Top Banner
1 BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE City of Trenton 319 East State Street, Trenton, New Jersey BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF UNIFORMS FOR A PERIOD OF TWO (2) YEARS WITH AN OPTION TO EXTEND TWO (2) YEARS FOR THE CITY OF TRENTON DEPARTMENT OF POLICE To be received on: JUNE 26, 2020 at 11:00AM DIVISION OF PURCHASING BID2020-40
117

BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

Jan 15, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

1

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

City of Trenton

319 East State Street, Trenton, New Jersey

BID SPECIFICATIONS

FOR THE

FURNISH AND DELIVERY OF UNIFORMS

FOR A PERIOD OF TWO (2) YEARS

WITH AN OPTION TO EXTEND TWO (2) YEARS

FOR THE

CITY OF TRENTON

DEPARTMENT OF POLICE

To be received on:

JUNE 26, 2020 at 11:00AM

DIVISION OF PURCHASING

BID2020-40

Page 2: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

2

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

CITY OF TRENTON

BID DOCUMENT CHECKLIST (REQUIRED)

FAILURE TO SUBMIT ANY OF THESE ITEMS WITH YOUR BID IS MANDATORY CAUSE FOR Must Read and Initial REJECTION OF BID

X Statement of Ownership Disclosure (MANDATORY)

Failure to Submit with Bid Submittal is an automatic fatal defect

X Disclosure of Invested Activities in Iran (MANDATORY)

X Acknowledgement of Receipt of Addenda (MANDATORY)

Failure to Submit with Bid Submittal is an automatic fatal defect

X Ethics Complaint Disclosure _______________

X Required Evidence EEO/Affirmative Action Regulations Questionnaire

MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED

X Business Registration Certificate – Bidder (Prior to Contract Award)

SUBMIT THE FOLLOWING/COMPLY WITH THE FOLLOWING

X Non-Collusion Affidavit

X Affirmative Action Statement

X One Original Complete Bid and One Complete Copy of the Bid

X Americans With Disability Act of 1990 Language

X Licensing/Certifications Required (As applicable)

X Three (3) References Required

X Certification to hold bid consideration beyond sixty (60) days

X Exceptions (if any)

This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not include all specifications requirements and does not relieve the bidder of the need to read and comply with the specifications. Bidder Name: Date:

Authorized Representative:

Signature:

Print Name & Title:

Page 3: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

3

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

CITY OF TRENTON

NOTICE TO BIDDERS BID2020-40

Pursuant to LFN2020-10, The City of Trenton, Division of Purchasing will livestream

the sealed bids received by Isabel C. Garcia QPA, on JUNE 26, 2020 at 10:45AM for

the:

FURNISH AND DELIVERY OF UNIFORMS FOR TRENTON POLICE

BIDDERS SHALL LOG ON TO: https://teams.microsoft.com/l/meetup-

join/19%3ameeting_MjFmYzk5NTctOGQ0ZS00NTI5LTg3NjQtZWE1MjljMGJkNDg3%4

0thread.v2/0?context=%7b%22Tid%22%3a%22f86c5221-bbd6-4070-b193-

55d36a0de932%22%2c%22Oid%22%3a%226fec7279-2837-4779-828d-

0e96030d5481%22%2c%22IsBroadcastMeeting%22%3atrue%7d

Bidders shall comply with Executive Order#122 located on page 9, 3rd paragraph.

Specifications and bid information may be downloaded from the City of Trenton’s

Website at www.trentonnj.org.

Sealed bids can be mailed via: Regular mail, Fed-Ex or UPS to Isabel C. Garcia,

QPA, City Hall, Division of Purchasing, 319 East State Street, Trenton, NJ 08608; or

delivered to the drop-box located in front of the Purchasing Office.

Bidders may visit the City of Trenton’s website at www.trentonnj.org for any

addenda/notices issued prior to the bid opening.

Respondents are required to comply with the requirements of P.L. 1975,c127(N.J.A.C.17:27

et seq).

City of Trenton

Isabel C. Garcia, QPA

BID2020-40

Purchasing Agent

BID2020-40

609-989-3139

Page 4: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

4

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS BBALL HAT

MANUFACTURER Flex Fit COLOR Black SIZE S-M/L-XL STRUCTURE Revolutionary permacurv® Visor maintains proper shape and curve. Spandex woven through sweatband and entire crown for a perfect, comfortable fit. Spandex sweatband stretches easily, and then retains original shape. EMBLEM 3” Trenton Police Department Emblem sewn on front of cap supplied by vendor at no additional charge to the department or officer.

Page 5: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

5

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS BDU TROUSERS

MANUFACTURER Blauer STYLE # 8819-7 COLOR Dark Navy

SHELL FABRIC 6.8 oz. per square yard 2 X 1 twill weave in a 65% polyester / 35% cotton fiber blend with 10-12% filling stretch that is pre-cured for wrinkle resistance and treated with a soil-release finish. Machine washable and dry cleanable cotton blend provides user comfort, uniform appearance, durability, and easy care. (Color: see specified garment color)

TRIM

9. Pocketing: 70/30 polyester cotton twill, not less than 3.0 oz. Sq. yd 10. Interlining: polyester non-woven. 11. Binding: polyester/cotton bias cut. 12. Waistband: polyester, spandex, nylon blend with double strip of silicone shirt

grip 13. Stretch edge control. 14. Fly zipper: nylon coil #4.5 with auto lock slider 15. Drawstring: 100% Polyester gross grain ribbon. 16. Hook and eyes: nickel-plated. 17. Buttons: melamine, 22 ligne, matching shell fabric. 18. Stripe: 100% Polyester (Color: gold)

DESIGN AND CONSTRUCTION

19. Front quarter pockets, cargo side pockets, inverted double cord hip pockets with flaps, and Billy pocket on right rear thigh.

20. All pockets secured with bartacks. 21. 1 1/2” stripe sewn along outseam from bottom of waistband to hem, over side

pocket flap and pocket bag. 22. Stretch waistband. 23. Interlined wide belt loops inserted in bottom of waistband and tacked at top,

3” opening. 24. Double hook and eye closure.

Page 6: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

6

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

25. Quarter linings in front quarters. 26. Outlets in waistband (back) and thigh inseam. 27. Loose pattern through seat and thigh. 28. Finished hem with drawstring closure. 29. Tandem needle seat seam. 30. Seat, inseam, and out seams pressed open. 31. 10-12 stitches per inch (all seams).

STANDARD SIZE RANGE

32. Men's: Regular Length: even waist sizes 28 - 54; odd sizes 29 - 37

33. Women's: Regular Length: even dress sizes 2 – 24

MEASUREMENTS

34. Men's: Regular Length: Waist Size 36: a. 1/2 Waist: 18

(plus 0.25 inch) b. Seat:

23.75 (plus or minus 0.25 inches)

c. 1/2 Knee: 11.75 (plus or minus 0.25 inches)

d. 1/2 Bottom Leg: 8.875 (plus or minus 0.25 inches)

e. Inseam: 34.5 (plus or minus 0.50 inches)

f. Out seam: 43.25 (plus or minus 0.50 inches)

g. Front Rise: 10.75 (plus or minus 0.25 inches)

h. Back Rise: 17 (plus or minus 0.25 inches)

35. Women's: Regular Length: Dress Size 12 i. 1/2 Waist: 15.25

(plus 0.25 inch) j. Seat:

23 (plus or minus 0.25 inches)

k. 1/2 Knee: 10.125 (plus or minus 0.25 inches)

l. 1/2 Bottom Leg: 8.5 (plus or minus 0.25 inches)

Page 7: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

7

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

m. Inseam: 30.5 (plus or minus 0.50 inches)

n. Out seam: 41 (plus or minus 0.50 inches)

o. Front Rise: 11.325 (plus or minus 0.25 inches)

p. Back Rise: 15.25 (plus or minus 0.25 inches)

CUSTOMIZATION

Trousers must be hemmed to the officer’s inseam at no additional charge to the department or the

officer. The trouser shall have a 1 ½ inch Hamburger #420 gold shade sewn on the trouser at no additional charge.

Page 8: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

8

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS SHOULDER STRAP

MANUFACTURER COURTLAND BOOT JACK CO. STYLE # 1435 STYLE Weight: 8/9 oz. Type: Top grain leather, 1 1/4" wide. Tapered at front to fit shoulder strap attachment for attaching “D” ring on belt. Saddle lock stitching solid brass hardware.

Page 9: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

9

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS DAC/WOOL TROUSER

MANUFACTURER Blauer STYLE NUMBER 8561P7 COLOR NAVY STYLE Shall be made on a uniform pattern, having a plain front with straight front pockets, a dropped watch pocket, two club pockets, drop belt loops, and two back pockets with flaps.

