REQUEST FOR PROPOSALS

Police Uniforms, Duty Gear and On-line Web Portal Services ______

May 6, 2020

Proposal Due Date: Thursday, June 4, 2020 and time: 2:00 PM (EDT)

RFQ Number: 6052-060420

Mailing Address: P O Box 230 High Point NC 27361

Delivery Address: 211 S. Hamilton St. High Point, NC 27260

Purchasing Contact: Libby Rush, Senior Buyer E-mail: [email protected] Phone: 336-883-3220 Fax: 336-883-3248

IF YOU NEED ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THE PROCUREMENT, PLEASE CONTACT PURCHASING AS SOON AS POSSIBLE

Contact: Libby Rush (336) 883-3220

1 Proposer Information Form

“This proposal will be considered invalid if this page is not completed in full”

______Vendor Name (include d/b/a information if applicable)

Entity Formation (check applicable): Corporation Limited Liability Company Partnership Sole Proprietorship

Limited Company Limited Partnership

Ownership Category (check applicable): Non-Minority African American Hispanic Asian/American

Socially & Economically Disadvantaged White Female

______Street Address P.O. Box

______City, State & Zip Email Address Telephone Number ______

Federal Tax ID #/Social Security # General Contractor License # (if applicable)

______Print Name & Title of Person Signing on Behalf of Vendor Vendor’s Authorized Signature

* By signing above the vendor acknowledges that terms and conditions and instructions associated with this proposal have been read and accepted.

* Failure to execute/sign this proposal properly prior to submittal shall render the bid invalid and it WILL BE REJECTED……..Late bids will NOT be accepted.

Offer valid for 60 days from date of proposal opening. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this Invitation to Bid. • Pursuant to General Statutes of North Carolina, Section 143-129, as amended, bids and proposals are subject to the conditions and specifications herein, are invited for materials and equipment as described herein. • Prices or any other entry made hereon by the bidders shall be considered firm and not subject to change or withdrawal. • Proposers certify under penalty of perjury that this bid has not been arrived at collusively and that no Federal or North Carolina antitrust laws have been violated. • State and County sales taxes shall not be included in the proposal prices. Sales tax shall be added to vendors invoice and will be paid to vendor at time of invoice payment. • Proposers shall sign this form and return it with additional proposal documents on or before the above date and time, to the City of High Point Purchasing Division, P O Box 230 (27261), 211 S. Hamilton St., High Point, NC 27260

2 Request For Proposals Police Uniforms, Duty Gear and Web Portal Services RFP 6052-060420 SUMMARY: The City of High Point Police Department is seeking a vendor to develop and operate an agency specific website to provide customized police uniforms and equipment, inventory management, body armor tracking and manage individual officer allotments. The City of High Point Police Department has approximately 300 employees. We are requesting Flying Cross brand uniforms for this proposal. In addition, the selected vendor shall offer a percentage discount on other items that are listed on the web portal but not specified herein. Alternates will NOT be accepted for this proposal.

The City of High Point Police Department will pay a specified allotment per employee. The difference on orders that exceed the specified amount must be paid on the website with a personal credit card by the employee to fulfill the order.

The selected vendor must have substantial experience and knowledge of police uniforms and duty gear as well as an on-line web portal. The vendor selected will have a company liaison that communicates directly with the police department and provides on-site training to the police department staff.

A pre-proposal meeting will NOT be held due to the COVID 19 restrictions. Please submit all questions in writing to Libby Rush at [email protected] by Monday, May 18, 2020 at 12:00PM

Proposals will be received until Thursday, June 4, 2020 by 2:00PM by email to Libby Rush at [email protected] . Email subject line should read “RFP 6052-060420 – Police Uniform, Duty Gear and Web Portal Services Proposal."

Proposers may mail their proposals as follows:

City of High Point Purchasing Division Attn: Libby Rush P. O. Box 230 High Point, NC (27261) 211 S. Hamilton St. High Point, NC (27260)

Copies of the Request for Proposal may be obtained from the Purchasing Division website at https://www.highpointnc.gov/Bids.aspx.

Contractors who have not done business with the City of High Point previously and who have not registered using the City’s on-line Contractor registration process are highly encouraged to register at https://www.highpointnc.gov/1057/ Vendor-Registration The City reserves the right to reject any and all proposals, as may in the judgment of the City, serve its best interest and the City further reserves the right to waive irregularities and informalities in any bid submitted.

The successful proposer shall be required to comply with all applicable equal employment opportunity laws and regulations, and all other applicable governmental laws and regulations as set forth by the City of High Point and the State of North Carolina.

The meeting facilities of the City of High Point are accessible to people with disabilities. If you need special accommodations, call 336-883-3298, TDD # 336-883-8517, or the North Carolina Relay System 3 (TDD #1-800- 735-2962).

In accordance with the Federal “Americans with Disabilities Act” (the Act), the City of High Point will not discriminate against individuals with disabilities and will not do business with Contractors who discriminate against such individuals in violation of the Act.

Libby Rush Senior Buyer

“Equal Opportunity Employer, Male/Female/Handicap”

A. GENERAL INFORMATION:

1. INTRODUCTION

The City of High Point Police Department is seeking a vendor to develop and operate an agency specific website to provide customized police uniforms and equipment, inventory management, body armor tracking and manage individual officer allotments. The City of High Point Police Department has approximately 300 employees. We are requesting Flying Cross brand uniforms for this proposal. In addition, the selected vendor shall offer a percentage discount on other items that are listed on the web portal but not specified herein. Alternates will NOT be accepted for this proposal.

2. PROPOSAL QUESTIONS:

Questions concerning this RFP must be submitted via email to Libby Rush, Senior Buyer, by no later than Monday, May 18, 2020 by 12:00PM to [email protected]

Responses to questions will be provided via addendum by Wednesday, May 20, 2020

3. BID OPENING/PROPOSAL DUE DATE:

Sealed proposals shall be emailed to [email protected] , mailed or delivered no later than 2:00PM, Thursday, June 4, 2020 subject to the specifications, instructions, and conditions contained herein and attached hereto, will be received until the date and hour specified, local time prevailing. There will not be a public bid opening.

Any proposal received after the announced time and date of opening, shall not be considered.

Proposers that submit a mailed copy of the proposal shall submit one original and five copies of the proposal, as outlined in this bid document Section B.

4. CONTRACT TERMS:

The Contract will be awarded for a one-year period beginning July 1, 2020 and ending June 30, 2021 with the option to renew for three additional one (1) year periods if terms and pricing are agreeable to both parties.

5. CONTRACT PRICING:

Proposals shall include unit pricing based on cost per item with an additional percent markdown for 4 additional items not listed in the bid. Unit price must be all inclusive, including shipping/delivery/freight/ fuel charges. Uniform prices must include application of patches and hemming of pants,

6. LATE PROPOSALS:

Any proposal received after the date and time in section three (3) above, shall not be considered, and will be returned unopened.

7. COMPETITIVE SELECTION:

The successful Proposer will be selected on a fair and rational basis, and the evaluation factors outlined below shall be applied to all eligible, responsive Proposers in comparing proposals and selecting the successful bidder. Award of a contract may be made without discussion with Proposers after responses are received. Proposals should, therefore, be submitted on the favorable terms. The City reserves the right to void the purchase order if the successful Proposer has not performed within the date specified by the Proposers response.

8. SALES TAX:

Sales Tax shall not be included in any proposed prices. The City of High Point is not tax exempt and will pay sales tax where applicable.

9. MWBE:

Pursuant to General Statute 143-48 and Executive Order #77, the City of High Point invites and encourages participation in this procurement process by businesses owned by minorities, women, handicapped or disadvantaged persons.

10. CONTRACTS:

It is recognized that the formal basis of any agreement between Contractor and user will be a contract to be negotiated between parties rather than a proposal. In submitting proposals, Contractors must indicate that they are prepared to complete a contract containing all the information submitted in their proposals. Contractors must also be prepared to meet the City’s insurance requirements at the time the contract is awarded. Contractors must submit a sample of any of their own contracts related to software maintenance and licensing. Contractor shall be required to sign a City of High Point Purchase contract, a sample of which is included in this RFP.

11. REJECTION OF PROPOSAL:

The City of High Point reserves the right to reject any and all proposals, to waive any informality in proposals received, to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual proposers if it is deemed in the City’s best interest. Moreover, the City reserves the right to make no selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of the City.

12. INSURANCE: COVERAGE - During the term of the contract, the bidders s at it ole cost and expense shall provide commercial insurance of such type and with msuch ter s and limits as may be reasonably associated with the contract. As a minimum, the bidder shall provide and maintain the following coverage and limits: a. Worker’s Compensation - The bidder shall provide and maintain Worker's Compensation 5 Insurance, as required by the laws of North Carolina, as well as employer's liability coverage with minimum limits of $500,000.00, covering all bidders’ employees who are engaged in any work under the contract. If any work is sublet, the bidder shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the contract.

b. Commercial General Liability - General Liability Coverage, on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.)

c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $1,000,000.00 bodily injury and property damage; $100,000.00 uninsured/under- insured motorist; and $1,000.00 medical payment.

REQUIREMENTS: Providing and maintaining adequate insurance coverage is a material obligation of the bidder and is of the essence of this contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The bidder shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any of such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the bidder shall not be interpreted as limiting the bidder’s Liability and obligations under the contract. It is agreed that the coverage as stated shall not be canceled or changed until thirty (30) days after written notice of such termination or alteration has been sent by registered mail to the City of High Point Purchasing Department.

13. COST ADJUSTMENTS: The cost for all items as quoted herein shall remain firm for the contract period specified/awarded. Costs for subsequent periods and any extension term periods shall be subject to an adjustment only if increases occur in the industry. However, unless very unusual and significant changes have occurred in the industry, such increases shall not exceed 5% per year or, whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI-U) (National) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor. The yearly increase, or decrease in the CPI shall be that latest index published and available ninety (90) days prior to the end of the contract year then in effect compared to the index for the same month one year prior.

Any requested cost increase shall be fully documented and submitted to the City at least ninety (90) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the City shall receive, from the Contractor, a reasonable reduction in costs that reflect such cost changes in the industry.

The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the contract will not be renewed, and the City will rebid the contract.

Any contract extension is subject to the continuation of usage and the appropriation of funds.

6 14. PAYMENT:

Payment terms are Net 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The City of High Point is responsible for all payments under the contract.

15. E-Verify Requirements Apply to Public Contracts:

The successful proposer will be required to submit a completed E-Verify affidavit after award.

