UNIFORMS, INC.
The Department of Police concurs.
PGrchasing""Agent
February 8, 1979
Date
TABULATION C7t• ts1"r"vra r-'ry ,V0• ,4 - z 7 - -4.1
PoL/CG-' �%�/F•C/1'ZS /e94E /0/2
Co, weneper, C.ry Clerk A. U. J� r /� / Z9
//: oo a-,.- NAil),e 3 /
Cry el .a,_ P nd_ ar
by the C • ^._t, ...,..� ry '.... _m,, c
4eea '--T
•ed ----- ----- -
IJJL.OEs Gras. .4fJ,n„tea 1 1 '
B•::er ' 7 I
Cade Me•.e Jr: frFO/2M 5, /N C• j/f01,>'/S I
L
B d Bend ir,C..r 1
!
Item I
CES='�PT�vN
Qv !
ll
DTI
Un.r
ar,ce
Torol
Una I i Un.r •1 I un,r Torol I
Tcr a� I Tar�l i o..e P•.ce
Pace P•,ce
Torol
pr,u
T•��I
No.
/ , a ' egeAC
2300 v
/3,1co
30 SZo, -
// y•T
I
-i I(
27,.4e:,
1l:�/s/A-77ouserf - 3 v/be/C/
/20
Jfo
2ol r?X
3,s70,�
se- -
L,300. -
3r.o,)
f:[o.00
t68a,-I 1
1
g r80.-�
,
/ l 1
2)
7
1
3 qq ac.. /�reee l
'!1
Zoo
/17ro
3,toa. -
//r1.LO
�/
f �Cl f�Q�eelNDsveN
2Y
,''0.'*(SiQlr'd'ie
3o
41:eo
(,cola..
sr?.ro
lflrt-
1
f cL/t a'
• . crow ..4.44h el'cs.✓/s
s
,rr,00
iif,-
J-1,ro
I
212,S•
I I
., �a�'
r
f.:a a
Ir.-
r�
rr. r� 1 1
/
1-,,a,
4110
11.101 1
' , C4,,.,,✓C P.
,rrco
,/"f,-
2 J,
✓ ,i o
Zy% JAI 1
„ ,, s }.
3
.rr, 0,
let- -
6 0 . J.
COI
/,t'r•
i
a
' 1/t /3f� .�Lr. wr:
oo
/ 70
7 fr
/.3t/.1"�
Io.
1,100.- i
-1?•-1
I//
LS r
2
7-31.i
y.77,6.,
23•y"
/r'. dj .14,17, ,r..
• ri ,i S/.
-,
.";',./
47.yJ
27,-j/
I i
41 got
' 1
/3 , ,'
i ucu J-v
/'f /rim T
/3,J4o
afo•Q�
//./.l
-
I
iClI
-
I
Jpo1
/oo
/ -'fa
3ro-
/o.
. .1 or,c.-..4 •
I 0 f
20r. -
/r ,/ _
/6 ,t.ec vurt-
2.i
%
0_,13or
1
-
/3/mot ./ac/ce2
Cc1
/, f .J'o
"rL
_
J�34lSO
---7=io
I.
l,r. / 44 .
1 �/vPi
1 I,r/ Cr.
_ 13�''
!
—
8
38z.sa
T 5'
... -•
/g /<I /
/9 ; Geer.. e„� n
.r
".s'o
7, 00
z 0 . -
3. 0 0
'60,%120•-
SS ,j
3 2od
/3. rt
�2yoo.-
/2.8.0
70 a0foci' r-i .
•,
/fed
/3•Al
!i,080, -,
/ 3, 0
1p,65(.2 -
—
Y1 ' et. e/ .S,f•
f
I o
3 8 0.
i er " -9,
2v
/?•df
337.*o
/3.30
3cy,3
I
7-3 , a
i
/oa
y. ro
qro,"
7, _
97o, —
* ,, ,r ., ,&Cre#'r
r"
/.o
/o. 1
1 0 -
4/,30
t,L30,--1
yf 1 ,/ 11 /, �,Cdlt
"rt
,
30
• /r
ccj, fo
. GB
-ia•{a!
