Loading...
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.