SHELL FABRIC

14.0- 14.5 oz. per linear yard serge weave 75% Dacron polyester / 25% worsted wool with10 - 12% mechanical filling stretch. Machine washable and dry cleanable worsted wool blend provides user comfort, uniform appearance, durability, and easy care.

TRIM

Pocketing: 50/50 polyester cotton twill, not less than 4.1 oz. Sq. yd Interlining: polyester non-woven. Binding: polyester/cotton bias cut. Waistband: polyester, spandex, nylon blend with double strip of silicone shirt grip. Stretch edge control. Fly zipper: nylon coil #5 with auto lock slider Hook and eyes: nickel-plated. Buttons: melamine, 22 ligne, matching shell fabric.

Page 10: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

10

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

DESIGN AND CONSTRUCTION

On-seam straight front pockets, inverted double cord hip pockets with button tabs, two rear billy pockets, and a drop watch pocket. All pockets secured with bartacks. Stretch waistband with fly tab. Interlined wide 2 ¾” belt loops inserted in bottom of waistband and tacked at top. Double hook and eye closure. Quarter linings in front quarters. Outlets in waistband (back) and thigh inseam. Tandem needle seat seam. Seat, inseam, and out seams pressed open. 10-12 stitches per inch (all seams). Permanent silicone adhesive creases, front and back

STANDARD SIZE RANGE

Men's: Regular Length: even waist sizes 28 - 54; odd sizes 31 - 37

Women's: Regular Length: even dress sizes 6 – 24

MEASUREMENTS Men's: Regular Length: Waist Size 36:

1/2 Waist: 18 (plus 0.25 inch) Seat:

24 (plus or minus 0.25 inches) 1/2 Knee: 10.875 (plus or minus 0.25 inches) 1/2 Bottom Leg: 8.75

(plus or minus 0.25 inches) Inseam: 37

(plus or minus 0.50 inches) Out seam: 46.25 (plus or minus 0.50 inches) Front Rise: 10.375

(plus or minus 0.25 inches) Back Rise: 16.875

(plus or minus 0.25 inches) Women's: Regular Length: Dress Size 12

1/2 Waist: 15.25 (plus 0.25 inch) Seat:

22.625 (plus or minus 0.25 inches) 1/2 Knee: 10.125

(plus or minus 0.25 inches)

Page 11: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

11

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

1/2 Bottom Leg: 8.5 (plus or minus 0.25 inches) Inseam: 35.875

(plus or minus 0.50 inches) Out seam: 45.875

(plus or minus 0.50 inches) Front Rise: 11.625

(plus or minus 0.25 inches) Back Rise: 15.25

(plus or minus 0.25 inches)

CUSTOMIZATION To be made of Hamburger Woolen goods, 55% polyester and 45% wool. The stripe shall be 1½” wide and topstitched to the trouser over the side seam. The stripe shall extend from under the cuff to the top of the waistband.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Trouser must be pressed completely and properly with the side seam, inseam, and seat seam pressed open. There must be a Jetclip clip attached to the top fly of the finished trouser. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of association, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 12: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

12

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS DRESS BLOUSE

FABRIC Reaford Mills #8330-8107 55% Dacron / 45% Wool Serge13-13½ per linear yard to match Class A trousers. DESIGN Four button single breasted notch lapel. Two upper pleated patch pockets with 3 pt. flaps with snaps, tropical flap lining, Two lower bellow pockets. Three inch wide flaps with 1 button hole in flap. Back vent bi swing back. Silver

belt hooks. 2” wide cloth belt sewn down center seam, 2” wide belt sewn around waist. Jacket to be fully lined with two inside pockets and Hymo Canvas front. Custom “Trenton Police” seal nickel buttons ligne 36 on jacket front and ligne 23 on pocket flaps, epaulets and sleeves to be supplied by vendor at no charge.

FINISHING & PRESSING

All loose threads shall be removed. Blouse must be pressed completely and properly.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATION Trenton Police Division Patch, supplied by vendor at no charge, to be sewn on left sleeve, centered 1" from the shoulder seam at no additional charge to the department or office

Page 13: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

13

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

DRESS HAT

MANUFACTURER Keystone Cap Company STYLE # R-801 DESIGN The R-801 pershing cap is to be made from six piece pattern consisting of the tip, the band, a two quarter piece front and a two quarter piece back. Using a size 7 1/8 cap as a model, the tip will be oval shape 11” front to back and 10 ¼ side to side. The height of the front of cap (not including visor) will be 4 5/8”. Dimensions will vary according to cap sizes. CONSTRUCTION The front and back quarters are to be sewn together and then sewn onto the outer band which is to measure 2 ¼” from where it meets the front and back quarters. The now attached quarters and outer band are to be sewn to the tip with a piping in between the tip and quarters. Sewn inside the piping will be a #2 galvanized metal wire for shape and stiffness. MATERIAL The outer material of the cap (tip, quarters, and outer band) will be M.J. Cahn #1933-0376 100% poly P&F navy blue serge. INNER BAND To be made from a black plastic of .040mm thickness cut 2 ¼ inch width. FRONT SUPPORT To be a muslin covered 1” wide twin wire stay inserted into a black vinyl heat seal pocket stay. LINING To be a quality fast dyed black taffeta or sateen and to be sewn to the underside of the tip of cap. A 3 ¾” x 3 ¾ clear vinyl diamond of .008 thickness shall be sewn to the lining. VISOR Shall be of a black .012 vinyl patent finish mounted on a .020 black plumper paper. The bottom of the visor shall be constructed of fiberboard laminated with green vinyl leatherette. Around the edge there shall be a ¾ “black patent binding. The visor shape # 400. This visor will have a sharp droop. EYELETS There shall be a total of 5 black japanned brass eyelets. There will be 2 ventilation eyelets on each side of the cap approximately 1” from the side scam and 1 front badge eyelet approximately ¾ “ up from the top of the band. SWEATBAND A perforated 1 ¼” wide brown reeded sweatband shall be machine sewn into the cap. BUTTONS Caps shall have 2 Silver custom Trenton Police buttons to fasten down cap straps. Hat buttons must be supplied by the vendor at no additional charge to the department or the officer.

Page 14: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

14

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

STRAPS Each cap is to get a front strap to be a ½” wide black plastic single strap with pointed loops Top Leather Strap with silver buckle. SIZES All caps are to be made in regular cap sizes: 7, 7 1/8, 7 ¼, etc…

Page 15: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

15

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS D-RINGS

MANUFACTURER COURTLAND BOOT JACK CO. STYLE # S4428

STYLE Weight: 5/6 oz. Type: 7/8" top grain leather with 1" wide detachable style with beveled and polished solid brass edges.

Page 16: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

16

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS FEMALE LONG SLEEVE SHIRT

MANUFACTURER

Elbeco

STYLE #

V7296

STYLE It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the above listed shirt. Shirts will be cut on a form-fitting line, and the shape of the pockets and general style will conform to the current listed shirt. Shirts to be made to accommodate removable metal buttons on the pockets and shoulder straps. Shirts to have permanent military stitched-in creases. TAILORING It is imperative that this garment be constructed according to the principles set forth in the specification. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pockets and flaps shall be single stitched on the edge. FABRIC Burlington style U8141, 80% Fiber Stretch Polyester/20% Rayon tropical weave with 14% fiber stretch for increased comfort and range of movement. With fiber stretch, the fabric will maintain its stretch and recovery over time. Weight is 6.0 oz. per square yard or 10.25 oz. per

Page 17: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

17

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

linear yard. Must be treated at the fiber level with Nano Fluid Repellency technology for permanent superior fluid resistance, UV 40+ protection, fabric appearance and durability, while maintaining original fabric breathability. CREASING Pockets and pocket flaps to be die creased to give uniform shape and size. COLLAR The shape and style of both leaf and stand shall conform to the TT89 Collar. The points, medium spread, are to be approximately 3" in length. The back of the stand is to measure 1-1/2". The leaf shall be made of three pieces; two pieces of self cloth and one whole lining, which is to be fused to the top collar. Collar stays shall be of good quality Stalar vinyl, 2-1/2" in length and 3/8" wide and be attached to the bottom ply of the collar. The stand shall fasten with one button and one horizontal buttonhole. Innerstand and inner yoke to be made of a compatible Combed Cotton blended poplin fabric for additional comfort. SLEEVES To be straight and whole. The cuffs are to be 2-5/8" in width and to have two buttons on one end and one buttonhole on the other to allow for adjusting the cuff size. There is to be a ¼” top stitch from top of cuff. There shall be a banjo-shaped piece of self goods attached to the sleeve starting above the elbow and continuing down the sleeve forming the top sleeve facing. The sleeve opening shall measure 3-3/4" from top of cuff. The top facing for this opening is to be 1-1/4" wide and the bottom facing to finish about 1/2" wide. Button is to be placed on sleeve opening with corresponding buttonhole. The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. FRONT