---
I5 60,/c%r -C-=.x6/ems-1,1as/k/A
•/
•'-''c'
'1 . ir
G��
Y1 S /. C/Il!/ro,✓S-
2-4 • , i n - eoffo,t/
ID
/o_
9 to; ' I7
f
—
s - —
�,.,,..
TABULATION OF BIDS FOR i'/i) AAA. 7,-
Po�/ccv.✓ir-oeiS ��‘�c'2cFL
City ManaQo, lily Clerk
Received 6y .he
//.•�Q M- Jy�d9K r 3i /97/
C •. .. o .�:..:. C -y _t u _. cndc =. -- ---b� — ----- - - C
L.cemed i 1nb.ec 11. Pe. City Cote 3 .e••n .''. _ C/✓/I'OIeMS, /aG
(4,0f'U^'/,-f
1
Band ere... 1 j
-- 11
1 I
9 d
Irreq _1 or.ri e1 -
1
!
I
1 DES_°'PT C••N
No.
Unit
9�Tr Pace
Total
un:1
P..ce Tcrat
un.•
P..ce
1 Torcl
na r
` e• Ce T,r1I I ?,ice
Total
U
UnitItem
Prue• Tctsl
30 I.5 ,C�c✓rtr:1.•,/.-4r�.-
Al,
to
.3o
l.bo
.547
a.y�F ,
1
9
! r
3 Y ' /VG d e---...di .,; . -
-7-
S
• 6.I'
1.3o
T
I I
u ,
33 • ,• o.
G
—�Q
2-.'fo
•Jo
_
3 •—
I
1
,e
G/_
-
2
•J-14
3.2•f
I
!
SPG/r- r iz)
/PC!GgP
.3.
3 ft of Co o^,
I . $'r
2. O
• >-
2.j'"
I
I -
--
7iJ4 J'
-
O. ehe
r"e—
•/
36 1 e:;?.45ie., Woo/
G ..To
3.o0
• CJ'
4:0S I
1
I I I t,?', 9/7
'2/yet
J • >r
11-.
.i
%. o
I
I -
l
----'
1�
- ---"
i7 �['Y✓i[C - r - (N00
1
•/
��
.1^a
3 s;
i !
4-8 . _
1
LLoweSi<% .S 1
--
, 6'r�s/ C.,�/ln.,,
. elf/W. Sf - ' , "e /
.ro
. .
. 1 t,z
• S 0
Y . -
17er t%'/e-r
8.3.o (,
22 3S/ ‘.37
C 1'f e3
46. oa'
39 —
Vo ' If r - 6'41;7/
/° L6.r
r6..r0
. s..,
ir-
i
___ --
„ LT.
r
/r 1 /• 7.1"
7 •�
/0 40
2/. —
f /
.Zoee•cJL4.'5 1
41/ u 0 _
�,': — P//cc.nan/
/.moo 23.00
3rLI'°i—
4� -
4r
J .00
ill-,10
16mr 4'r+f4.r I8,917.!1
/PSt40.r
d..reo6t.
4431 ,/ - u asuo.✓
/.- 7-3.00
3yo.-
%TfK�-SPL
/1'/j/D
¢ -.
r 4 119 //
— -
• , /J
6.
2 J-42.i
/.t 540
9; 3,o, -!
!< e
.0 Lc er..,--
/I-.
/Sp _.
-
z•�.r
3,5'2.s"a1
I
��trreele
%v;-,L.
!24r91,0.48
11.bµ7a.1,
I
-
_
I
AaCC,9-J'
/ ai •✓f oveS / 'm <
1
ToTR
8/-
' oft Odle 1.90744
e/2B74. .