B. PROPOSAL FORMAT:

1. PROPOSAL PACKAGE EVALUATION CRITERIA Proposal package will be evaluated on the contractor's ability to meet the requirements of this Request for Proposals. Some heavily weighted, specific evaluation criteria, among other factors, will include:

• Submittals as completed Proposal by the due date • All requested information as specified not to exceed 25 total pages • Provide a summary of your understanding of the Proposal • Provide a brief summary (max of two pages) of your experience with police uniforms and duty gear and with the specified web services; project completion dates, dollar values, and the name and address of clients familiar with your performance • Provide resumes of key personnel who would be involved with the project, and their responsibilities • Provide a summary and capabilities of the police uniform and duty gear website to manage uniforms, inventory and expiration dates • Attach a list of at least three relevant references, including the name of the reference, a brief statement describing the relationship between the Responder and the Reference. Include the name, title, phone number of the contact person (Attachment B) • Provide a detailed description of the approach and manner in which your firm will perform the task being asked within the scope of the RFP • Provide any additional details and information that your firm thinks will be helpful to their being selected

2. SUBMITTAL REQUIREMENTS If your firm would like to be considered for providing the required services, please submit your proposal to Libby Rush at [email protected] or

Mailed to:

City of High Point Purchasing Division, Attn: Libby Rush, Senior Buyer 211 S. Hamilton Street (27260) PO Box 230 (27261) High Point, NC

3. SUBMITTAL PACKAGE CONTENT AND FORMAT (Mailed Proposal) Proposals should be prepared on two-sided 8 1/2 x 11 paper using minimum 10-point font, placed in a manila envelope with the words, “RFP 6052-060420 Police Uniform, Duty Gear and Web Portal Services Proposal." clearly visible. The City will not consider mailed proposals that do not arrive prior to the proposal deadline. 7 C. RFP QUESTIONS:

1. Please respond to the following questions in the same sequence as they are listed:

Identify the legal entity that would enter into the contract with the City to include the following: a. Full legal name of Contractor b. Address of company headquarters c. Name and title of the person authorized to enter into a contract

2. Provide a list identifying the number of personnel and identifying key members, qualifications, etc. available to respond in the event the proposed contract is activated, including subcontractors who would be assigned to this project. For proposed subcontractors, please provide the name of each Contractor, the office location, contact name and telephone number, and the services to be provided.

State any conflicts of interest, Contractor or any key individual may have with this project. List at least three (3) references of contracts in the past five (5) years similar to the scope and size of the project specified herein. Please list all North Carolina local government clients. Proposal will be considered only from companies that have a minimum of three (3) years business experience in providing police uniforms. Please use Attachment B.

Provide a Proposal based on product/services pricing for items outlined in Attachment A

D. SELECTION PROCESS: The City will conduct a fair and impartial evaluation of all submittals that are received in accordance with the provisions of this RFP. The City will appoint a selection committee to perform the evaluation. Interviews with Contractors are not anticipated but may be held at the option of the selection committee The City reserves the right to obtain clarification of any point in a Contractor’s/team’s Proposal Package or to obtain additional information. All Contractors/teams who submit proposal packages will be notified of the selection committee’s choice. Final approval of any selected Contractor/team is subject to the action of City Council or appropriate City officials.

E. EVALUATION CRITERIA: Proposals in one (1) original and five (5) copies will be received from each proposer in a sealed envelope or package.

Each original shall be signed and dated by an official authorized to bind the firm. Unsigned proposals will not be considered.

All proposals must be received by the City of High Point not later than the date and time specified on the cover sheet of this RFP. At their option, the evaluators may request oral presentations or discussion with any or all offerors for the purpose of clarification or to amplify the materials presented in any part of the proposal. However, offerors are cautioned that the evaluators are not required to request clarification; therefore, all proposals should be complete and reflect the most favorable terms available from the offeror.

Proposals will be evaluated according to completeness, content, and experience with similar projects, ability of the offeror and its staff, and cost. The evaluators will randomly select at least three of offeror’s references, but the evaluators’ reserve the right to contact all the references listed, if information from the three references contacted warrant further inquiry. The failure of the offeror to list all similar contracts in the specified period may result in the rejection of the offeror’s proposal. The evaluators may check all public sources to determine whether offeror has listed all contracts for similar work within the designated 8 period. If the evaluators determine that references for other public contracts for similar contracts were not listed, the evaluators may contact the public entities to make inquiry into offeror’s performance of those contracts and the information obtained may be considered in evaluating offeror’s proposal. Award of a contract to one offeror does not mean that the other proposals lacked merit, but that, all factors considered, the selected proposal was deemed most advantageous to the City of High Point.

In addition to any other evaluation criteria identified in the solicitation document, the agency shall, for purposes of evaluating proposed or actual contract performance, consider the following factors to ensure that any award will be in the best interest of the City of High Point:

1) Overall Experience and Support: (30 points)

The background and experience of the qualifying Contractor should not be less than 5 years, showing documentation of providing Police uniforms and duty gear as listed in Attachment A for that period of time with all the appropriate certifications for staff and appropriate back up staff.

2) Cost Effectiveness and Value (30 points)

The RFP should take into consideration the operational, analytical, and financial costs to provide the Police uniforms and Duty Gear and ability to provide a web portal for on-line ordering form will be evaluated in this grouping.

3) Web-Portal Capabilities (40 points)

An effective methodology and approach to the required scope of work including on-line web portal capabilities to track uniforms per officer, track inventory and expiration dates, available training for City of High Point Staff, industry best management practices, and ability to meet requirements set forth in this proposal.

F. PUBLIC RECORDS: Upon receipt by the City, your Proposal is considered a public record except for material that qualifies as “Trade Secret” information under North Carolina General Statute 66-152 et seq. Proposal packages will be reviewed by the City’s Selection Committee, as well as other City staff and members of the general public who submit public record requests. To properly designate material as a trade secret under these circumstances, each Contractor must take the following precautions: (a) any trade secrets submitted by a Contractor should be submitted in a separate, sealed envelope marked “Trade Secret - Confidential and Proprietary Information - Do Not Disclose Except for the Purpose of Evaluating this Proposal,” and (b) the same trade secret/confidentiality designation should be stamped on each page of the trade secret materials contained in the envelope. Do not designate your proposed pricing as a trade secret.

In submitting a Proposal, each Contractor agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the selection process and to any outside consultant or other third parties who serve on the Selection Committee or who are hired by the City to assist in the selection process. Furthermore, each Contractor agrees to indemnify and hold harmless the City and each of its officers, employees and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material that the Contractor has designated as a trade secret. Any Contractor that designates its entire Proposal as a trade secret may be disqualified from the selection process.

Information in the Request for Proposal responses will not be shared until after award of contract.

9 G. CONDITIONS AND RESERVATIONS: Upon receipt of this proposal, the City reserves the right to meet with any or all consultants submitting proposals at any time prior to an award in order to assure that the successful proposal most nearly meets all goals and objectives. The right is further reserved to use any or all ideas presented in any response to this Request for Proposal, whether amended or not. Selection or rejection of the proposal does not affect this right. During the course of review and evaluation of proposals, the City further reserves the right to negotiate with the consultant whose proposal most closely meets the City’s goals and objectives for this project, to amend that consultant’s original proposal by additions or deletions.

H. RFP SCHEDULE:

This is to provide interested firms information about the schedule anticipated by the City. This is an estimate only and may change.

RFP Issue Date Wednesday, May 6, 2020 Questions Due to Purchasing Monday, May 18, 2020 by 12:00 PM Response to Questions Due Wednesday, May 20, 2020 RFP Due Date Thursday, June 4, 2020 by 2:00PM Evaluate Proposals June 4- June 15, 2020 Contract Begins July 1, 2020

I. Scope of Work The City of High Point Police Department is seeking a vendor to develop and operate an agency specific website to provide customized police uniforms and equipment, inventory management, body armor tracking and manage individual officer allotments. The City of High Point Police Department is requesting Flying Cross brand uniforms for this proposal. In addition, the selected vendor shall offer a percentage discount on other items that are not specified herein. Alternates will NOT be accepted.

The City of High Point Police Department will pay a specified allotment per employee. The difference on orders that exceed that specified amount must be paid on the website with a personal credit card by the officer to fulfill the order.

The selected vendor must have substantial experience and knowledge of police uniforms and duty gear as well as an on-line web portal. The vendor selected will have a company liaison that communicates directly with the police department and provides on-site training to the police department staff.

J. Responsibilities of Proposer: Contractor must describe in detail in their proposal how they will fulfill the following requirements. 1. Provide Flying Cross Uniforms and duty gear as outlined on Attachment A (No Alternates) 2. Develop and Provide a web site to track uniforms for each officer as specified in proposal 3. Provide on-site training for City of High Point Staff 4. Be prepared to be fully operational with web portal training and roll out by July1, 2020.

K. RESPONSIBILITIES OF THE CITY OF HIGH POINT: 1. The City of High Point will order all uniforms and duty gear in a timely manner, in order for the selected vendor to have adequate time to process orders. 2. The City of High Point will provide one (1) onsite staff member during normal operating hours to oversee the on-line web services and contract.

10 L. TERMINATION:

The City may terminate this agreement at any time by 30 days’ notice in writing from the city to the Contractor. In that event, all finished or unfinished deliverable items prepared by the Contractor under this contract shall, at the option of the City, become its property. If the contract is terminated by the City as provided herein, the Contractor shall be paid for services satisfactorily completed, less payment or compensation previously made.

11 Uniform Specifications

FLYING CROSS LS SHIRT SPECIFICATIONS Ladies Style# 142R78Z 86 Fabric Content: 100% Textured Polyester Weight: 7.0-7.5 oz. / linear yard

COLOR: LAPD NAVY STYLE: To be Flying Cross Model 142R78Z 86. Dress style, top center front with , knit side body inserts for tapered fit, convertible sport collar, long sleeves with barrel cuffs and dress shirttail. Two front map with Velcro closure and pleated breast pockets with topstitched scalloped flaps. Topstitched shoulder straps. Full badge reinforcement. Matching inside yoke and banana band of high luster PolyTwill. Work wear industrial style shirt construction is unacceptable and shall be cause for rejection.

COLLAR: Collar points to measure 2 7/8” long with ultrasonically fused- in Mylar stays. Collar to have woven interlining of #250 Dacron. Stays to be 2 ½” long, 3/8” minimum width, and to be fused to underside of collar interlining. Stays applied directly to collar material itself unacceptable. Topstitched 1/4" off the edge. Collar material itself (top or underside) shall have no fusing to Mylar stays or collar interlining.

FRONT:

Each front shall have a approximately 3” in width. The right front shall have a top center placket 1-1/2" wide with two rows of stitches 7/8" apart. Stitching on the top center is not to be visible on the turn back facing. The shirt will have 6 and on the front; spacing between each will be 3 ½” except the spacing between the neck and the first button on the front, which will be approximately 3-1/4". Top center placket to have woven interlining of #250 Dacron. Non-woven interlining unacceptable and shall be cause for rejection. The fronts shall be joined to the yoke so that both

12 raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised . Safety stitch joining unacceptable. An 11 ½” nylon zipper, to be set below the second button and , shall accomplish front closure. The top, second and bottom buttons to be attached to the left front, the balance to be sewn over the buttonholes on the right front.