Page 18: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

18

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

The right front shall have a center facing 1-1/2" wide extending from the collar stand to bottom of shirt and be made of the same material as shirt fabric with two rows of stitching 7/8" apart. The center front shall contain six vertical buttonholes placed 3/4" from edge and 3-1/2" apart. The button stand, 7/8" wide, shall be self-lined and placed on left side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing. BACK There is to be a yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of cotton blended poplin. Western single pointed yoke, 5-1/2" finish at center point. POCKETS To have two breast pockets with mitred corners to finish 5" wide and 5-1/2" long. The left breast pocket to have a pencil compartment about 1-1/4" wide. Both pockets to have 1-1/2" box stitching top and bottom to prevent spreading. There shall be a small buttonhole in the pocket. FLAPS To have two scalloped flaps to finish 5-1/4" in length, 2-3/4" in width at center, and 2-1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1-1/4" in width. Flaps to be interlined. There will be a matching button and a buttonhole sewn on the flap. Flap shall be made to accommodate removable metal buttons. FLAP CLOSURE The side points of the flaps are to be secured to the pockets by means of velcro fasteners sewn onto the flaps and pockets. BADGE TAB To be a patch of basic material on the outside of the left front about ¾" above the center of the left pocket flap. The patch is to have two metal eyelets, 1-1/4" apart for the insertion of the badge. The patch shall measure 2-1/4" X 1" wide.

Page 19: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

19

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

SHOULDER STRAPS

The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1-3/8". Straps to be set about 1/2" from the collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam. Accommodation for metal buttons provided with protective piece. Permanent Creases: Shirt to have permanent military creases. Creases to be stitched in shirt only, not thru pockets and flaps. One crease in each front extending from hem to joining seam. Three vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. INTERLINING Top center to be lined with Pellon. Flaps and band to be EZ crease. Cuffs to be H’Press. LABELS Woven label to be sewn in yoke, with size label sewn next to it. Care and content label to be sewn in bottom hem. Buttons: All buttons shall be made from thermo-setting polyester material and must match fabric.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Shirt must be pressed completely and properly. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work,

Page 20: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

20

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATION Trenton Police emblems must be supplied and sewn on by the vendor at no additional charge to the department or officer.

Page 21: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

21

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS FEMALE SHORT SLEEVE SHIRT

MANUFACTURER Elbeco STYLE # V7307 STYLE It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the above listed shirt. Shirts will be cut on a form-fitting line, and the shape of the pockets and general style will conform to the current listed shirt. Shirts to be made to accommodate removable metal buttons on the fronts, pockets and shoulders. Shirts to have permanent military stitched-in creases.

TAILORING It is imperative that this garment be constructed according to the principles set forth in this specification. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with dacron core thread to match shirt fabric. The collar shall be single stitched 1/4" from edge. The pockets and flaps shall be single stitched on the edge. FABRIC Burlington style U8141, 80% Fiber Stretch Polyester/20% Rayon tropical weave with 14% fiber stretch for increased comfort and range of movement. With fiber stretch, the fabric will maintain its stretch and recovery over time. Weight is 6.0 oz. per square yard or 10.25 oz. per linear yard. Must be treated at the fiber level with Nano Fluid Repellency technology for permanent superior fluid resistance, UV 40+ protection, fabric appearance and durability, while maintaining original fabric breathability. CREASING Pockets and pocket flaps to be die creased to give uniform shape and size.

Page 22: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

22

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

COLLAR Convertible collar shall be one piece and to measure 3-1/8" long at points and 1-5/8" wide at back. The collar shall be made with permanent collar stays. The collar is to be constructed of two plies of basic material and one ply of D331 top fuse lining.

Collar stays shall be of good quality Stalar vinyl, 2-1/2" in length and 3/8" wide and be attached to the bottom ply of the collar. There shall be one horizontal buttonhole. The collar and inner yoke to be lined with a compatible Combed Cotton blended poplin fabric for comfort. The collar lining shall be banana shaped. SLEEVES Sleeves are to be straight and whole and have a 1" hem. Finished length is 9".

The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. FRONT The right front shall have be 3-1/4" overlock edge revere, extending from the neckline to bottom hem, and containing 7 vertical buttonholes. The left front will be a fly front with a self-protective piece for removable buttons. It shall contain 7 buttons placed 3/4" from edge; first at neck, second 2-1/2” down, and the balance 3-1/2" apart. There will be small buttonholes under the 2nd through 6th buttons to accommodate removable buttons. BACK There is to be a yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of cotton blended poplin. Western single pointed yoke, 5-1/2" finish at center point. POCKETS To have two breast pockets with mitred corners to finish 5" wide and 5-1/2" long. The left breast pocket to have a pencil compartment about 1-1/4" wide. Both pockets to have 1-1/2" box stitching top and bottom to prevent spreading. There shall be a small buttonhole in the pocket. FLAPS

Page 23: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

23

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

To have two scalloped flaps to finish 5-1/4" in length, 2-3/4" in width at center, and 2-1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1-1/4" in width. Flaps to be interlined. There will be a matching button and a buttonhole sewn on the flap. Flap shall be made to accommodate removable metal buttons. FLAP CLOSURE The side points of the flaps are to be secured to the pockets by means of velcro fasteners sewn onto the flaps and pockets. BADGE TAB To be a patch of basic material on the outside of the left front about ¾" above the center of the left pocket flap. The patch is to have two metal eyelets, 1-1/4" apart for the insertion of the badge. The patch shall measure 2-1/4" X 1" wide. SHOULDER STRAPS

The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1-3/8". Straps to be set about 1/2" from the collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam. Accommodation for metal buttons provided with protective piece. PERMANENT CREASES

Shirt to have permanent military creases. Creases to be stitched in shirt only, not thru pockets and flaps. One crease in each front extending from hem to joining seam. Three vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. INTERLINING Flaps to be EZ crease. Collar to be lined with fusible interlining. Labels: Woven label to be sewn in yoke, with size label sewn next to it. Care and content label to be sewn in bottom hem. BUTTONS All buttons shall be made from thermo-setting polyester material for durability and must match fabric.

Page 24: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

24

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Shirt must be pressed completely and properly. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATION Trenton Police emblems must be supplied and sewn on by the vendor at no additional charge to the department or officer.

Page 25: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

25

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS FEMALE TROUSERS

MANUFACTURER Elbeco

STYLE # E8930LC FABRIC Milliken 704892 – 100% Polyester. Color: Dark Navy Blue. STYLE Shall be made on a Ladies Choice pattern, featuring a contour waistband with elastic side panels, shortened rise, and reshaped hip and seat. The trousers have a plain front with straight front pockets, a dropped watch pocket, two club pockets, regular belt loops, and two back pockets. POCKETS The straight front pocket opening will be a minimum 6½” and be 10” deep. They shall be stitched, turned, and restitched. The inside front pocket facing shall be a separate piece of self material finishing no less that 1¼” wide. The back pockets will have a minimum opening of 6” and be 6” deep. They shall be made with a Reese PW automatic machine and finished on the outside with an exposed top and bottom cord. The corners of the back pocket shall have triangular bartacks for reinforcing strength. The watch pocket shall be located on the right front 2½” below the waistband. This pocket shall have a minimum opening of 3½” and depth of 3½”. 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 club pockets each, located 3” below each hip pocket. The club pocket shall be 1¼” from the side seam with a minimum opening of 3¼” and a minimum depth of 7½”. Pocketing material to be the same as side and hip pockets. Club pockets shall be constructed using the double welt method on a Reece PW machine and finished in such a manner that there is no topstitching. The corners of the club pocket shall have triangular bartacks for reinforcing strength.

Page 26: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

26

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

POCKET FLAPS Pocket flaps are to be sewn on both rear pockets at no extra charge to the department or officer. They measure 4-7/8” wide, 2-1/4” at center point and 1-3/8” at sides. Flaps are lined and have a keyhole buttonhole in the center. POCKETING All pocketing shall be black 65% Polyester/35% Cotton with a minimum thread count of 68 x 54. The weight shall be 2.60 yds./lb. WAISTBAND Must be Ladies Choice construction for superior comfort and performance. The curtain, attached with a rocap machine, shall be made of black, bias-cut, cotton blended twill and shall have ½” shirt retention strip. Inside the waistband shall be two pieces of breathable non-woven stretch canvas for support. Waistband will also be fused for additional support. The finished waistband shall be 2” wide and shall be closed with a crush-proof hook and eye, the eye being bartacked for stability. There shall be 4” elastic sewn into each side of the waistband for superior fit. The finished waistband shall be set on and shall be stitched below the lower edge through the outer fabric and the waistband curtain. No alternative waistband will be acceptable.