/at »►/%M e $
6 e,7 /a
. .57a
po%ceu."c 4A/_
ao
1&1_,"
ZF o.o
I
3 30
A 44
400S .
/272'20, 44
A g37.
.7D"f..,4.cev
I -//, 0
--_
i
4414.-re
t
I
--- J
5-
Mr. Joseph R. Grassie,
City Manager
4.4
a Is E. Gunderson,
irector of Finance
i
February 21, 1979
Bid No. 78-79-35, Police Uniforms
Letter from Lamar Uniforms, copy of
bid specifications for blue Uniform
Slacks -Policewomen and for Coveralls
The Purchasing Agent takes exception to the following statements in Lamar's
letter:
1. Blue Uniform Slacks - Policewoman:
"That the Purchasing Agent told them to enter both prices separately."
The specifications clearly show that standard slacks are to be bid
or made to measure slacks. This fact was brought to the attention of
Mr. Sandala during the telephone conversation and he was told that
space the made to measure slacks were an option and the bid pricing
sheet did not contain a pricing space for both types of slacks, he
could include a separate price for the made to measure if he wanted to.
2. Coveralls - Lettering:
"That he was told again by Mr. Mullins to bid the coveralls separately
and indicate the cost per letter separately."
There was no question raised during the telephone conversation with Mr.
Sandala about the lettering. Again, the specifications clearly state
that the lettering is to be included in the bid price of the coveralls.
Bids were received from Lamar Uniforms and Jules Bros. Uniforms, Inc. The
bid from Jules Bros. Uniforms, Inc. did not take exception to the specifications
or the pricing method. Jules advised Purchasing that they bid a combined
price for the slacks, based on information supplied by the Police Department
Property Unit that approximately 50% of the policewomen may select the made
to measure option. They also included the cost of lettering in their bid
price of the coveralls.
Baaec on the tabulation of prices bid and taking into consideration the 50%
estitrated usage of the made to measure slacks for policewomen, the total
bid from Jules Bros. Uniforms, Inc. is the lowest and best bid.
JEG/ALM/mbl
enc.
rex
CITY OF 1.IIAM1, FLORI A
INTER -OFFICE MEMORANDUM
TO!
Mr. Joseph Grassie
City Manager
'RCN Mrs. Rose Gordon
City Commissioner
II
C�T�` i
.
D4•E
5'JIJECT
February 15, 1979
FLE:
Re: LaMaraJniforms - Bid
REP ERENCE•t
ENCLOSURE.
Please find attached hereto letter and reply accordingly, and also advise this
office of any action taken.
Thank you.
rn
LAMAR
A DIVISION OF SUPERIOR SURGICAL MFG CO INC
February 9, 1979
Honorable Rose Gordon
Commissioner
City Hall
P.O. Box 330708
Miami, Florida 33133
Reference: Bid 78-79-35,
City of Miami
Dear Mrs. Gordon:
PHONE (305, 324-
•
//�� FF R 19711
.«1, Y
f♦
( I1.11 CV. 4,1;AN1i
Uniforms for the Dept. of Police
Prior to submitting our Bid to the City we noticed that in Group
#1 Item 4 for 200 Blue Uniform Slacks for Policewomen there were
2 specifications that were asked for. by the City. Yet on the Bid
Proposal Item 4 shaped only 1 line to submit the price for the
Ladies Slacks.
After discussirg this with my Manager Mr. Joe Sandala, it was my
opinion that this was a very corfusirg iterr to bid or and not clear
to us, sirce they asked for Stock Slacks of one material and Made
to Measure Slacks in another material. rot only that however they
did rot specify in either Stock or Made to Measure how many garments
would be used of each. So therefore to be on the safe side I
instructed my Manager to phore Mr. Mullins in Purchasing. After
informing Mr. Mullins of this predicament my Manager was told to enter
both prices separately which we did or page 18 showing Item 4 on Made
to Measure garments on a separate price.