SHOULDER STRAPS: Shoulder straps to be two-piece pointed, 1/4" topstitched and to be set on yoke with leading topstitch conforming with front joining . To measure 2" at sleeve tapering to 1-3/8" and set not more than 1/2" from collar set seam. Cross-stitched approximately 2" from sleeve seam. Shoulder strap to have non-functional buttonhole with a well sewn button centered on buttonhole. Points of shoulder straps to be tacked to the shoulder. Edge stitched shoulder strap construction unacceptable.

BADGE REINFORCEMENT: Two-ply sling 1” wide centered over left and stitched to shoulder seam and flap setting stitch. It shall have 2 (two) buttonhole eyelets 1-1/4” from top of pocket flap spaced 1-1/4” apart and centered on sling.

LOOSE MICROPHONE HOLDER: Microphone holder to finish approximately 1” wide, 3” deep with each end serged to prevent raveling. Loose Microphone holder to be swift tacked to the shirtfront with the barcode hangtag. MAP POCKETS: Each front shall be constructed with a map pocket design which is sewn to the shirt front with Velcro opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams.

13 POCKETS: Two breast patch pockets with mitered corners and 1-1/4" stitched to be sewn over the map pockets. Pleats shall be stitched top and bottom and full length of to prevent spreading. Pocket to measure 5” wide, 5" deep. Left breast pocket to have 1- 1/4" pencil stitch. Each pocket to have hook Velcro, 3/4" long by ½" wide, positioned on both edges of pocket to correspond with outer scalloped flap points as specified. FLAPS: Two-piece deep scalloped design to measure 5-1/4" across and 2-1/4" in depth at center point, 1-3/4" at sides. Secured to shirtfront approximately 3/8” above pocket. Left flap to have invisible pencil opening 1-1/4" to correspond precisely with pencil slot of pocket. (Stop & start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4” topstitched. Flaps to have woven interlining of #250 Dacron. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have looped Velcro 3/4" long by 1/2" wide stitched all sides, positioned on outer points of both pocket flaps to secure with corresponding Velcro strips on shirt pocket. Each flap shall have a button centered on uncut sewn buttonhole. COMM PASS OPENING AND KNIT SIDE BODY:

SLEEVES: Sleeve vent shall be a minimum of 4-1/2" long with one-piece top and bottom facings. Facing to measure 1-1/8" wide point blocked at top. 14 CUFFS: Two-piece ½-inch hemmed cuff with 1/4" topstitching. Cuffs to measure 2 1/2” in depth with rounded corners (barrel cuffs). Cuff to be two button adjustable. Cuffs to have woven interlining of #250 Dacron.

BUTTONS: First grade 20-ligne melamine.

SEWING: Collar, cuffs, shoulder straps and pocket flaps to be topstitched 1/4" off the edge. Sleeve inserting and side close felling seams are to be safety stitched then topstitched.

THREAD: All sewing threads to be color fast polyester wrap to match.

INTERLINING: Collar, Cuffs, Pocket flaps, Shoulder straps and top center to be interlined with #250 Dacron.

MILITARY CREASES: There shall be five Lintrak ® sharp military creases on all shirts. One crease on each front to be centered vertically. Front creases shall not be through pockets and flaps. Spacing for three military creases across shirt back to be proportionate to the size of the shirt.

CONSTRUCTION: Collar, shoulder straps and flaps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned right side out and finally topstitched.

STOCK SIZES:

Shirts must be available in the following sizes: Bust

Sizes 30-52

15 Long Sleeve Lengths: 30 Regular = 30” 32, 34 Regular = 30” Long = 31” 36, 38 Regular = 31” Long = 32” 40, 42 Regular = 32” Long = 33” 44, 46 Regular = 33” Long = 34” 48 & Up Regular = 34” Long = 35

FLYING CROSS SS SHIRT SPECIFICATIONS Ladies Style # 192R78Z 86

Fabric Content: 100% Textured Polyester Weight: 7.0-7.5 oz. / linear yard

COLOR: LAPD NAVY

STYLE: To be Flying Cross Model 192R78Z 86. Dress style, top center placket front with zipper, knit side body inserts for tapered fit, convertible sport collar, short sleeves and dress shirttail. Two front map pockets with Velcro closure and pleated breast pockets with topstitched scalloped flaps. Topstitched shoulder straps. Full badge reinforcement. Matching inside yoke and banana band of high luster PolyTwill. Work wear industrial style shirt construction is unacceptable and shall be cause for rejection.

COLLAR: Collar points to measure 2 7/8” long with ultrasonically fused- in Mylar stays. Collar to have woven interlining of #250 Dacron. Stays to be 2 ½” long, 3/8” minimum width, and to be fused to underside of collar interlining. Stays applied directly to collar material itself unacceptable. Topstitched 1/4" off the edge. Collar material itself (top or underside) shall have no fusing to Mylar stays or collar interlining.

16 FRONT:

Each front shall have a facing approximately 3” in width. The right front shall have a top center placket 1-1/2" wide with two rows of stitches 7/8" apart. Stitching on the top center is not to be visible on the turn back facing. The shirt will have 6 buttons and buttonholes on the front; spacing between each will be 3 ½” except the spacing between the neck button and the first button on the front, which will be approximately 3-1/4". Top center placket to have woven interlining of #250 Dacron. Non-woven interlining unacceptable and shall be cause for rejection. The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. An 11 ½” nylon zipper, to be set below the second button and buttonhole, shall accomplish front closure. The top, second and bottom buttons to be attached to the left front, the balance to be sewn over the buttonholes on the right front.

SHOULDER STRAPS: Shoulder straps to be two-piece pointed, 1/4" topstitched and to be set on yoke with leading topstitch conforming with front joining seam. To measure 2" at sleeve tapering to 1-3/8" and set not more than 1/2" from collar set seam. Cross-stitched approximately 2" from sleeve seam. Shoulder strap to have non-functional buttonhole with a well sewn button centered on buttonhole. Points of shoulder straps to be tacked to the shoulder. Edge stitched shoulder strap construction unacceptable.

BADGE REINFORCEMENT: Two-ply sling 1” wide centered over left pocket and stitched to shoulder seam and flap setting stitch. It shall have 2 (two) buttonhole eyelets 1-1/4” from top of pocket flap spaced 1-1/4” apart and centered on sling.

17 LOOSE MICROPHONE HOLDER: Microphone holder to finish approximately 1” wide, 3” deep with each end serged to prevent raveling. Loose Microphone holder to be swift tacked to the shirtfront with the barcode hangtag.

MAP POCKETS: Each front shall be constructed with a map pocket design which is sewn to the shirt front with Velcro opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams.

POCKETS: Two breast patch pockets with mitered corners and 1-1/4" stitched pleats to be sewn over the map pockets. Pleats shall be stitched top and bottom and full length of pleat to prevent spreading. Pocket to measure 5” wide, 5” deep. Left breast pocket to have 1-1/4” pencil stitch. Each pocket to have hook Velcro, 3/4" long by ½" wide, positioned on both edges of pocket to correspond with outer scalloped flap points as specified.

FLAPS: Two-piece deep scalloped design to measure 5-1/4" across and 2-1/4" in depth at center point, 1-3/4" at sides. Secured to shirtfront approximately 3/8” above pocket. Left flap to have invisible pencil opening 1- 1/4" to correspond precisely with pencil slot of pocket. (Stop & start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4” topstitched. Flaps to have woven interlining of #250 Dacron. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have looped Velcro 3/4" long by 1/2" wide stitched all sides, positioned on outer points of both pocket flaps to secure with corresponding Velcro strips on shirt pocket. Each flap shall have a button centered on uncut sewn buttonhole.

18 COMM PASS OPENING AND KNIT SIDE BODY:

SLEEVES: Sleeves are to be straight and whole and to have a ¾” and to finish at a minimum of 8 ½” long from shoulder seam.

BUTTONS: First grade 20-ligne melamine.

SEWING: Collar, shoulder straps and pocket flaps to be topstitched 1/4" off the edge. Sleeve inserting and side close felling seams are to be safety stitched then topstitched.

THREAD: All sewing threads to be color fast polyester wrap to match.

INTERLINING: Collars, Pocket flaps, Shoulder straps and top center to be interlined with #250 Dacron.

MILITARY CREASES: There shall be five Lintrak ® sharp military creases on all shirts. One crease on each front to be centered vertically. Front creases shall not be through pockets and flaps. Spacing for three military creases across shirt back to be proportionate to the size of the shirt.

19 CONSTRUCTION: Collar, shoulder straps and flaps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned right side out and finally topstitched.

STOCK SIZES: Shirts must be available in the following sizes: Bust Sizes 30-52

20 FLYING CROSS LS SHIRT SPECIFICATIONS Men’s #42W78Z 86

Fabric Content: 100% Textured Polyester

Weight: 7.0-7.5 oz. / linear yard

COLOR: LAPD NAVY STYLE: To be Flying Cross Model 42W78Z 86 Dress style, top center placket front with zipper, knit side body inserts for tapered fit, banded collar, long sleeves with barrel cuffs, and dress shirttail. Two front map pockets with Velcro closure and pleated breast pockets with top-stitched scalloped flaps. Top-stitched shoulder straps. Full badge reinforcement. Matching inside yoke and collar band of high luster PolyTwill. Work wear industrial style shirt construction is unacceptable and shall be cause for rejection.

COLLAR & STAND: Collar points to measure 2 ½” long with ultrasonically fused-in Mylar stays. Collar to have woven interlining of #250 Dacron. Stays to be 2 ¼” long, 3/8” minimum width, and to be fused to underside of collar interlining. Stays applied directly to collar material itself unacceptable. Collar height at rear 1-1/2". Collar topstitched 1/4” off the edge. Collar stand to measure 1- 5/16" at rear and band to be interlined with "Crease-N- ." Collar material itself (top or underside) shall have no fusing to Mylar stays or collar interlining.

FRONT: The left front shall have a top center placket 1-1/2" wide with two rows of stitches 7/8" apart. The shirt will have 7 buttons and buttonholes on the front; spacing between each will be 3-¾" except the spacing between the neck button and the first button on the front, which will be approximately 3 1/4". Top center placket to have woven interlining of #250 Dacron. Non-woven interlining unacceptable and shall be cause for rejection. The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. A 15” nylon zipper, to be set below the second button and buttonhole, shall accomplish front closure. The top, second and bottom buttons to be attached to the right front, the balance to be sewn over the buttonholes on the left front. SHOULDER STRAPS: Shoulder straps to be two-piece pointed, 1/4" topstitched and to be set on yoke with leading topstitch conforming with front joining seam. To

21 measure 2" at sleeve tapering to 1-3/8" and set not more than 1/2" from collar set seam. Cross-stitched approximately 2" from sleeve seam. Shoulder strap to have non-functional buttonhole with a well sewn button centered on buttonhole. Points of shoulder straps to be tacked to the shoulder. Edge stitched shoulder strap construction unacceptable.

BADGE REINFORCEMENT: Two-ply sling 1” wide centered over left pocket and stitched to shoulder seam and flap setting stitch. It shall have 2 (two) buttonhole eyelets 1-1/4” from top of pocket flap spaced 1-1/4” apart and centered on sling.