Page 27: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

27

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

BELT LOOPS There should be a five drop belt loops on sizes 8 and under, seven on sizes 10 and over. All loops shall be ⅞" wide. Except for the back loop, which shall be tacked on, all loops shall be caught in top and bottom of waistband and bartacked on bottom edge. INNER FLY/CROTCH The right fly and crotch linings shall be the same fabric and color as the waistband curtain. There shall be a non-woven interlining sewn to the fly to give additional stability and strength to the fly. The right fly lining shall be sewn to the left fly below the zipper and continue centered on the join seam across the inseam and end 1" onto the back seam. There shall be a triple strength crotch reinforcement to prevent seam failure in the crotch and inseam area. The crotch shall be secured with two rows of stitching. One row is to be on the inside of the trouser, then turned and an additional row to be sewn on the outside of the trouser. ZIPPER The trousers shall be closed with a brass memory lock zipper and have a brass bottom stop at the base of the zipper chain. A straight bartack shall be sewn through from the outside of the garment to the inside at the bottom of the fly. It shall be sewn through the zipper tape, the right and left fly and the right fly lining. The right and left fly shall be joined by an additional bartack located below the bottom zipper stop on the inside of the trouser. SEAMING The entire trouser is to be seamed with Polyester core or 100% Polyester spun thread. The seat seam shall be stitched with a tandem needle seat seaming machine. LABELS The trouser shall have a sewn-in woven label on the left hip pocket bag, containing fabric content and care instructions. A permanent size label shall be sewn to the woven label. There will be an outside waistband label, which shall be marked with lot number, size, fiber content, and cut number. UPC IDENTIFICATION A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be

Page 28: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

28

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information. FINISHING AND PRESSING All loose threads shall be removed. Trouser must be pressed completely and properly with the side seam, inseam, and seat seam pressed open. There must be a Jetclip clip attached to the top fly of the finished trouser. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATIONS The trouser shall have an 1 ½ inch Hamburger #420 gold shade The stripe shall run from the

bottom of the waistband to the bottom of the trouser. Any alterations done to the trouser must be

done on the vendor’s premise and must be done to the satisfaction of the director of public safety

or supervisor at no additional charge to the department or officer.

Page 29: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

29

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

MALE LONG SLEEVE SHIRT

MANUFACTURER

Elbeco

STYLE #

V7295

STYLE It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the above listed shirt. Shirts will be cut on a form-fitting line, and the shape of the pockets and general style will conform to the current listed shirt. Shirts to be made to accommodate removable metal buttons on the pockets and shoulder straps. Shirts to have permanent military stitched-in creases. TAILORING It is imperative that this garment be constructed according to the principles set forth in this specification. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pockets and flaps shall be single stitched on the edge. FABRIC Burlington style U8141, 80% Fiber Stretch Polyester/20% Rayon tropical weave with 14% fiber stretch for increased comfort and range of movement. With fiber stretch, the fabric will maintain its stretch and recovery over time. Weight is 6.0 oz. per square yard or 10.25 oz. per linear yard. Must be treated at the fiber level with Nano Fluid Repellency technology for permanent superior fluid resistance, UV 40+ protection, fabric appearance and durability, while maintaining original fabric breathability.

Page 30: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

30

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

CREASING Pockets and pocket flaps to be die creased to give uniform shape and size. COLLAR The shape and style of both leaf and stand shall conform to the TT89 Collar. The points, medium spread, are to be approximately 3" in length. The back of the stand is to measure 1-1/2". The leaf shall be made of three pieces; two pieces of self cloth and one whole lining, which is to be fused to the top collar. Collar stays shall be of good quality Stalar vinyl, 2-1/2" in length and 3/8" wide and be attached to the bottom ply of the collar. The stand shall fasten with one button and one horizontal buttonhole. Innerstand and inner yoke to be made of a compatible Combed Cotton blended poplin fabric for additional comfort. SLEEVES To be straight and whole. The cuffs are to be 2-7/8" in width and to have two buttons on one end and two buttonholes on the other. There is to be a ¼” top stitch from top of cuff. There shall be a banjo-shaped piece of self goods attached to the sleeve starting above the elbow and continuing down the sleeve forming the top sleeve facing. The sleeve opening shall measure 4-7/8" from top of cuff. The top facing for this opening is to be 1-1/4" wide and the bottom facing to finish about 1/2" wide. Button is to be placed on sleeve opening with corresponding buttonhole. The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. FRONT The left front shall have a center facing 1-1/2" wide extending from the collar stand to bottom of shirt and be made of the same material as shirt fabric with two rows of stitching 7/8" apart. The center front shall contain six vertical buttonholes placed 3/4" from edge and 3-1/2" apart.

Page 31: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

31

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE

The button stand, 7/8" wide, shall be self-lined and placed on right side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing. BACK There is to be a yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of cotton blended poplin. Western single pointed yoke, 5-1/2" finish at center point. POCKETS To have two breast pockets with mitred corners to finish 5-5/8" wide and 6" long. The left breast pocket to have a pencil compartment about 1-1/4" wide. Both pockets to have 1-1/2" box stitching top and bottom to prevent spreading. There shall be a small buttonhole in the pocket. FLAPS To have two scalloped flaps to finish 5-3/4" in length, 2-3/4" in width at center, and 2-1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1-1/4" in width. Flaps to be interlined. There will be a matching button and a buttonhole sewn on the flap. Flap shall be made to accommodate removable metal buttons. FLAP CLOSURE The side points of the flaps are to be secured to the pockets by means of velcro fasteners sewn onto the flaps and pockets. BADGE TAB To be a patch of basic material on the outside of the left front about ¾" above the center of the left pocket flap. The patch is to have two metal eyelets, 1-1/4" apart for the insertion of the badge. The patch shall measure 2-1/4" X 1" wide.

Page 32: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

SHOULDER STRAPS The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1-3/8". Straps to be set about 1/2" from the collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam. Accommodation for metal buttons provided with protective piece. PERMANENT CREASES Shirt to have permanent military creases. Creases to be stitched in shirt only, not thru pockets and flaps. One crease in each front extending from hem to joining seam. Three vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. INTERLINING Top center to be lined with pellon. Flaps and band to be EZ crease. Cuffs to be H’Press. LABELS Woven label to be sewn in yoke, with size label sewn next to it. Care and content label to be sewn in bottom hem. BUTTONS All buttons shall be made from thermo-setting polyester material and must match fabric.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Shirt must be pressed completely and properly. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document

Page 33: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

CUSTOMIZATION Trenton Police emblems must be supplied and sewn on by the vendor at no additional charge to the department or officer.

Page 34: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS MALE SHORT SLEEVE SHIRT

MANUFACTURER Elbeco STYLE # V7305 STYLE It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the above listed shirt . Shirts will be cut on a form-fitting line, and the shape of the pockets and general style will conform to current listed shirt. Shirts to be made to accommodate removable metal buttons on the fronts, pockets and shoulder straps. Shirts to have permanent military stitched-in creases.

TAILORING It is imperative that this garment be constructed according to the principles set forth in this specification. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar shall be single stitched 1/4" from edge. The pockets and flaps shall be single stitched on the edge. FABRIC Burlington style U8141, 80% Fiber Stretch Polyester/20% Rayon tropical weave with 14% fiber stretch for increased comfort and range of movement. With fiber stretch, the fabric will maintain its stretch and recovery over time. Weight is 6.0 oz. per square yard or 10.25 oz. per linear yard. Must be treated at the fiber level with Nano Fluid Repellency technology for permanent superior fluid resistance, UV 40+ protection, fabric appearance and durability, while maintaining original fabric breathability. CREASING Pockets and pocket flaps to be die creased to give uniform shape and size.

Page 35: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

COLLAR Convertible collar shall be one piece and to measure 3-1/4" long at points and 1-5/8" wide at back. The collar shall be made with permanent collar stays. The collar is to be constructed of two plies of basic material and one ply of D331 top fuse lining.

Collar stays shall be of good quality Stalar vinyl, 2-1/2" in length and 3/8" wide and be attached to the bottom ply of the collar.