To go further besides Item 4 another confusing item came to our
attention which is the last item on the Bid namely Coveralls which
accordirg to the specifications they Coveralls were asked for with
Back Lettering in colors as designated by the various individual units.
Knowing that each unit could order Coveralls in various amounts of
lettering we asked for a clarification and was told again by Mr. Mullins
to bid the Coveralls separately and indicate the cost per letter
separately which again we did on Page 18.
It is our opinion that whether Jules Bros. questioned these items or
not is not as important as the fact that we were told to Bid the above
mentioned items just as we had dore so in the Bid.
CAREER
APPAREL.
INSTITUTE
Page 1 of 2 Pages
"A UNIFORM FOR EVERY PURPOSE"
.Honorable Rose God )n
Commissioner
City Hall
February 9, 1979
In the Bid submitted by Jules Bros. there was no irdication for
either Item 4 or Item 24 specifying the differences that we were told
to poirt out in our Bid. It seems to us that if one Bidder is told
something the other Bidder should be told the same thing, and certainly
if he was told the above differences regardless of whether he meant
his Did to include his changes, he clearly should have irdicated on
his Bid. For example....Item 4 Stock Slacks such and such price....
Made to Measure such and such price.... Coveralls such and such price....
Lettering such and such price. riot only does it seem totally unfair
but in our opinion illegal.
During the past week my Manager received a phone call from a Lt. Mills
with the Miami Police Department inquiring about the difference between
Stock and Made to Measure, and at that time informed my Manager that
probably 50; of the girls would wear Stock garments and the other half
Made to Measure garments. Which again goes back to what I said earlier,
there was no breakdown pertaining to amounts that would be used in
Item 4.
One other thing I would like to point out and which is as follows.
Practically any person without any knowledge of the Garment Industry
certainly knows that it is practically impossible to buy a Stock
garment off the shelf or a Made to Measure garment at the same price.
Nevertheless, assuming that Jules Bros. was goirg to furnish Item 4
both in Stock and Made to Measure at the sane price we once again
state that after we were told to indicate a price for Stock and a
price for Made to Measure he certainly should have done the same thing
by clearly indicating Item 4.
Today February 9th, I phoned Mr. Mullins to explain everything that
I have written to you and he indicated to me that #1 he did not tell
my Manager to differentiate Item 4 the way we did and completely denied
even discussing Item 24.
To sum this all up Mrs. Gordon we feel that Lamar Uniforms has not been
treated honestly and fairly and we strongly object to Jules Bros.
being recommended for the above Bid.
Very truly yours,
LAMAR UNIFORMS
George Norman, L
President
GN:nd
Page 2 of 2 Pages
0111
1`_). A11 trouser• n(3 breeches shall be marked with indelible ink in
1/2" figure denoting the month and year th. item was cllive:red.
!larking to he made on left front insid wai .t;;and.
16. A11 completed uniforms ',;ill be subject to rigid examination
and inspection by the Chief of the. Department of Police, or his
duly authorized representative before final acceptance. Any uni-
forms not completed in accordance with Specifications, will be
rejected at the contractor's risk.
17. All alterations necessary for proper fit shall be made without
additional cost to the City of Miami, Florida.
18. Speciifications, brands and manuf.r:2turers named are to establish
product type and quality required. Any equal thereto will be
considered, subject to the approval of the City of Miami, Florida.
All material shall be new, of current manufacture, and shall carry
standard warranties.
19. The estimated uniform requirements will be as follows and bids
will only be considered on unite; as grouped below, or on all units.
Orders for uniform equipment will be issued only as needed and no
specific number of any item will be ordered at any one time. The
City reserves the right to purchase more or less than the quantitic
listed below to conform with the actual need.