LOOSE MICROPHONE HOLDER: Microphone holder to finish approximately 1” wide, 3” deep with each end serged to prevent raveling. Loose Microphone holder to be swift-tacked to the shirtfront with the barcode hangtag.

MAP POCKETS (Sketch is generic to show map pockets only): Each front shall be constructed with a map pocket design which is sewn to the shirt front with Velcro opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams. POCKETS: Two breast patch pockets with mitered corners and 1-1/2" stitched pleats to be sewn over the map pockets. Pleats shall be stitched top and bottom and full length of pleat to prevent spreading. Pocket to measure 5-5/8" wide, 6" deep. Left breast pocket to have 1- 1/2" pencil stitch. Each pocket to have hook Velcro, 3/4" long by ½" wide, positioned on both edges of pocket to correspond with outer scalloped flap points as specified.

FLAPS: Two piece deep scalloped design to measure 5-7/8" across and 2- 3/4" in depth at center point, 2-1/4" at sides. Secured to shirtfront approximately 3/8” above pocket. Left flap to have invisible pencil opening 1-1/2" to correspond precisely with pencil slot of pocket. (Stop & start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4" topstitched. Flaps to have woven interlining of #250 Dacron.

22 Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have looped Velcro 3/4" long by 1/2" wide stitched all sides, positioned on outer points of both pocket flaps to secure with corresponding Velcro strips on shirt pocket. Each flap shall have a button centered on uncut sewn buttonhole.

COMM PASS OPENING AND KNIT SIDE BODY:

SLEEVES: Sleeve vent shall be a minimum of 4-1/2" long with one-piece top and bottom facings. Facing to measure 1-1/8" wide point blocked at top.

CUFFS: Two piece ½-inch hemmed cuff with 1/4” topstitching. Cuffs to measure 3" in depth with rounded corners (barrel cuffs). Cuffs to have two buttons and corresponding buttonholes set vertically with one button and buttonhole in center of facing. Cuffs to have woven interlining of #250 Dacron.

BUTTONS: First grade 20-ligne melamine.

SEWING: Collar, cuffs, shoulder straps and pocket flaps to be topstitched 1/4" off the edge. Sleeve inserting and side close felling seams are to be safety stitched then topstitched.

THREAD: All sewing threads to be color fast polyester wrap to match.

INTERLINING: Collar, Cuffs, Pocket flaps, Shoulder straps and top center to be interlined with #250 Dacron.

MILITARY CREASES: There shall be five Lintrak ® sharp military creases on all shirts. One crease on each front to be centered vertically. Front creases shall not be through pockets and flaps. Spacing for three military creases across shirt back to be proportionate to the size of the shirt.

CONSTRUCTION:

23

Collar, cuffs, shoulder straps and flaps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned right side out and finally top-stitched.

STOCK SIZES:

Shirts must be available in the following sizes: Sleeve lengths: 32-37 inches Neck sizes: 14-1/2 to 18-1/2, 19, 20, 21, 22

24 FLYING CROSS MEN’S SS SHIRT SPECIFICATIONS Men’s Style# 92R78Z 86

Fabric Content: 100% Textured Polyester

Weight: 7.0-7.5 oz. / linear yard

COLOR: LAPD NAVY

STYLE: To be Flying Cross Model 92R78Z 86 Dress style, top center placket front with zipper, knit side body inserts for tapered fit, convertible sport collar, short sleeves and dress shirttail. Two front map pockets with Velcro closure and pleated breast pockets with topstitched scalloped flaps. Topstitched shoulder straps. Full badge reinforcement. Matching inside yoke of high luster PolyTwill. Work wear industrial style shirt construction is unacceptable and shall be cause for rejection.

COLLAR: Collar points to measure 2 ½” long with ultrasonically fused-in Mylar stays. Collar to have woven interlining of #250 Dacron. Stays to be 2 ¼” long, 3/8” minimum width, and to be fused to under side of collar interlining. Stays applied directly to collar material itself unacceptable. Topstitched 1/4" off the edge. Collar material itself (top or underside) shall have no fusing to Mylar stays or collar interlining.

FRONT: Each front shall have a facing approximately 3” in width. The left front shall have a top center placket 1-1/2" wide with two rows of stitches 7/8" apart. Stitching on the top center is not to be visible on the turn back facing. The shirt will have 7 buttons and buttonholes on the front; spacing between each will be 3-¾" except the spacing between the neck button and the first button on the front, which will be approximately 3-1/4". Top center placket to have woven interlining of #250 Dacron. Non-woven interlining unacceptable and shall be cause for rejection. The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. A 15” nylon zipper, to be set below the second button and buttonhole, shall accomplish front closure. The top, second and bottom buttons to be attached to the right front, the balance to be sewn over the buttonholes on the left front.

SHOULDER STRAPS:

25 Shoulder straps to be two-piece pointed, 1/4" topstitched and to be set on yoke with leading topstitch conforming with front joining seam. To measure 2" at sleeve tapering to 1-3/8" and set not more than 1/2" from collar set seam. Cross-stitched approximately 2" from sleeve seam. Shoulder strap to have non-functional buttonhole with a well sewn button centered on buttonhole. Points of shoulder straps to be tacked to the shoulder. Edge stitched shoulder strap construction unacceptable.

BADGE REINFORCEMENT: Two-ply sling 1” wide centered over left pocket and stitched to shoulder seam and flap setting stitch. It shall have 2 (two) buttonhole eyelets 1-1/4” from top of pocket flap spaced 1-1/4” apart and centered on sling.

LOOSE MICROPHONE HOLDER: Microphone holder to finish approximately 1” wide, 3” deep with each end serged to prevent raveling. Loose Microphone holder to be swift-tacked to the shirtfront with the barcode hagtag.

MAP POCKETS: Each front shall be constructed with a map pocket design which is sewn to the shirt front with Velcro opening on each pocket near the top center placket. Map pockets extend into the sleeving seam and side body seams.

POCKETS: Two breast patch pockets with mitered corners and 1-1/2" stitched pleats to be sewn over the map pockets. Pleats shall be stitched top and bottom and full length of pleat to prevent spreading. Pocket to measure 5-5/8" wide, 6" deep. Left breast

26 pocket to have 1- 1/2" pencil stitch. Each pocket to have hook Velcro, 3/4" long by ½" wide, positioned on both edges of pocket to correspond with outer scalloped flap points as specified.

FLAPS: Two piece deep scalloped design to measure 5-7/8" across and 2-3/4" in depth at center point, 2-1/4" at sides. Secured to shirtfront approximately 3/8” above pocket. Left flap to have invisible pencil opening 1-1/2" to correspond precisely with pencil slot of pocket. (Stop & start stitching for pencil opening unacceptable and shall be cause for rejection.) Flaps to be 1/4" topstitched. Flaps to have woven interlining of #250 Dacron. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have looped Velcro 3/4" long by 1/2" wide stitched all sides, positioned on outer points of both pocket flaps to secure with corresponding Velcro strips on shirt pocket. Each flap shall have a button centered on uncut sewn buttonhole.

COMM PASS OPENING AND KNIT SIDE BODY:

SLEEVES: Sleeves are to be straight and whole and to have a ¾” hem and to finish at a minimum of 9 ½” long from shoulder seam.

BUTTONS: First grade 20-ligne melamine.

27 SEWING: Collar, shoulder straps and pocket flaps to be top-stitched 1/4" off the edge. Sleeve inserting and side close felling seams are to be safety stitched then top-stitched.

THREAD: All sewing threads to be color fast polyester wrap to match.

INTERLINING: Collars, Pocket flaps, Shoulder straps and top center to be interlined with #250 Dacron.

MILITARY CREASES: There shall be five Lintrak ® sharp military creases on all shirts. One crease on each front to be centered vertically. Front creases shall not be through pockets and flaps. Spacing for three military creases across shirt back to be proportionate to the size of the shirt.

CONSTRUCTION: Collar, shoulder straps and flaps are made with conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned right side out and finally topstitched.

STOCK SIZES:

Shirts must be available in the following sizes: Alpha Sizing: S - 4XL

28 Flying Cross 4 Pocket Trouser Specification Men’s Style# TR070 86 Ladies Style# TR070W 86

FABRIC: Content: 100% Polyester Weight: 12 - 12 ½ oz. per linear yard Weave: Gabardine Color: LAPD NAVY

STYLE: Trouser shall be manufactured from an up-to-date men’s uniform trouser . The trouser styling shall be T-1: plain front, two (2) quarter top front pockets, and two (2) hip pockets professionally finished with no visible topstitching. Work wear industrial style construction is unacceptable and shall be cause for rejection.

LINING MATERIAL: The pocketing and material shall be 70% Polyester / 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 x 48 count. Pocketing must have a durable press finish and the color of the pocketing must be black.

FREEDOM-FLEX WAISTBAND SYSTEM:

Trouser shall be made with a special Freedom-Flex Waistband System that will allow the wearer waist expansion of 2 1/2" to 3". The waistband shall measure a minimum of 1-7/8" wide when finished. The flexible expansion split portion of the waistband shall be to the front of the trouser side seam and there shall be a ¾- inch wide side belt loop positioned to ‘hide” the expansion split of the waistband.

The waistband curtain shall consist of two different styles for maximum waistband expansion to enhance wearer comfort, fit, and appearance. The front of the trouser (to the expansion split) waistband curtain style shall consist of a 2-inch wide elastic section that incorporates Tru-Grip, a ½" surface area composed of thin 55 gauge rubber for maximum comfort and performance. The Tru-Grip acts to help keep shirts tucked in securely. (Use of a single silicone strip or strips instead of ½” wide rubberized surface area shall be cause for rejection.)

The back half of the trouser waistband curtain shall finish a minimum 2-1/8” wide and is to be made of black pocketing material and shall be attached to the top of the trouser with a . The waistband curtain must also contain Tru-Grip and will line up with the Tru-Grip on the front of the expansion split. (Substitution of a silicone strip or strips in place of Tru-Grip shall not be acceptable and shall be cause for rejection.)

The waistband curtain is composed of a wet laid non-woven canvas weighing 3.3 oz. per square yard. The canvas is covered in the same color and material as the pocketing. The ½” rubberized surface area is positioned 1-¼" up from the bottom of the curtain.

The specifications for the rubberized Tru-Grip curtain are as follows:

29 Width: 1-1/8-inch Warp: 300 Denier Texturized Polyester Filling: 300 Denier Texturized Polyester Rubber: 55 Gauge Count: 32-36 per inch Contents: 59% Polyester/41% Rubber

To complete the Freedom-Flex Waistband System, there shall be a 1-1/4” wide elastic component sewn into the back half of the waistband curtain to allow for the stretch and recovery of the waistband to comfortably fit the wearer’s waist size. There shall be a bartack for strength and durability sewn at the stress point on the waistband where it joins the front elasticized waistband curtain joining stitching (positioned, on the waistband above the front pocket.)