The collar and inner yoke to be lined with a compatible Combed Cotton blended poplin fabric for comfort. The collar lining shall be banana shaped. SLEEVES Sleeves are to be straight and whole and have a 1" hem. These shall be graded in length so as to finish from the shoulder seam as follows:

Size Finished Length 14 and 14-1/2 9-1/2"

15, 15-1/2 and 16 10" 16-1/2 thru 18 10-1/2"

19 thru 20 11"

The sleeves must be secured to the body of the shirt by means of a merrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. FRONT The left front shall have be 3-1/4" overlock edge revere, extending from the neckline to bottom hem, and containing 7 vertical buttonholes. The right front will be a fly front with a self-protective piece for removable buttons. It shall contain 7 buttons placed 3/4" from edge and 3-1/2" apart. There will be small buttonholes under the 2nd through 6th buttons to accommodate removable buttons. BACK There is to be a yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of cotton blended poplin. Western single pointed yoke, 5-1/2" finish at center point. POCKETS To have two breast pockets with mitred corners to finish 5-5/8" wide and 6" long. The left breast pocket to have a pencil compartment about 1-1/4" wide. Both pockets to have 1-1/2"

Page 36: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

box stitching top and bottom to prevent spreading. There shall be a small buttonhole in the pocket. FLAPS To have two scalloped flaps to finish 5-3/4" in length, 2-3/4" in width at center, and 2-1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1-1/4" in width. Flaps to be interlined. There will be a matching button and a buttonhole sewn on the flap. Flap shall be made to accommodate removable metal buttons. FLAP CLOSURE The side points of the flaps are to be secured to the pockets by means of velcro fasteners sewn onto the flaps and pockets. BADGE TAB To be a patch of basic material on the outside of the left front about ¾" above the center of the left pocket flap. The patch is to have two metal eyelets, 1-1/4" apart for the insertion of the badge. The patch shall measure 2-1/4" X 1" wide. SHOULDER STRAPS

The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1-3/8". Straps to be set about 1/2" from the collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam. Accommodation for metal buttons provided with protective piece. PERMANENT CREASES

Shirt to have permanent military creases. Creases to be stitched in shirt only, not thru pockets and flaps. One crease in each front extending from hem to joining seam. Three vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease. INTERLINING Flaps to be EZ crease. Collar to be lined with fusible interlining. LABELS

Page 37: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Woven label to be sewn in yoke, with size label sewn next to it. Care and content label to be sewn in bottom hem.

BUTTONS All buttons shall be made from thermo-setting polyester material for durability and must match fabric.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Shirt must be pressed completely and properly. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATION Trenton Police emblems must be supplied and sewn on by the vendor at no additional charge to the department or officer.

Page 38: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS MALE TROUSERS

MANUFACTURER Elbeco STYLE # E8950RN FABRIC 100% Dacron Polyester, 11 – 11.5 oz. per linear yard. Serge Weave. Milliken 704892. Color: Dark navy blue. STYLE Shall be made on a uniform pattern, having a plain front with straight front pockets, a dropped watch pocket, two club pockets, drop belt loops, and two back pockets with flaps. POCKETS The front pocket opening will be a minimum 6½" and be 6" deep from the bottom of the opening. They shall be stitched, turned, and restitched. There shall be a non-woven interlining fused to the front pocket facing to give additional stability and strength to the pocket. The inside front pocket facing shall be a separate piece of self material finishing no less that 1¼" wide. Straight bartacks shall be used on front pockets. The back pockets will have a minimum opening of 6" and be 6" deep. They shall be made with a Reese PW automatic machine and finished on the outside with an exposed top and bottom cord. Both back pockets shall have a pointed flap with button/buttonhole closure. There shall be straight bartacks on the front and back pockets. The watch pocket shall be located on the right front 2½" below the waistband. This pocket shall have a minimum opening of 3½" depth of 3¾". 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 triangular bartacks. There shall two club pockets located 5½" below both hip pockets. The club pockets shall be 3½" and a minimum depth of 7½". Pocketing material to be the same as side and hip pockets. Club pockets shall be constructed using the double welt method on a Reece PW machine and be topstitched. The corners of the club pockets shall have triangular bartacks for reinforcing strength.

Page 39: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

POCKETING All pocketing shall be black 65% Polyester/35% Cotton with a minimum thread count of 70 x 48, weight is 4.3oz./sq. yd. WAISTBAND The waistband shall be the Duty Fit waistband, which provides an exact fit by stretching to the wearer’s exact size. The inside waistband shall be made with charcoal wrapped woven elastine and have two tracks of 1/8” wide silicone for shirt retention. It measures 2½” and is attached with a rocap machine. Woven elastic banroll stiffener measuring 1” shall be sewn into the entire waistband to provide additional support. The waistband is to be constructed using the closed method and shall measure 2" wide when finished. The waistband closure shall be accomplished with a double crush proof hook and eye, bartacked for stability. The hooks and eyes shall be reinforced with stays made of a non-woven fabric that are anchored by the top-stitching for the fly facing and curtain. This topstitching must be to the top of the waistband. The waistband must have a crack stitch for added strength. No alternative waistband will be acceptable.

BELT LOOPS There should be a minimum of 5 drop belt loops on waist sizes 28, 29, 30, and a minimum of 7 lined loops on all sizes over 30. The drop loops shall be caught in top and bottom of waistband and bartacked on bottom edge. All loops shall be 1" wide. INNER FLY/CROTCH The right fly and front crotch linings shall be the same fabric and color as the waistband curtain. There shall be a non-woven interlining sewn to the fly to give additional stability and strength to the fly. The right fly lining shall be sewn to the left fly below the zipper and continue centered on the join seam across the inseam and end 1" onto the backseam. The crotch lining shall be serged to each front. A separate french fly made of the outer fabric shall be sewn to the inside right fly. There shall be a triple strength crotch reinforcement to prevent seam failure in the crotch and inseam area. The crotch shall be secured with two rows of stitching. One row is to be on the inside of the trouser, then turned and an additional row to be sewn on the outside of trouser.

ZIPPER The trousers shall be closed with a brass memory lock zipper and have a brass bottom stop at the base of the zipper chain. A straight bartack shall be sewn through from the outside of the

Page 40: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

garment to the inside at the bottom of the fly. It shall be sewn through the zipper tape, the right and left fly and the right fly lining. The right and left fly shall be joined by an additional bartack located below the bottom zipper stop on the inside of the trouser. SEAMING The entire trouser is to be seamed with Polyester core or 100% Polyester spun thread. The seat seam shall be stitched with a tandem needle seat seaming machine.

LABELS

The trouser shall have a sewn-in woven label on the left hip pocket bag, containing fabric content and care

instructions. A permanent size label shall be sewn to the woven label. There will be an outside waistband label,

which shall be marked with lot number, size, fiber content, and cut number.

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Trouser must be pressed completely and properly with the side seam, inseam, and seat seam pressed open. There must be a Jetclip clip attached to the top fly of the finished trouser. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 41: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

FINISHED DIMENSIONS

Size/

Waist 28 29 30 31 32 33 34 35 36 37 38 40 42 44 46 48 50 52

54

Seat 38-1/4 39-1/8 40 40-7/8 41-3/4 42-5/8 43-1/2 44-3/8 45-1/4 46-1/8

47 48-7/8 50-5/8 52-5/8 54-1/2 56-1/4 58-1/8 60 61-7/8

Rise 9-7/8 10 10-1/8 10-1/4 10-3/8 10-1/2 10-5/8 10-3/4 10-7/8 11 11-

1/8 11-3/8 11-5/8 11-7/8 12-1/8 12-3/8 12-5/8 12-7/8 13-1/8

Thigh 25-3/8 25-7/8 26-1/4 26-5/8 27-1/8 27-1/2 28 28-1/2 28-7/8 29-

1/4 29-3/4 30-5/8 31-1/2 32-3/8 33-1/4 34 34-3/4 35-1/2 36-1/4

Knee 19 19-1/4 19-1/2 19-3/4 20 20-1/4 20-1/2 20-3/4 21 21-1/4 21-1/2

22 22-1/4 23 23-1/2 24 24-1/2 25 25-1/2

CUSTOMIZATIONS The trouser shall have an 1 ½ inch Hamburger #420 gold shade. The stripe shall run from the

bottom of the waistband to the bottom of the trouser. Any alterations done to the trouser must be

done on the vendor’s premise and must be done to the satisfaction of the director of public safety

or supervisor at no additional charge to the department or officer.

Page 42: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

NAMEPLATE

MANUFACTURER

Blackinton

STYLE #

A4180

SIZE

½ X 2 ½”

STYLE

Officer nameplates shall be silver glossy clutch back with black Roman letters.