GROUP 1
2,300 Blue Uniform Trousers
120 Blue Trousers - 3-Wheeler
180 Blue Breeches
200 Blue Uniform Slacks, Policewoman
30 Blue Jackets, Regular
5 Blue Jackets, Sergeants
1 Blue Jacket, Mounted Policeman
1 Blue Jacket, Canine Policeman
5 Blue Jackets, Policewoman
3 Blue Jacket, Policewoman Sergeant
170 Navy Blue Jackets, Lightweight, Policeman/
Policewoman
20 Blue Shirts, LS, Motor Policeman
2 Blue Shirts, LS, Motor Sergeant
100 Blue Trousers, Recruit
100 Blue Trousers, Property Custodian
25 Blue Jackets, Recruit
GROUP 2 - 1,450 Blue Uniform Caps, Regular
45 Blue Uniform Caps, Lieutenant & Above
5 Cap Covers for Lieutenant & Above
GROUP 3 - 3,200
800
300
24
100
100
GROUP 4 -
Blue Shirst, SS, Regular
Blue Shirts, SS, Sergeant
Blue Shirts, SS, Policewoman
Blue Shirts, SS, Policewoman Sergeant
Blue Shirts, SS, Recruit
Blue Shirts, SS, Property Custodian
30 Shoulder Emblems (Washable)
50 Shoulder Emblems (Wool)
10 Sergeant Chevrons - Wool
10 Sergeant Chevrons - Cotton
6 Sergeant Chevrons Miniature - Cotton
2 Sergeant Chevrons Miniature - Wool
2 Mounted Emblems - Wool
6 Mounted Emblems - Cotton
6 Canine Emblem:; - Wool
6 Canine Emblems - Cotton
6 Motorcycle Emblems - Wool
50 Service Bars (Elashmarks) Wool
50 Property Custodian Emblems
-2-
Seat Seam a::.I Int-:,eam: To be sewn on a double 11edle, Chain stitch
machine Wit`.: t,.i ie_tl n` ee11.i_;, hr.1:'i.ng du offset gouge of 1/32". Single
needle chain 01 lock stitch will not be ,1'_•ceptt`U.
4 - BLUE UNII'OR:: SLACKS - E'oLICEV:OAtd
GROUP ONE
Fabric: }:lonman Sura1 i ne 100-, two-way texturi: ed Dacron Polyester
Color: Navy Blue
Pockets: Slack:; shall have four pockets, two 1/4 top front, minimum
opening 6", bartacked for extra strength. Two back }.pockets, with a
minimum opening of 5 1/4", and the left back pocket to have button
and tab closure.
Design: Slacks shall he made in a modern uniform pattern with plain
front, waistband and with a modified flare leg on a woman's pattern.
Waistband and Beltloops: The waistband shall be 1 3/4" wide of self
material. It shall be equipped with Talon (or equal) hook and eye
for front closure. There shall be seven belt loons, 3/4" wide and
1 3/4" high. The loops shall be double stitched and set into the
waistband. The inside of the waistband to have "fashion -grip" banding.
Zipper: The slacks to be closed with a Talon t42 zipper (or equal).
The zipper tape to match slack fabric: and be Perma-Press treated. There
shall be a bartack at the base of the zipper.
Thread: The entire garment to be sewn with Polyester core thread.
Finishing: Slacks shall be made in a first-class workmanlike manner.
Slacks to be pressed completely, side seam, inseam, and seat seam are
to be pressed open.
Sizes: Slacks shall be available in ladies sizes 6 through 26.
OR
Material: Millikin Mills 100% Polyester Doubleknit, piece dyed, 10 oz.
weight, shade #2890, British Navy.
Style: No lining, no sewed in pleats. Two darts in front, approxi-
mately 4 1/2" long from bottom of waistband, located approximately
4" from center of front of slacks. Four darts in back, approxi-
mately 4 1/2" long from bottom of waistband, located approximately
3" and 4" on each side of center back seam. Darts to be sewn only,
not cut.