The waistband closure shall be accomplished with a single crush proof hook and eye centered on the waistband for wearer comfort. The hook and eye shall be reinforced with a 7/8" non-woven tape that is anchored with topstitching through and through to the top of the waistband (bartacks in place of topstitching shall be cause for rejection). In addition to the stitching of the waistband when it is set onto the trouser, the waistband must also be topstitched below the waistband seam of the trouser to be finished to allow for alterations (with ample fabric and curtain material to allow trouser size to be increased at least one size). The outlet in the seat is to be proportional to the waist outlet so the seat may also be let out. Seat seam must be sewn with a tandem needle machine (double-needle stitch) for maximum stretch.

BELT LOOPS: There shall be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non-woven interlining for added durability. All loops (except back center) must be sewn into the top and bottom of the waistband ("dropped" belt loops that are tacked to the outside of the trouser all around waist shall be cause for rejection). The top of the belt loops (except back center) shall be sewn into the waistband curtain seam with a Rocap machine using a zigzag stitch. The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband to allow for easier waist alteration.

FLY:

Trouser shall have a brass metal zipper with memory lock brass slider secured by metal stopper at base. There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of the basic trouser fabric (tabs made of pocketing material or a "grown on" French Fly will be cause for rejection). The right fly shall be lined with the same material and color as the pocketing. The fly lining shall be sewn to the left fly continuing below the zipper into the crotch area in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. Topstitching of fly to be installed with automatic “J” stitch equipment eliminating puckering and providing a clean finish. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape for maximum strength. Bartack shall line up with starting point of “J” stitch.

SEAT: Seat must be sewn with a Tandem Needle Machine (double-needle stitch) for maximum durability.

POCKETS: The two (2) front pockets will be quarter top style with a minimum opening of 6" and a minimum depth of 5-3/4" measured from the bottom of the opening. Front pockets to have firm straight bartacks at top and bottom of pocket openings. Pockets shall be constructed using the stitch, turn, and topstitch method. Front pocket facing and barrier to be made of the basic trouser fabric. Facing shall be a minimum of 1” and barrier shall measure a minimum of 2" (measured to the inside edge of pocket lining).

30 The two (2) hip pockets shall have a minimum 5-3/8" wide (bartack to bartack) opening and a minimum depth of 5-3/4 " measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on an automatic welt machine. The welts shall be finished in such a manner that there is no topstitching (topstitched hip pockets shall be cause for rejection). The corners of the hip pocket openings shall have triangular bartacks for reinforcement (use of straight bartacks shall be cause for rejection). Hip pocket facing and barrier are to be made of basic trouser fabric. Facing shall be a minimum of 3/4" and the barrier shall be a minimum of 1-1/2”. The left hip pocket shall have a centered tab made of basic cloth inserted into the top welt with bartacks at the top and bottom of the tab to form an opening for a button. A button shall be located below the bottom welt corresponding in location with the tab, which shall be interlined with non-woven for added durability. There shall be a centered above each hip pocket to waistband. Dart shall be approximately 2-3/4” long tapered from 3/8” at waistband and shall be installed with automatic equipment for a clean non-puckered finish.

The watch pocket shall be located on the right front at the waistband. This pocket shall have a minimum opening of 2-5/8” and a minimum depth of 2-7/8". The front of the pocket shall be made of pocketing fabric and the back of the pocket shall be made of basic fabric and the two pieces are securely stitched together. Each corner of the pocket opening shall have firm straight bartacks.

CREASES: The leg creases, front and back will have a silicone bead put in by using the Lintrak process.

STITCHING, PRESSING & FINISHING: Trouser must be stitched with matching thread. Trouser must be neatly pressed on Hothead Presses and properly shaped. Outseams and inseams are edge serged on automatic equipment for uniformity of quality and shall be pressed open for a smooth pucker-free finish with repeated cleaning and pressing. Trouser must be cleaned and finished to eliminate loose threads.

LABELS: Trouser must have a permanent label providing care instructions and small woven label indicating waist size. A removable paper ticket showing the size, fabric content, number, and WPL or RN number must be on the outside of the waistband. Ticket to be matchbook style installed with plastic staples for easy removal without damaging trouser material and showing size when trousers are stacked.

STOCK SIZES:

Men’s trouser must be available from stock in the following sizes: SHORT RISE: 28 - 40 (EVEN ONLY) REGULAR RISE: 28 - 54 (EVEN ONLY) REGULAR RISE: 29-37 (ODD ONLY)

Ladies trousers must be available from stock in the following sizes:

REGULAR RISE: 2-24 (EVEN ONLY)

31 Flying Cross External Cargo Trouser Specifications Men’s Style# 39900 86 Ladies Style# 39900W 86

FABRIC:

Content: 100% Polyester Weight: 12 - 12 ½ oz. per linear yard Weave: Gabardine Color: Navy

STYLE:

Trouser shall be manufactured from an up-to-date men’s uniform trouser pattern. The trouser styling shall be T-11: plain front, two (2) quarter top front pockets, two (2) side cargo pockets with hidden cell phone pocket inside right pocket and two (2) hip pockets professionally finished with no visible topstitching. Work wear industrial style construction is unacceptable and shall be cause for rejection.

LINING MATERIAL:

The pocketing and fly lining material shall be 70% Polyester / 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 x 48 count. Pocketing must have a durable press finish and the color of the pocketing must be black.

WAISTBAND:

The trouser will include the Freedom Fit® with Tru-Grip waistband curtain designed to provide the wearer with maximum comfort, functionality, and professional appearance. The waistband itself shall be constructed using the "closed method" and shall measure a minimum of 1-7/8" wide when finished. The waistband closure shall be accomplished with a single crush proof hook and eye centered on the waistband for maximum wearer comfort. The hook and eye shall be reinforced with 7/8-inch non-woven stay tape that is anchored with topstitching through and through to the top of the waistband (bartacks in place of topstitching shall be cause for rejection). In addition to the stitching of the waistband when it is set onto the trouser, the waistband must also be topstitched below the waistband seam through the waistband curtain for added strength. The back center seam of the trouser to be finished to allow for alterations (with ample basic trouser fabric and waistband curtain material to allow trouser size to be increased at least one size). The outlet in the seat is to be in proportion to waist outlet so seat may also be let out. Seat seam must be sewn with a tandem needle machine (double-needle stitch) for maximum strength.

The Freedom Fit Waistband Curtain with Tru-Grip is composed with a two zone stretch feature to provide the wearer maximum comfort and security.

32 The top part of the waistband curtain is a lower stretch zone designed to give with the wearer’s movements including sitting or bending. This upper zone of the waistband curtain is composed of a 1-1/2-inch 30% stretch monofilament elastic that is around the entire waistband providing stability, preventing waistband rollover, and allowing for a comfort stretch with wearer movement. The specifications for the upper elastic are as follows:

Width: 1-1/2-inch Stretch: 30% Warp: 150 Denier textured polyester, 21 ends Filling element 1: .011” diameter transparent type 66 Nylon, one end Filling element 2: 150 denier textured polyester, 2 ends : 840 denier transparent spandex, 21 ends Overall contents: 59% polyester, 41% rubber.

The upper zone of the waistband curtain interlining (elastic band) is to be lined in the same color and material as the trouser pocketing and it shall be cut on a 45-degree bias to allow for maximum stretch. The waistband trouser fabric shall be cut across the cloth to allow for maximum stretch in synergy with the Freedom Fit with Tru-Grip Waistband Curtain.

The lower part or lower zone of the waistband shall be the same color as the trouser pocketing. It is designed to stretch over the hips for comfort, help keep the trouser securely positioned on the wearer’s waist, and to help prevent slippage. This lower portion of the waistband curtain is made with 65% stretch elastic. This zone also incorporates Tru-Grip, a ½” wide rubberized surface area which acts to hold the shirt in place inside the trouser to help keep shirt tails tucked into the waist for a neat and professional appearance. (Use of a single silicone strip or strips instead of ½” wide rubberized surface area shall be cause for rejection.) The specifications for the lower elastic are as follows:

Width: 1-3/4-inch Stretch: 65% Face: 70/2 stretch nylon, 104 ends Binder: 150/2 textured polyester, 32 ends Edge: 70/2 stretch nylon, 11 ends Figure: 100/2 stretch nylon, 16 ends Rubberized area: 55 gauge rubber, 33 ends Catch Thread: 70/2 stretch nylon, 1 end Elastomer Core: 1680 Lycra, 38 ends Elastomer top cover: 150/1 textured polyester, 1 end Elastomer bottom cover: 100/1 bright nylon, 1 end Filling: 250 monofilament nylon, 2 ends Overall contents: 46% nylon, 15% polyester, 25% rubber, 14% spandex.

BELT LOOPS:

There shall be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non-woven interlining for added durability. All loops (except back center) must be sewn into the top and bottom of the waistband ("dropped" belt loops that are tacked to the outside of the trouser all around waist shall be cause for rejection). The top of the belt loops (except back center) shall be sewn into the waistband curtain seam with a Rocap machine using a zigzag stitch. The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband to allow for easier waist alteration.

33 FLY:

Trouser shall have a brass metal zipper with memory lock brass slider secured by metal stopper at base. There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of the basic trouser fabric (tabs made of pocketing material or a "grown on" French Fly will be cause for rejection). The right fly shall be lined with the same material and color as the pocketing. The fly lining shall be sewn to the left fly continuing below the zipper into the crotch area in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. Topstitching of fly to be installed with automatic “J” stitch equipment eliminating puckering and providing a clean finish. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape for maximum strength. Bartack shall line up with starting point of “J” stitch.

POCKETS:

The two (2) front pockets will be quarter top style with a minimum opening of 6" and a minimum depth of 5-3/4" measured from the bottom of the opening. Front pockets to have firm straight bartacks at top and bottom of pocket openings. Pockets shall be constructed using the stitch, turn, and topstitch method. Front pocket facing and barrier to be made of the basic trouser fabric. Facing shall be a minimum of 1” and barrier shall measure a minimum of 2" (measured to the inside edge of pocket lining).

The two (2) hip pockets shall have a minimum 5-3/8" wide (bartack to bartack) opening and a minimum depth of 5-3/4 " measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on an automatic welt machine. The welts shall be finished in such a manner that there is no topstitching (topstitched hip pockets shall be cause for rejection). The corners of the hip pocket openings shall have triangle bartacks for reinforcement (use of straight bartacks shall be cause for rejection). Hip pocket facing and barrier are to be made of basic trouser fabric. Facing shall be a minimum of 3/4" and the barrier shall be a minimum of 1-1/2”. The left hip pocket shall have a centered tab made of basic cloth inserted into the top welt with bartacks at the top and bottom of the tab to form an opening for a button. A button shall be located below the bottom welt corresponding in location with the tab, which shall be interlined with non-woven for added durability. There shall be a dart centered above each hip pocket to waistband. Dart shall be approximately 2-3/4” long tapered from 3/8” at waistband and shall be installed with automatic equipment for a clean non-puckered finish.