Page 43: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

STYLE Shall be made on a uniform pattern, having a plain front with straight front pockets, a dropped watch pocket, two club pockets, drop belt loops, and two back pockets with flaps. UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

FINISHING & PRESSING

All loose threads shall be removed. Blouse must be pressed completely and properly. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 44: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS RAINCAP COVER

MANUFACTURER Blauer STYLE # 9101 COLOR

Black.Hi-Viz Yellow

SHELL FABRIC

Gore-Tex waterproof-breathable membrane laminated between a 2.18 oz. per square yard, 100% textured polyester, 70 denier plain weave face fabric (Color: see specified garment color) and a knit polyester tricot backing fabric (Color: see specified garment high visibility color) resulting in a washable waterproof material with high moisture vapor transmission.

TRIM

Elastic: 0.6875 inch elastic webbing, dry cleanable. (Color: black) WATERPROOF-BREATHABLE PERFORMANCE

1. Moisture Vapor Transmission Rate (g/m2/24hr):

a. Procedure B (upright cup) 600 Minimum ASTM E 96-93 1/

b. Procedure BW (inverted cup) 3600 Minimum ASTM E 96-93 2/ 2. Hydrostatic Resistance (psi): 140 Minimum FED-STD-191A 5512

3/ 3. Low Pressure Water Permeability:

a. Initial: No Leakage FED-STD-191A 5516 4/

b. After Cold Flex: Warp No Leakage ASTM D 2097-69 (1980) 5/

Fill No Leakage ASTM D 2097-69 (1980) 5/

c. After 100 Hours of Continuous Wet Flex: No Leakage 6/ 4. High Pressure Water Permeability:

a. Initial: No Leakage BS 3424: Part 26: 1990 Method 29A 7/

b. After Exposure to Contamination: No Leakage BS 3424: Part 26: 1990 Method 29A 8/

Page 45: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

c. After Synthetic Perspiration No Leakage BS 3424: Part 26: 1990 Method 29A 9/ 5. Seam Tape Water Permeability:

a. Initial No Leakage FED-STD-191A 5516

10/

b. After 5 Laundry Cycles No Leakage FED-STD-191A 5516

ANSI/AATCC 135 11/

(Refer to Addendum for waterproof-breathable test methods)

(Measured Property Acceptance Criteria: For moisture vapor transmission rate and hydrostatic resistance,

the mean of each sample unit must meet the requirement specified. The mean is the average of five cross-

web specimens. For water permeability testing, each individual specimen must meet the requirement

specified.)

DESIGN AND CONSTRUCTION

6. Design to fit an eight-point cap. 7. Elasticized edge. 8. Match GTX featherweight rainwear.

STANDARD SIZE RANGE

9. One size fits all.

Page 46: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS RAINCOAT

MANUFACTURER Blauer STYLE # 9690 COLOR BLACK REVERSING TO FLOURESCENT YELLOW SHELL FABRIC GORE-TEX waterproof-breathable membrane laminated between a 2.18 oz. per square yard, 100% textured polyester, 70 denier plain weave face fabric (Color: see specified garment color) and a knit polyester tricot backing fabric (Color: see specified garment high visibility color) resulting in a washable waterproof material with high moisture vapor transmission, bloodborne pathogen resistance and common chemical resistance. Both dark and high visibility sides of the fabric shall be treated with a durable water repellent finish.

TRIM

1100.. HHooookk aanndd LLoooopp:: WWoovveenn nnyylloonn bbaassee.. ((CCoolloorr:: bbllaacckk))

1111.. IInntteerrlliinniinngg:: NNoonn--wwoovveenn iinntteerrlliinniinngg

1122.. RReefflleeccttiivvee ttrriimm:: SSiillvveerr 33MM SSccoottcchhlliittee™™ 22 iinncchh ssiillvveerr rreefflleeccttiivvee ffaabbrriicc..

1133.. SSeeaamm ttaappee:: 33--llaayyeerr GGoorree--SSeeaamm ttaappee 11 iinncchh wwiiddee ccoommppaattiibbllee wwiitthh GGOORREE--TTEEXX

mmeemmbbrraannee.. ((CCoolloorr:: mmaattcchh hhiigghh vviissiibbiilliittyy ssiiddee ooff jjaacckkeett)) 14. Snaps: Non-rusting, 24 ligne, gunmetal finish on brass, heavy-duty closure.

DESIGN AND CONSTRUCTION

15. Reversible featherweight waterproof windproof breathable full-length raincoat. 16. ANSI/ISEA 107 Class III certified. (Hi-vis yellow only) 17. Adjustable cuff closures. 18. Double snap-over storm fly front. 19. Go-through side openings on Hi-vis yellow side. 20. High-contrast Scotchlite™ reflective trim around chest, hem, biceps and cuffs. 21. Reversible to high visibility fluorescent with reflective trim. 22. Waterproof front zipper with sport collar. 23. Front pockets with waterproof zippers on dark side.

WATERPROOF-BREATHABLE PERFORMANCE

Page 47: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

24. Moisture Vapor Transmission Rate (g/m2/24hr): a. Procedure B (upright cup) 600 Minimum ASTM E 96-93

1/ b. Procedure BW (inverted cup) 3600 Minimum ASTM E 96-93

2/ 25. Hydrostatic Resistance (psi): 140 Minimum FED-STD-191A 5512

3/ 26. Low Pressure Water Permeability:

a. Initial: No Leakage FED-STD-191A 5516 4/

b. After Cold Flex: Warp No Leakage ASTM D 2097-69 (1980) 5/

Fill No Leakage ASTM D 2097-69 (1980) 5/

c. After 100 Hours of Continuous Wet Flex: No Leakage 6/ 27. High Pressure Water Permeability:

a. Initial: No Leakage BS 3424: Part 26: 1990 Method 29A 7/

b. After Exposure to Contamination: No Leakage BS 3424: Part 26: 1990 Method 29A 8/

c. After Synthetic Perspiration No Leakage BS 3424: Part 26: 1990 Method 29A 9/ 28. Seam Tape Water Permeability:

a. Initial No Leakage FED-STD-191A 5516 10/

b. After 5 Laundry Cycles No Leakage FED-STD-191A 5516 ANSI/AATCC 135 11/

(Refer to Addendum for waterproof-breathable test methods) (Measured Property Acceptance Criteria: For moisture vapor transmission rate and hydrostatic resistance, the mean of each sample unit must meet the requirement specified. The mean is the average of five cross-web specimens. For water permeability testing, each individual specimen must meet the requirement specified.)

COMPLY ___Yes ___No

STANDARD SIZE RANGE

29. Unisex: a. Regular: XS - 3XL

Page 48: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

b. Tall: M - 3XL

COMPLY ___Yes ___No MEASUREMENTS

30. Regular Length: Size: L a. Chest: 53 (plus or minus 0.75 inches) b. Sweep: 54.75 (plus or minus 0.75 inches) c. Back Length: 48 (plus or minus 0.75 inches) d. Sleeve Inseam: 25 (plus or minus 0.5 inches)

COMPLY ___Yes ___No

Page 49: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

ADDENDUM - WATERPROOF-BREATHABLE TEST METHODS

1/ The knit side of the laminated cloth shall face the water. The free stream air velocity shall be 550 ± 50 fpm as measured at least 2 inches from any surface. The test shall be for 24 hours and weight measurements shall be taken only at the start and completion of the test. At the start of the 24 hour test period, the air gap between the water surface and the back of the specimen shall be 3/4 ± 1/16 inch. Five specimens shall be tested. The test chamber shall be 73.4 ± 1°F and relative humidity shall be 50 ± 2%. The face of the rim of the test dish shall project 1/32" into the tunnel.

2/ The knit side of the laminated cloth shall face the water. The free stream air velocity

shall be 550 ± 50 fpm as measured at least 2 inches from any surface. The test shall be for 2 hours and weight measurements shall be taken only at the start and completion of the test. Five specimens shall be tested. Specimens shall be sealed in any manner that prevents wicking and/or leakage of water out of the cup. The test chamber shall be 73.4 ± 1°F and relative humidity shall be 50 ± 2%. The face of the rim of the test dish shall project 1/32" into the tunnel.

3/ The water pressure shall be applied to the knit side of the laminated cloth. 4/ The knit side of the laminated cloth shall contact the water. The hydrostatic head shall

be 30 inches (1.1 psi) and shall be held for 3 minutes. Leakage is defined as the appearance of water any place within the 4.5-inch diameter test area. The test may be performed using any device that tests the same specimen area at the equivalent pressure. In case of dispute, the apparatus described in FED-STD-191A Method 5516 shall be used.

5/ Ten warp and ten fill specimens 3.25" x 4.5" shall be selected from each sample unit.