Pockets: Two full top pockets with out wing, 4 1/2" from top of waist-
band, 6" deep. All pocketing to be of a lightweight twill fabric in
the same color as the slacks. Pockets are to be safely stitched and
serged, but not sewn to _;i.de seam of trouser leg. All openings to be
bartack reinforced.
Zipper: Side opening with 7" double cam -lock zipper. Fly to be out-
side bartacked at point of joining.
Waistband: Waistband to be of same material as body of slacks (no
rubber or elastic), 1.1/2" wide. To be finished with hook and eye
fastener at front of waistband. Waistband to have 1 1/2" extension
to left side fastening with hook and eye.
Belt Loops: Located at center back to be 1" wide and 2" high, of same
material as slacks. Belt loop to be bartack reinforced for easy outlet
alteration.
Bottoms: Bottoms to be slightly flared, 3 inches wider than the knee,
with 2" hem. Stitched through bottoms will not be accepted.
• !.'11! IL.• Alt 1,1 relea
i 71•1* I ',lit itCrla 1.! not to
Colo Chaieoal.
1 c:knint
To 1),..! m.11 over it 1 till (.•irt r.odern tn.iforroi pattern of a modif ted
c-)Hpletecl one piece construction. Upper hlo11.. portion connected to trottst_br
hy atta,211-!d waistb.titd. t..1 11,1VC. [7,1141 All :; 11:,!Vt'l IOC .:).1..)tilder
fre-d.Jm of action ancl designed to irrAtit, moderato taper ‘raist. is 2 piece
cons1ru7tion from necLband to crot,...h inseam.
Foz•%..0:..;: Two lower front, quarter Lop, inv.,rted fr--swinfing made and
(.1H.11 j HUN,' from waisthnnd ond !yaiti, minimum si'it.! 6" X 11 1/2".
Two 111):,:q7 hrexit pat-c:h, minimum 5" x 6". J.-ft Pwi:et to have
1 1/2" flop. light 1oef to have storm flap, 1 1/2" high. Mit.rd lower
hacl: hip, patr:h pet..!:,, minimum 7 1/2" X i;", mfteed low-r
corner ;. Left to irv,:lude inset con,:ualed with ring attaehm-!nt.
Witisth.!:IA: Self (pods, Lo he 1 3/4" widy, to include it wash/wear inside curtain.
side Lo he shirred with good grade wo:Atable elatic interlined with minimum
1 1/2" shirring, each side.
Clout': Concealed front fly, eguipp,!d with two way ;inpr (no. 4) from bottom
of nor,-.11 trou_;er Lly - up to chest. Top (-?.E fron fly closnro equipp,±d with
conceal._,d 11?avy duty snap, at base of front lapels.
Stitchin-4: All major seams (Sleeve set, shoulder joining and side seams) are to
be saf.,2ty stitched and serged with six thrad s-:!rging machine to eliminate pu(Aering
and incur. against seam busting. All other componnt seams are sirile n.!edled
stitch-d. All sr:wing will b2 do:i .-? with color -Tat thread. All thread will be
PolyesLer core.
Sleves: (Short) Minimum 17" outsleeve form raglan point at col lar. (Long) to
includ,.: double faced cuff, inset(for smooth outer surface) Colonial style, sloping
from 3 1/2" to 1. 3/4". Placketed opening at widest point with single snap closure,
.with Miami Police Emblem both sleeves.
Small (31-36; m:,dium M-40); E:itra Earg..,- (46-48); Largo (42-44); All in
regulars or tails, it required.
LA)1ing: All garnments will he finistid with a woven (not printed) label, per-
r.lanently affixed. It will includ2 correct fiber content of th..2 fabric and
identifiation and will also iaclud two lin.2 allocation for individual identification.
Label will be specialLy1:::ted with a writing finish surface.
Embroid?rv: All cov,7.ralls to hav-2 lettering embroiaDred into back in colors as
designited by the various individual units. Price of coveralls to include all
lettering and em'olems.