The watch pocket shall be located on the right front at the waistband. This pocket shall have a minimum opening of 2 5/8” and a minimum depth of 2 7/8". The front of the pocket shall be made of pocketing fabric and the back of the pocket shall be made of basic fabric and the two pieces are securely stitched together. Each corner of the pocket opening shall have firm straight bartacks.

CARGO POCKETS:

There shall be two cargo pockets, one on each side seam. Pockets shall be double- section pleated patch pockets with flaps. The pockets will be centered across the side seam and placed approximately 1 3/4” below the bottom of the front quarter- top pocket, measuring from the top of the pocket flap. The pocket shall be constructed of the shell fabric and lined with the specified pocketing. The top edge of the pocket shall be bound. The outside measurements of the pocket shall be a minimum of 7 1/2" wide x and a minimum of 8" deep with mitered bottom corners. There shall be a 1-1/2" center pleat on each pocket. The pocket flap shall

34 be pointed at the center and measure a minimum of 7-3/4" wide, a minimum of 2” deep at the ends, and a minimum of 3-1/4" deep at the center point. The flap shall be sewn across the top to the inner pocket and down both sides, covering the top edge of the outer pocket. There shall be a 1-1/2" wide x 1" deep piece of Velcro (male side) sewn to the inner ply of the flap and a corresponding piece of Velcro (female side) sewn on the pleat of the pocket. There shall be a vislon zipper sewn behind the inner pocket and to the trouser leg so that the zipper is recessed 1" from the top of the pocket flap. There shall be straight vertical bartacks on all four corners of each pocket flap. The right zippered cargo pocket shall have a hidden cell phone compartment set on the front side of the pocket lining.

SEAT:

Seat must be sewn with a Tandem Needle Machine (double-needle stitch) for maximum durability.

CREASES:

The leg creases, front and back will have a silicone bead put in by using the Lintrak process.

STITCHING, PRESSING & FINISHING:

Trouser must be stitched with matching thread. Trouser must be neatly pressed on Hothead Presses and properly shaped. Outseams and inseams are edge serged on automatic equipment for uniformity of quality and shall be pressed open for a smooth pucker-free finish with repeated cleaning and pressing. Trouser must be cleaned and finished to eliminate loose threads.

LABELS:

Trouser must have a permanent label providing care instructions and small woven label indicating waist size. A removable paper ticket showing the size, fabric content, cut number, and WPL or RN number must be on the outside of the waistband. Ticket to be matchbook style installed with plastic staples for easy removal without damaging trouser material and showing size when trousers are stacked.

STOCK SIZES:

Men’s trouser must be available from stock in the following sizes: SHORT RISE: 28 - 40 (EVEN ONLY) REGULAR RISE: 28 - 54 (EVEN ONLY) REGULAR RISE: 29-37 (ODD ONLY)

Ladies trousers must be available from stock in the following sizes: REGULAR RISE: 2-24 (EVEN ONLY

35 Flying Cross Hidden Cargo Trouser Specifications Men’s Style# 37100 86 Ladies Style# 37100W 86

FABRIC: Content: 100% Polyester Weight: 12 - 12 ½ oz. per linear yard Weave: Gabardine Color: LAPD NAVY

STYLE: Trouser shall be manufactured from an up-to-date men’s uniform trouser pattern. The trouser styling shall be T-1: plain front, two (2) quarter top front pockets, and two (2) hip pockets professionally finished with no visible topstitching. (2) concealed zipper cargo pockets. Work wear industrial style construction is unacceptable and shall be cause for rejection. Gusseted crotch with folded front lining.

LINING MATERIAL: The pocketing and fly lining material shall be 70% Polyester / 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 x 48 count. Pocketing must have a durable press finish and the color of the pocketing must be black.

FREEDOM-FLEX WAISTBAND SYSTEM: Trouser shall be made with a special Freedom-Flex Waistband System that will allow the wearer waist expansion of 2 1/2" to 3". The waistband shall measure a minimum of 1-7/8" wide when finished. The flexible expansion split portion of the waistband shall be to the front of the trouser side seam and there shall be a ¾- inch wide side belt loop positioned to ‘hide” the expansion split of the waistband.

The waistband curtain shall consist of two different styles for maximum waistband expansion to enhance wearer comfort, fit, and appearance. The front of the trouser (to the expansion split) waistband curtain style shall consist of a 2-inch wide elastic section that incorporates Tru-Grip, a ½" surface area composed of thin 55 gauge rubber for maximum comfort and performance. The Tru-Grip acts to help keep shirts tucked in securely. (Use of a single silicone strip or strips instead of ½” wide rubberized surface area shall be cause for rejection.)

The back half of the trouser waistband curtain shall finish a minimum 2-1/8” wide and is to be made of black pocketing material and shall be attached to the top of the trouser with a zigzag stitch. The waistband curtain must also contain Tru-Grip and will line up with the Tru-Grip on the front of the expansion split. (Substitution of a silicone strip or strips in place of Tru-Grip shall not be acceptable and shall be cause for rejection.)

The waistband curtain is composed of a wet laid non-woven canvas weighing 3.3 oz. per square yard. The canvas is covered in the same color and material as the pocketing. The ½” rubberized surface area is positioned 1-¼" up from the bottom of the curtain.

The specifications for the rubberized Tru-Grip curtain are as follows:

36 Width: 1-1/8-inch Warp: 300 Denier Texturized Polyester Filling: 300 Denier Texturized Polyester Rubber: 55 Gauge Count: 32-36 yarns per inch Contents: 59% Polyester/41% Rubber

To complete the Freedom-Flex Waistband System, there shall be a 1-1/4” wide elastic component sewn into the back half of the waistband curtain to allow for the stretch and recovery of the waistband to comfortably fit the wearer’s waist size. There shall be a bartack for strength and durability sewn at the stress point on the waistband where it joins the front elasticized waistband curtain joining stitching (positioned, on the waistband above the front pocket.)

The waistband closure shall be accomplished with two crush proof hook and eyes centered on the waistband for wearer comfort. The hook and eyes shall be reinforced with a 7/8" non-woven tape that is anchored with topstitching through and through to the top of the waistband (bartacks in place of topstitching shall be cause for rejection). In addition to the stitching of the waistband when it is set onto the trouser, the waistband must also be topstitched below the waistband seam of the trouser to be finished to allow for alterations (with ample fabric and curtain material to allow trouser size to be increased at least one size). The outlet in the seat is to be proportional to the waist outlet so the seat may also be let out. Seat seam must be sewn with a tandem needle machine (double-needle stitch) for maximum stretch.

BELT LOOPS: There shall be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non-woven interlining for added durability. All loops (except back center) must be sewn into the top and bottom of the waistband ("dropped" belt loops that are tacked to the outside of the trouser all around waist shall be cause for rejection). The top of the belt loops (except back center) shall be sewn into the waistband curtain seam with a Rocap machine using a zigzag stitch. The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband to allow for easier waist alteration.

FLY:

Trouser shall have a brass metal zipper with memory lock brass slider secured by metal stopper at base. There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of the basic trouser fabric (tabs made of pocketing material or a "grown on" French Fly will be cause for rejection). The right fly shall be lined with the same material and color as the pocketing. The fly lining shall be sewn to the left fly continuing below the zipper into the crotch area in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. Topstitching of fly to be installed with automatic “J” stitch equipment eliminating puckering and providing a clean finish. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape for maximum strength. Bartack shall line up with starting point of “J” stitch.

SEAT:

Seat must be sewn with a Tandem Needle Machine (double-needle stitch) for maximum durability.

37 POCKETS:

The two (2) front pockets will be quarter top style with a minimum opening of 6" and a minimum depth of 5-3/4" measured from the bottom of the opening. Front pockets to have firm straight bartacks at top and bottom of pocket openings. Pockets shall be constructed using the stitch, turn, and topstitch method. Front pocket facing and barrier to be made of the basic trouser fabric. Facing shall be a minimum of 1” and barrier shall measure a minimum of 2" (measured to the inside edge of pocket lining).

The two (2) hip pockets shall have a minimum 5-3/8" wide (bartack to bartack) opening and a minimum depth of 5-3/4 " measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on an automatic welt machine. The welts shall be finished in such a manner that there is no topstitching (topstitched hip pockets shall be cause for rejection). The corners of the hip pocket openings shall have triangular bartacks for reinforcement (use of straight bartacks shall be cause for rejection). Hip pocket facing and barrier are to be made of basic trouser fabric. Facing shall be a minimum of 3/4" and the barrier shall be a minimum of 1-1/2”. The left hip pocket shall have a centered tab made of basic cloth inserted into the top welt with bartacks at the top and bottom of the tab to form an opening for a button. A button shall be located below the bottom welt corresponding in location with the tab, which shall be interlined with non-woven for added durability. There shall be a dart centered above each hip pocket to waistband. Dart shall be approximately 2-3/4” long tapered from 3/8” at waistband and shall be installed with automatic equipment for a clean non-puckered finish.

The watch pocket shall be located on the right front at the waistband. This pocket shall have a minimum opening of 2-5/8” and a minimum depth of 2-7/8". The front of the pocket shall be made of pocketing fabric and the back of the pocket shall be made of basic fabric and the two pieces are securely stitched together. Each corner of the pocket opening shall have firm straight bartacks.

There shall be two concealed cargo pockets, on on each side seam. The pockets will be centered across the side seam and placed approximately 1-1/2” below the bottom of the front quarter-top pocket. Pocket opening shall close with a black nylon zipper. The measurements of the pocket shall be a minimum of 7” wide and a minimum of 7 ¾” deep. Each concealed cargo pocket shall have a hidden cell phone compartment set on the back side of the pocket lining.

CREASES:

The leg creases, front and back will have a silicone bead put in by using the Lintrak process.

STITCHING, PRESSING & FINISHING:

Trouser must be stitched with matching thread. Trouser must be neatly pressed on Hothead Presses and properly shaped. Outseams and inseams are edge serged on automatic equipment for uniformity of quality and shall be pressed open for a smooth pucker-free finish with repeated cleaning and pressing. Trouser must be cleaned and finished to eliminate loose threads.

LABELS:

Trouser must have a permanent label providing care instructions and small woven label indicating waist size. A removable paper ticket showing the size, fabric content, cut number, and WPL or RN number must be on the outside of the waistband. Ticket to be matchbook style installed with plastic staples for easy removal without damaging trouser material and showing size when trousers are stacked.

38 STOCK SIZES:

Trouser must be available from stock in the following sizes: SHORT RISE: 28 - 40 (EVEN ONLY) REGULAR RISE: 28 - 54 (EVEN ONLY OVER 38)

Ladies trousers must be available from stock in the following sizes: REGULAR RISE: 2-24 (EVEN ONLY)

39 FLYING CROSS SOFTSHELL JACKET SPECIFICATIONS Style# 54100A 86

FABRIC: The shell fabric shall be 88% Polyester/12% Spandex with a DWR finish bonded to micro polyester, 10 oz. per sq. yd.