The 3.25" dimension is the test direction. Specimens shall be flexed for 20,000 cycles as specified in ASTM-D 2907 and as follows. Mark the knit side of each specimen with two lines 1.7 inches apart and perpendicular to the test direction. The area between the lines is the test area and shall be centered on the knit side of the specimen. Wrap the specimens around fully extended pistons with the knit side out. The test area lines shall meet evenly and shall line up with the edges of the pistons. Clamp in place making sure the clamps are not in the test area. Check specimen for smoothness and tautness (wrinkles cause improper flexing). The distance between the pistons shall be 1.7" in the open position and 0.5" in the closed position as measured from the bottom of the upper piston and top of the lower piston. Place the test apparatus with mounted specimens in a test chamber at -25 ± 2°F for a one hour conditioning period and then flex in the test chamber at -25 ± 2°F. After flexing, test for water permeability as in footnote 4/ except that the orifice of the tester shall be modified to accommodate the smaller specimen size as shown in Attachment 1.

Page 50: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

6/ One 14 inch by full width specimen shall be selected from each sample unit. The specimens shall be agitated using the "normal" cycle in an automatic home laundering machine as specified in AATCC 135-1992 except that the machine shall be capable of continuous agitation. The water level shall be maintained at 16 ± 1 gallons, and the water temperature shall be 32 ± 9°C. The load shall be 2 ± 0.2 pounds. The specimen shall be removed from the washer after 100 hours of continuous agitation. The specimen shall be air dried and then tested for water permeability at three sites across the width of the specimen according to footnote 4/.

7/ The water pressure shall be applied to the knit side of the laminated cloth from below

the test specimen. The maximum pressure of 25 psi shall be attained in 2 minutes ± 20 seconds and shall be applied for 5 minutes. Leakage is defined as the appearance of water any place within the test area.

8/ Place a 6" x 6" piece of blotting paper on a flat surface and cover with a 10" x 10" test

specimen with the face side up. Weigh out 2.0 ± 0.1 grams of solid contaminant or pipette 2.0 ml of liquid contaminant. Place the contaminant on the center of the specimen and cover with a 6" x 6" piece of glassine paper. Place a 4-pound weight on the glassine paper directly over the contaminated area. Allow the weight to remain on the specimen for 30 minutes. Remove the weight and glassine paper and allow the specimen to sit undisturbed for an additional 30 minutes. Wipe off any excess contaminant using a fresh piece of blotting paper and test for water permeability as in footnote 8/ except that the water pressure shall be applied for 3 minutes.

9/ One specimen per sample unit shall be tested for water permeability after exposure to

synthetic perspiration. The specimen shall be not less than six inches in diameter. The test cups shall accommodate this size specimen and shall have a depth of at least one inch. The cups shall be sealed to prevent leakage. The solution shall contact the knit side of the laminate.

Synthetic perspiration shall be prepared by stirring the following ingredients into 500 ml

of distilled water: 3 grams sodium chloride 1 gram predigested protein 1-gram n-propyl propionate 0.5-gram lecithin (phosphatidyl choline) The predigested protein shall contain the following amino acids: Ingredient Milligrams (mg) Lysine 82.5 Histidine 27.5 Arginine 40.0 Aspartic acid 72.5 Threonine 42.5

Page 51: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Serine 50.0 Glutamic acid 197.5 Proline 92.5 Glycine 22.5 Alanine 28.7 Cystine 4.7 Valine 66.2 Methionine 30.0 Isolencine 53.8 Leucine 87.5 Tyrosine 51.3 Phenylalanie 48.8 Tryptophane 18.8 The solution shall be stirred continuously and heated to 50 ± 1°C, then covered and

cooled to approximately 35°C. The solution shall be stirred such that any solid particles are suspended in solution and

poured into the test cup. The cup shall be inverted to allow the synthetic perspiration to evaporate through the specimen.

After the solution has evaporated through the specimen, such that no more than 0.125

inch of solution remains, the specimen shall be removed from the cup, rinsed in warm water, dried and tested for water permeability as specified in footnote 8/ except that the water pressure shall be applied for 3 minutes.

10/ A minimum of 3 straight seams and 2 cross-over seams should be tested prior to laundry

cycle testing and remain waterproof (no leakage) when tested at 2 psi for 3 minutes with the seam tape side facing up, away from the water challenge. Leakage is defined as the appearance of water any place within the 4.5 inch diameter test area since the seam tape process can damage the fabric adjacent to the tape. The test may be performed using any device that tests the same specimen area at the equivalent pressure. In case of dispute, the apparatus described in FED-STD-191A Method 5516 shall be used.

11/ A minimum of 3 straight seams and 2 cross-over seams should be tested after five (5) home laundry cycles and remain waterproof (no leakage) when tested at 2 psi for 3 minutes with the seam tape side facing up, away from the water challenge. Leakage is defined as the appearance of water any place within the 4.5 inch diameter test area since the seam tape process can damage the fabric adjacent to the tape. The test may be performed using any device that tests the same specimen area at the equivalent pressure. In case of dispute, the apparatus described in FED-STD-191A Method 5516 shall be used. Laundry testing should be performed in accordance with the procedure specified in Machine Cycle 3, Wash Temperature III, and Drying Procedure Aiii of ANSI/AATCC 135.

Page 52: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information.

CODE OF CONDUCT

All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 53: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS SAM BROWNE BELT

MANUFACTURER COURTLAND BOOT JACK CO. STYLE # #204A STYLE Weight: 10/11 oz. Type: Top grain leather, 2 1/4" wide, ½ lined beveled and polished edges. Figure eight saddle lock stitch to bond main body of belt with lining. Hook style with solid brass and polished hardware.

Page 54: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

SHORT SLEEVE POLO SHIRT

MANUFACTURER

Elbeco

STYLE #

K5134

COLOR

Navy

DESIGN

Shall be a loose fit polo style knit short sleeve shirt with gusseted side panels, three button front

placket, full fashion knit collar, mic pockets on shoulders and a mic loop on placket. All

measurements will be taken without stretching the material.

TAILORING

It is imperative that this garment be constructed according to the principles set forth in the

specifications. All stitches must be of proper tension and size so as to avoid

puckering after the shirt has been laundered, and to give best durable press

performance.

FABRIC

100% polyester circular knit Swiss pique, 7.25 oz. /sq. yd. Permanent X-EEDE performance

must provide UV protection and wick moisture away from the body for superior comfort,

thermal protection, ultimate dryness and enhanced performance. Fabric to be colorfast, abrasion

resistant, and pill-proof. The permanent anti-microbial technology is odor, mildew and 99.9%

bacteria resistant. Colors: white, black, tan, navy, red, spruce green, gray and royal blue.

COLLAR

The collar shall be a 7.25 oz. /sq. yd 100% polyester circular knit full fashion collar, with 2-3/4”

points and permanent built-in stays placed along the edge for no-curl collar performance.

PLACKET

The 3-button placket shall be lined and finish 1-1/2” wide and 7” long. The bottom of the placket

shall have a 1/2” stitched box, with a 1/2” mic loop sewn over the full width of the placket. The 3

buttons shall be evenly spaced on the placket with a horizontal buttonhole at the collar and

vertical buttonholes for the two remaining buttons. The placket shall lap left over right.

BACK

There shall be a semi-circular patch measuring 4-1/2” at the widest point, sewn at the neckline,

running 1/4” from each shoulder seam. The seam edge will be merrowed with

single needle topstitching sewn around the edge. The heat transfer label will be

applied to the inside of this patch below the collar.

Page 55: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

SIDE PANELS

Gusseted side panels for increased comfort and mobility, 2-5/8” wide, made of self fabric, and

shall be sewn to the front and back panels. The side panels shall extend from the end of the

sleeve to the bottom hem.

SLEEVES

Sleeves are to be one piece, have a 1” rib knit welt hem and graded lengths. Sleeve setting and

closing shall be done with a merrow stitch. There shall be a 1/4” topstitch around the armhole

and next to welt at sleeve hem. The left sleeve shall have a pencil pocket, 2” wide x 6” long.

This pocket will be divided into two compart-ments.

SHOULDER SEAMS

Shoulder seams shall contain stretch elastic for increased mobility and be edge-stitched on the

back. Both shoulders shall contain a mic pocket to be approximately 1-3/4” wide x 2” deep,

sewn into the shoulder seam.

HEM

The bottom hem shall be 1” deep and topstitched.

THREAD

The thread for seaming, stitching, buttonholes and button sewing shall be cotton-covered

Polyester core. The thread shall be stabilized so as not to shrink in boiling water more that 1.5%.