COLOR: LAPD NAVY

STYLE: The jacket shall be manufactured from new up-to-date pattern with an articulated sleeve, gusseted underarms and mandarin style collar. The jacket shall have two (2) upper napoleon pockets and two (2) lower vertical pockets with exposed . There shall be (2) side zippers with adjustable snap closure and adjustable drawcord. Sleeve cuff has partial Nylon Spandex for a comfort fit. Loops at back sleeve cuff seam and outside neck seam coordinate with snap tabs on several Flying Cross styles.

POCKET LINING SLEEVE LINING: The upper napoleon pocket and lower vertical pocket lining shall extend from the hem to the chest and from the side seam to the front zipper edge. Pocket lining shall consist of a mesh material for better breathability. The lining shall extend across the back yoke and down the top sleeve. The lining for the under sleeve shall be out of micro fleece material.

COLLAR: The jacket collar shall be a mandarin style with the front zip extending to the top of the collar allowing it to fully close. The inner collar shall be lined with micro fleece.

ZIPPERS: The center front zipper shall be an YKK™ #5 Vislon. Pocket zippers shall be a YKK #5 concealed coil zipper with matching pull slide. A zipper “garage” shall be located at top of each zipper. There shall be (2) 10” coil side zippers with zipper welt and adjustable elastic tab and snap closure.

HEM DRAWCORD: There shall be draw-cord located in the hem of the back panel. The draw-cord shall have barrel locks and a cloth loop to secure the draw-cord to the jacket.

OPTIONAL BADGE AND MICROPHONE HANGER: There shall be (1) badge tab 2 ¼”L X ¾”W with (2) metal eyelets spaced 1¼” apart center to center. There shall be (2) microphone tabs 1 ¾”L X ½”W. They shall be supplied with the jacket, placed in one of the lower vertical pockets.

CONSTRUCTION: Stitching - The jacket shall be constructed using a serge and top stitch method. Stitching shall be 10 to 12 Stitches per Inch for increased durability.

Reinforcements – Snaps shall consist of 24L plain nylon cap and socket

40 Studs shall consist of 20L plain metal cap and stud

STOCK SIZES: Jacket is available from stock in the following sizes:

REGULAR LENGTH: XS – 6XL LONG LENGTH: M– 6XL

41 FLYING CROSS DUTYGUARD ST JACKET SPECIFICATIONS Style# 56100 86

FABRIC: The shell fabric shall be 50% Polyester/42% 37.5® Technology/8% Spandex with a DWR finish bonded to micro polyester, 10 oz. per sq. yd.

Color: LAPD Navy (86)

* Extraordinary comfort and performance is achieved with an active particle embedded polyester that is permanently embedded at the fiber level of continuous filament and staple filament polyester yarns capturing and releasing moisture vapor.

STYLE: The jacket shall be manufactured from new up-to-date pattern with an articulated sleeve, pleated back and mandarin style collar. The center front zipper shall be concealed with a storm flap secured by six (6) hidden snaps. The jacket shall have two (2) upper napoleon pockets, two (2) lower horizontal dump in pockets with zipper closures, and two (2) hand warmer pockets. There shall be (2) side zippers with adjustable snap closure and reversible pulls. Sleeve cuff have 3/4” elastic on the inside of the cuff and self-fabric Velcro adjustable straps for a comfort fit. The back panel hem contains elastic. The jacket also contains two (2) mic clips on the upper chest.

POCKET LINING:

The lower drop in dump pockets and the hand warmer pockets lining shall consist of a micro fleece material.

COLLAR: The jacket collar shall be a mandarin style with the front zip extending to the top of the collar allowing it to fully close.

ZIPPERS: The center front zipper shall be an YKK™ #5 Vislon. The chest pocket zippers shall be a YKK #3 Nylon with matching pull slide. The dump pocket zippers shall be a YKK #5 Nylon with matching pull slide. A zipper “garage” shall be located at top of each pocket zipper. There shall be laminated pocket flap concealing each pocket zipper. There shall be (2) 22” Aquaguard Vislon waterproof side zippers extending from under the arm to the bottom of the side hem with an adjustable elastic tab and snap closure.

HEM DRAWCORD: There shall be two (2) draw-cords located in the hem of the front panels. Each draw-cord shall have barrel locks and a cloth loop to secure the draw-cord to the jacket on the inside of the hand warmer pockets.

OPTIONAL BADGE AND MICROPHONE HANGER: There shall be (1) badge tab 2 ¼”L X ¾”W with (2) metal eyelets spaced 1¼” apart center to center. There shall be (2) microphone tabs 1 ¾”L X ½”W. They shall be supplied with the jacket, placed in a Ziploc bag and swift tacked to the zipper pull.

CONSTRUCTION: Stitching - The jacket shall be constructed using a serge and top stitch method. Stitching shall be 10 to 12 Stitches per Inch for increased durability.

Reinforcements – Snaps shall consist of 24L plain nylon cap and socket Studs shall consist of 20L plain metal cap and stud

42 STOCK SIZES: Jacket is available from stock in the following sizes:

SHORT LENGTH: XS – L REGULAR LENGTH: XS – 5XL LONG LENGTH: M– 5XL

43 FLYING CROSS DUTYGUARD HT ¼ Zip SPECIFICATIONS Style# 57100 86

FABRIC:

The upper front fabric shall be 100% Polyester with a DWR finish bonded to micro polyester. The lower front fabric shall be 50% Polyester/42% 37.5® Technology/8% Spandex. The back fabric shall be 100% Polyester jersey knit.

STYLE: The pullover shall be manufactured from new up-to-date pattern with an articulated sleeve, gusseted underarms and mandarin style collar. The shoulder and chest area shall be of a waterproof polyester fabric. The torso shall be of a knit . The pullover shall have two (2) upper hand warmer pockets. Sleeve cuff has partial Nylon Spandex for a comfort fit.

POCKET LINING:

The hand warmer pockets lining shall consist of a micro fleece material.

COLLAR: The pullover collar shall be a mandarin style with the front zip extending to the top of the collar allowing it to fully close.

ZIPPERS: The center front zipper shall be a 12.5” YKK™ #3 Nylon reverse Closed End. A zipper “garage” shall be located at top of the zipper.

OPTIONAL BADGE AND MICROPHONE HANGER: There shall be (1) badge tab 2 ¼”L X ¾”W with (2) metal eyelets spaced 1¼” apart center to center. There shall be (2) microphone tabs 1 ¾”L X ½”W. They shall be supplied with the pullover, placed in a Ziploc bag and swift tacked to the zipper pull.

CONSTRUCTION: Stitching - The pullover shall be constructed using a serge and top stitch method. Stitching shall be 10 to 12 Stitches per Inch for increased durability. Topstitching will be omitted where waterproof fabric is sewn together. These areas shall have seam tape only.

STOCK SIZES: pullover is available from stock in the following sizes:

REGULAR LENGTH: XS – 5XL LONG LENGTH: M– 5XL

44 ATTACHMENT A

PROPOSAL FORM

RFP 6052-060420 Police Uniform Duty Gear and Web Portal Services Description Color Qty Brand Offered Unit Price Flying Cross LAPD Navy 1 Women’s LS Shirt Item 142R78Z86 Flying Cross LAPD Navy 1 Women’s SS Shirt Item # 192R78Z86 Flying Cross LAPD Navy 1 Men’s LS Shirt Item # 42W78Z86 Flying Cross 1 Mens’s SS Shirt LAPD Navy Item # 92R78Z86 Flying Cross 1 Men's Trouser LAPD Navy Item # TR07086 Flying Cross 1 Women’s LAPD Navy Trouser s Item # TR070W86 Flying Cross Men’s Cargo LAPD Navy 1 Trouser Item # 39900 86 Flying Cross Women’s Cargo LAPD Navy 1 Trouser Item: 39900W 86

Flying Cross Men’s Hidden LAPD Navy 1 Cargo Trouser Item # 37100 86

Flying Cross Women’s Hidden LAPD Navy 1 Cargo Trouser Item: 37100 W86

Flying Cross LAPD Navy 1 Softshell Jacket Item: 54100A 86 Flying Cross LAPD Navy 1 Dutyguard Jacket Item: 56100 86 Flying Cross LAPD Navy 1 Dutyguard HT ¼ Zip Pullover Item: 57100 86

Delivery Days for Uniform after order is placed ______.

45 Percentage Discount On all other items offered on website not listed herein %______

Annual Cost of Website Portal Services Offered $______

Contractor Name:

Contractor Address:

Contractor Contact:

Contractor Contact Phone Number:

Contractor Contact Email Address:

Authorized Signature:

Authorized Name (Printed):

46 ATTACHMENT B REFERENCES Police Uniform Duty Gear and Web Portal RFP 6052-060420

1. Name:

Contact:

Phone Number:

Address:

Type of Project:

Length of Project:

2. Name:

Contact:

Phone Number:

Address:

Type of Project:

Length of Project:

3. Name:

Contact:

Phone Number:

Address:

Type of Project:

Length of Project:

Additional Questions:

1) How long has your firm operated custom web sites? ______2) How many active customer specific websites does your firm currently operate?______3) What is the largest agency and most amount of users that currently utilize your customer specific website?______

47 4) Can your website manage dollar and unit allotments? If so, please explain? ______5) Can your website keep track of our on hand inventory? If so, please explain? ______6) Can your website track our current body armor expirations dates? If so, please explain? ______7) Can your website provide on demand reporting? If so, please provide a list of available reports? ______8) Can your website show order history and tracking information? ______9) How long will the website take to develop?______10) Does your website provide real time ordering status updates? ______

48 ATTACHMENT C

FINANCIAL STABILITY

Each Contractor shall certify it is financially stable by completing the ATTACHMENT C: CERTIFICATION OF FINANCIAL CONDITION. The City of High Point is requiring this certification to minimize potential issues from Contracting with a Contractor that is financially unstable. From the date of the Certification to the expiration of the Contract, the Contractor shall notify the City of High Point within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification.

ATTACHMENT C: CERTIFICATION OF FINANCIAL CONDITION

Name of Contractor:

The undersigned hereby certifies that: [check all applicable boxes]

The Contractor is in sound financial condition and received an unqualified audit opinion for the latest audit of its financial statements.

Date of latest audit:

The Contractor has no outstanding liabilities to the Internal Revenue Service or other government entities.

The Contractor is not the subject of any current litigation or findings of noncompliance under federal or state law.

The Contractor has not been the subject of any past litigation or findings of any past litigation or findings of noncompliance under federal or state law that may impact in any way its ability to fulfill the requirements of this Contract.

He or she is authorized to make the foregoing statements on behalf of the Contractor.

If any one or more of the foregoing boxes is NOT checked, explain the reason in the space below or add additional pages.

Authorized Signature Printed Name and Title

49 GENERAL INFORMATION ON SUBMITTING PROPOSALS

1. EXCEPTIONS: All proposals are subject to the terms and conditions outlined herein. All responses shall be controlled by such terms and conditions and the submission of other terms and conditions, price lists, catalogs, and/or other documents as part of an offeror's response will be waived and have no effect either on this Request for Proposals or on any contract that may be awarded resulting from this solicitation. Offeror specifically agrees to the conditions set forth in the above paragraph by signature to the proposal.

2. CERTIFICATION: By executing the proposal, the signer certifies that this proposal is submitted competitively and without collusion (G.S. 143-54), that none of our officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143- 59.2), and that we are not an ineligible Contractor as set forth in G.S. 143-59.1. False certification is a Class I felony.

3. ORAL EXPLANATIONS: The State shall not be bound by oral explanations or instructions given at any time during the competitive process or after award.

4. REFERENCE TO OTHER DATA: Only information which is received in response to this RFP will be evaluated; reference to information previously submitted shall not be evaluated.

5. ELABORATE PROPOSALS: Elaborate proposals in the form of brochures or other presentations beyond that necessary to present a complete and effective proposal are not desired.

In an effort to support the sustainability efforts of the State of North Carolina we solicit your cooperation in this effort.

It is desirable that all responses meet the following requirements: • All copies are printed double sided. • All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30% and indicate this information accordingly on the response. • Unless absolutely necessary, all proposals and copies should minimize or eliminate use of non-recyclable or non re- usable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC . Three- ringed binders, glued materials, paper clips, and staples are acceptable. • Materials should be submitted in a format which allows for easy removal and recycling of paper materials.

6. COST FOR PROPOSAL PREPARATION: Any costs incurred by offerors in preparing or submitting offers are the offerors' sole responsibility; the State of North Carolina will not reimburse any offeror for any costs incurred prior to award.

7. TIME FOR ACCEPTANCE: Each proposal shall state that it is a firm offer which may be accepted within a period of (at least 30) days. Although the contract is expected to be awarded prior to that time, the 30 day period is requested to allow for unforeseen delays.

8. TITLES: Titles and headings in this RFP and any subsequent contract are for convenience only and shall have no binding force or effect.

9. CONFIDENTIALITY OF PROPOSALS: In submitting its proposal the offeror agrees not to discuss or otherwise reveal the contents of the proposal to any source outside of the using or issuing agency, government or private, until after the award of the contract. Only those communications with the using agency or issuing agency authorized by this RFP are permitted. All offerors are advised that they are not to have any communications with the using or issuing agency during the evaluation of the proposals (i.e., after the public opening of the proposals and before the award of the contract), unless the State’s purchaser contacts the offeror(s) for purposes of seeking clarification. An offeror shall not: transmit to the issuing and/or using agency any information commenting on the ability or qualifications of other

50 offerors to perform the advertised contract and/or the other offerors’ proposals and/or prices at any time during the procurement process; or engage in any other communication or conduct attempting to influence the evaluation and/or award of the contract that is the subject of this RFP. Offerors not in compliance with this provision may be disqualified, at the option of the State, from contract award. Only discussions authorized by the issuing agency are exempt from this provision.

10. RIGHT TO SUBMITTED MATERIAL: All responses, inquiries, or correspondence relating to or in reference to the RFP, and all other reports, charts, displays, schedules, exhibits, and other documentation submitted by the offerors shall become the property of the State when received.

11. OFFEROR’S REPRESENTATIVE: Each offeror shall submit with its proposal the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's proposal.

12. SUBCONTRACTING: Offerors may propose to subcontract portions of the work provided that their proposals clearly indicate what work they plan to subcontract and to whom and that all information required about the prime contractor is also included for each proposed subcontractor.

51 13. PROPRIETARY INFORMATION: Trade secrets or similar proprietary data which the offeror does not wish disclosed to other than personnel involved in the evaluation or contract administration will be kept confidential to the extent permitted by NCAC T01:05B.1501 and G.S. 132-1.3 if identified as follows: Each page shall be identified in boldface at the top and bottom as "CONFIDENTIAL". Any section of the proposal which is to remain confidential shall also be so marked in boldface on the title page of that section. Cost information may not be deemed confidential. In spite of what is labeled as confidential, the determination as to whether or not it is shall be determined by North Carolina law.

14. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150, the State invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled.

15. PROTEST PROCEDURES: When an offeror wants to protest a contract awarded by the Secretary of Administration or by an agency over $25,000 resulting from this solicitation, they must submit a written request to the State Purchasing Officer at Purchase and Contract, 1305 Mail Service Center, Raleigh, NC 27699-1305. This request must be received in the Division of Purchase and Contract within thirty (30) consecutive calendar days from the date of the contract award. When an offeror wants to protest a contract awarded by an agency or university resulting from this solicitation that is over $10,000 but less than $25,000 for any agency, or any contract awarded by a university, they must submit a written request to the issuing procurement officer at the address of the issuing agency. This request must be received in that office within thirty (30) consecutive calendar days from the date of the contract award. Protest letters must contain specific reasons and any supporting documentation for the protest. Note: Contract award notices are sent only to those actually awarded contracts, and not to every person or firm responding to this solicitation. Contract status and Award notices are posted on the Internet at http://www.pandc.nc.gov/ . All protests will be handled pursuant to the North Carolina Administrative Code, Title 1, Department of Administration, Chapter 5, Purchase and Contract, Section 5B.1519. (See Protest Information at http://www.pandc.nc.gov/protests.pdf for more information.)

16. TABULATIONS: Bid Tabulations will be posted on the City of High Point Purchasing Website at www.highpointnc.gov/purchasing.

17. CONTRACTOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: Contractor Link NC allows Contractors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services available on the Interactive Purchasing System. Online registration and other purchasing information are available on our Internet web site: http://www.pandc.nc.gov/ .

In order to do business with the City of High Point, you will need to register by going to the City of High Point Purchasing website at www.highpointnc.gov/purchaisng.

The City of High Point Attorney’s Office requests that in order to do business with the City of High Point Contractors must be registered with the North Carolina Secretary of State. NC SECRETARY of STATE REGISTRATION: If your company is organized (ie: incorporation, LLC, etc.) and you are the SUCCESSFUL bidder, you must be registered with the NC Secretary of State http://www.secretary.state.nc.us/Corporations/CSearch.aspx.

18. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference law to discourage other states from applying in- state preferences against North Carolina’s resident offerors. The “Principal Place of Business” is defined as the principal place from which the trade or business of the offeror is directed or managed.

52 CONTRACT AGREEMENT

THIS AGREEMENT made this _____ day of ______, 2020 by and between the CITY OF HIGH POINT, a North Carolina municipal corporation (P.O. Box 230, High Point, NC 27261) (“City”); and VENDOR, a limited liability company or corporation authorized to do business in North Carolina (address of vendor) for itself and it successors and assigns ("Vendor").

WITNESSETH, that the Vendor and the City, for the consideration stated herein, mutually agree as follows:

1. ACCEPTANCE: The Vendor agrees to sell and the City agrees to purchase Police Uniforms and Duty Gear with Web Portal Services for the City of High Point as described in the specifications and made part of this contract, Bid #6052-060420 and made part of this contract, in accordance with the terms and conditions listed in this bid.

2. DELIVERY: The uniforms shall be ready for delivery between 3-5 days after the receipt of order from the department.

3. SPECIFICATIONS: The Vendor agrees that all material(s) and workmanship in and about this contract shall comply with the specifications. In the event of any conflict between the City’s specifications and the Vendor’s proposal, Bid #6052-060420 will prevail.

4. PRICE: The City shall pay, as a purchase price for the Police Uniforms and Duty Gear with Web Portal Services the sum of $0.00.

5. TERMS OF PAYMENT: Net 30 Days

This contract is for a one-year period to begin July 1, 2020 and end June 30, 2021. All terms and conditions of Bid #6052-060420 apply to this contract award as if attached hereto. This contract may be renewed for three (3) additional one-year periods if terms and pricing are agreeable to both parties.

This contract including its appendices embodies the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements between them. No agent or representative of the Vendor has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications of amendments of this agreement, including the appendices, must be in writing signed by an authorized representative of each of the parties hereto.

E-Verify. Under North Carolina law, the E-Verify requirement applies to private employers doing business in this state that have 25 or more employees working in this state. If contractors are individuals who are self-employed (i.e., one employee), or with a business with less than 25 employees, that individual/business is not subject to the E-Verify requirements.

53 It is the City’s responsibility to comply with E-Verify. The Service Provider will be required to submit the completed E-Verify affidavit at execution of this contract.

STATE OF NORTH CAROLINA CITY OF HIGH POINT E-VERIFY AFFIDAVIT

**************************

I, ______(the individual attesting below), being duly authorized by and on behalf of

______(the entity bidding on project hereinafter "Employer") after first being duly sworn hereby swears or affirms as follows:

1. Employer understands that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS §64-25(5). 2. Employer understands that Employers Must Use E-Verify. Each employer, after hiring an employee to work in the United States, shall verify the work authorization of the employee through E-Verify in accordance with NCGS§64-26(a). 3. Employer is a person, business entity, or other organization that transacts business in this State and that employs 25 or more employees in this State. (mark Yes or No) a. YES _____, or b. NO _____ 4. Employer's subcontractors comply with E-Verify, and if Employer is the winning bidder on this project Employer will ensure compliance with E-Verify by any subcontractors subsequently hired by Employer. This ____ day of ______, 20__.

Signature of Affiant Print or Type Name: ______(Affix Official/Notarial Seal) Official/Notarial (Affix State of ______County of ______

Signed and sworn to (or affirmed) before me, this the _____

day of ______, 20__.

My Commission Expires:

Notary Public

54 Signature Page

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three (3) original copies on the day and year first above written.

Company Name Vendor

By: Authorized Signature

Name above (Typed or Printed)

Title:

Street Address

City/State

ATTEST

IN WITNESS WHEREOF, said corporation has caused this instrument to be executed by its President and attested by

its Secretary this the day of , 20 .

Company Name Corporate Name (SEAL)

Attest: Secretary (Signature)

STATE OF

COUNTY OF ______

I, , a Notary Public of the County and State aforesaid, certify that

personally came before me this day and acknowledge that he/she is

the Secretary of ___ Company Name, a corporation organized in the state of ___State___and that by authority duly

given and as the act of the corporation, the foregoing instrument was signed in its name by its ______,

sealed with its corporate seal and attested by him/her as its Secretary.

WITNESS my hand an official seal or stamp, this the day of , 20 .

(Notary Public) (SEAL/STAMP) My Commission Expires:

55 CITY OF HIGH POINT, NORTH CAROLINA The City

P O Box 230, High Point, NC 27261 Address

By: Lisa Vierling, City Clerk Randy E. McCaslin, Assistant City Manager

APPROVAL BY CITY ATTORNEY

Approved as to form:

______Date: ______JoAnne L. Carlyle, City Attorney

APPROVAL BY FINANCE OFFICER

This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Control Act.

______Date: ______Bobby D. Fitzjohn, Director of Financial Services

56