LABEL AND CARE INSTRUCTIONS

Each garment shall have a heat-seal brand label containing size, country of origin, care and

content. A Ufx hang tag will be attached to the garment.

UPC IDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment. The UPC bar code must identify

style, color and size information so as to be incorporated into an inventory management system.

Appropriate support documentation must be available to assist the Agency in encoding UPC

information.

PRESSING AND PACKING

Shirts shall be carefully completed in first class manner and individually packed in polyethylene

bags. Shirts to be bulk packed.

CODE OF CONDUCT

All garments must be produced in acceptable non-sweatshop working conditions. Verification of

acceptable working conditions will be made through a completed Code of Conduct document

that must be made available to the department. This document should list the location of the

manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced

labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work,

nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for

rejection.

Page 56: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Finished Dimensions

Size: XS S M L XL 2XL 3XL 4XL 5XL

6XL

Collar Length: 14 15 16 17 18 19 20 20 21 22

Chest: 36 40 44 48 52 56 60 64 68 72

Sweep/bottom: 37 41 45 49 53 57 61 65 69 73

Back Length: 28 29 30 31 32 33 34 35 36 37

Sleeve Length: 9 9 9½ 10 10½ 11 11½ 12 12½ 13

CUSTOMIZATION

Trenton Police patch shall be sewn on the left sleeve. Silver Trenton Police Cloth Badge shall be

sewn on the left chest. The badge shall have the officers number embroidered on the bottom

panel. Name shall be P.O. 1st initial last name in silver thread. All emblems and embroidery

must be supplied by the vendor at no additional charge to the department or officer. Supervisor

shirts shall be embroidered in the color gold.

Page 57: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

TIES

MANUFACTURER

Samuel Broome

MATERIAL

75% polyester, 25% wool, broom 455BOBH.

STYLE

Clip and/or chokeproof 3" wide.

COLOR

Navy for Officers to be worn with French Blue Shirt.

Page 58: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS TURTLENECK

MANUFACTURER BLAUER STYLE # 8100X STYLE Unless otherwise specified, the shirts shall be equal to the above listed garment in all respects not specifically covered by this specification. To be made in the United States of America.

SHELL FABRIC

1. 90% Cotton 10% Spandex Single Jersey P/D + Wicking (Color: see specified garment color)

TRIM

2. Cuff: Rib Knit 98% Cotton 2% Spandex 3. Tape reinforcement: Quick stretch elastic, 0.25 inches wide

(Color: clear)

DESIGN AND CONSTRUCTION

4. Close-fitting pullover style turtleneck 5. Body, sleeve, and collar in shell fabric 6. Rib knit cuffs 7. Shoulder seams reinforced with specified tape 8. Long shirt tail.

STANDARD SIZE RANGE

Page 59: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

9. Unisex Regular Length: S-6XL

MEASUREMENTS

10. Unisex Regular Length: Size Large

a. 1/2 Chest: 24 (plus or minus 0.5 inches)

b. Sleeve Length: 36.5 (plus or minus 0.5 inches)

c. Back Length: 30 (plus or minus 0.5 inches)

d. Neck Height: 4 (plus or minus 0.25 inches)

CUSTOMIZATION Embroidery shall read T.P.D. on the neck in 1137 gold thread.

Page 60: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS TROOPER HAT

MANUFACTURER Blauer STYLE # 5120 COLOR Black

SHELL FABRIC 100% nylon dobby weave with 3000mm + 3000g/M2 durable Anti-UV fabric with white PU coating. (Color: see specified garment color)

LINING FABRIC 100% polyester fleece in Black.

TRIM Pile: 100% acrylic face, 100% polypropylene back, high luster seal finish (Color: black) Buckle: brass with flat black finish. Snaps: non-rusting, 24 ligne, gunmetal finish on brass, heavy-duty closure. (Color: black)

DESIGN AND CONSTRUCTION

1. Five piece design with front and side flaps. 2. Sweat band. 3. Quilted insulated liner. 4. Piled lined flaps 5. Badge eyelets set vertically through front flap. 6. Security strap with an adjustable buckle and snap.

SIZE RANGE

Regular length: Sizes: S-3XL

Page 61: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS BLACK WHISTLE

MANUFACTURER HWC STYLE # PWBS-1 STYLE Black plastic small whistle.

Page 62: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS WINDBREAKER

MANUFACTURER Blauer STYLE # 6120 COLOR Black

SHELL FABRIC

100% texturized Nylon, 70 denier warp and 250 denier filling. Backcoating with printed breathable coating. (Color: see specified garment color.) LINING FABRIC Permanent Lining Fabric: B.Dry 1.85 oz. per square yard 100% nylon 70 denier ripstop with a total count of 210. Color: charcoal or black. Fabric shall be coated or laminated with a waterproof breathable polymer that can be washed and dry cleaned, and seam sealed. Fabric shall be 3,000 MM waterproofness (test method # JIS-L1092A) and 3,000 grams/M2/per 24 hours breathability (test method # JIS-L1099A).

Removable Insulated Liner: 6 inch diamond pattern quilted insulation package. 1.85 oz. per square yard, 100% Nylon 70 denier ripstop woven face fabric (Color: charcoal). Thermolite Plus or B.Warm BSCL-120 insulation for sleeves and BSCL-120 for body. 1.8 oz. per square yard, 100% Nylon 70 denier plain weave taffeta backing fabric (Color: black). Fiber migration resistant construction and treatment with no added layers of scrim. Machine washable/dryable, drycleanable, and can be pressed. Shrinkage less than 2%.

TRIM

31. Pocketing: 65% polyester 35% Cotton. (Color: black) 32. Brushed Pocketing: 100% polyester tricot. (Color: black) 33. Interlining: 100% polyester non-woven 34. Binding: 100% Nylon Taffeta 35. Knit: 100% polyester in a 1 X 1 rib knit. (Color: match the shell fabric.) 36. Ribbon Loops: 0.5 inch grosgrain. (Color: black)

Page 63: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

37. Snaps: 20 ligne spring snaps with closed backs, gunmetal finish on brass, heavy-duty closure, 24 ligne nylon cap (Color: Black)

38. Seam Tape: waterproof seam sealing tape compatible with the permanent waterproof-breathable lining. (Color: Clear)

Page 64: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

39. Zippers: a. Front zipper: delrin, one-way, size #5, 26 inches. b. Sleeve underarm zippers: nylon coil, one-way, size #3, 10 inches. c. Inside pocket zipper: nylon coil, one-way zipper, size #3, 5.5 inches. d. Liner zipper: delrin, one-way, size #3, 46 inches. e. Removable sleeve liner zippers: delrin, one-way, size #3, 16 inches. f. Side vent zippers: nylon coil, one-way, size #5, 9.5 inches. (Zipper lengths specified are for size L/Reg, Color: black)

40. Hook and Loop: woven nylon base. (Color: black) 41. Eyelets: aluminum. (Color: black) 42. Metal Uniform Buttons: Custom Trenton Police buttons supplied by the vendor at no

additional cost to the department or officer. DESIGN AND CONSTRUCTION

43. Waterproof by design. 44. Waist length bomber style. 45. Front zipper closure. 46. Two piece drop shoulder sleeves. 47. Quilted liner with zip-off sleeves for versatile all-season wear. 48. Underarm sleeve zippers. 49. Permanently lined with waterproof- breathable lining. 50. Collar with collar stand. 51. Two lower reverse pleated patch pockets with flaps and side opening. 52. Inside zippered pocket. 53. Zippered side vents with snap tabs. 54. Badge tab on left breast. 55. Epaulets.

CUSTOMIZATION Trenton Police emblems must be supplied and sewn on by the vendor at no additional charge to the department or officer. Silver custom Trenton Police Department Buttons on epaulets and pocket flaps supplied by vendor at no additional charge to the department or officer.

STANDARD SIZES

Unisex sizing: Regular: XS - 6XL Tall: M - 6XL

Page 65: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

MEASUREMENTS Regular length: Size: L

a. Chest: 53.25 (plus or minus 0.75 inches) b. Sleeve from CB Neck: 37 (plus or minus 0.5 inches) c. Back Length: 26 (plus or minus 0.5 inches)

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of association, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 66: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS WINTER COAT LINER

MANUFACTURER Spiewak STYLE # S318Z COLOR Black

DESIGN The garment shall be full cut, waist length intermediate soft-shell jacket with performance features designed for public safety use. The garment shall have a full zip front to the top of the collar, side vent zippers, adjustable sleeves, waist draw cord, and zippered hand warmer pockets. All dimensions and lengths are based on men’s size large. Dimensions and lengths for all other sizes must be graded appropriately. FABRIC The fabric shall be a 3-layer soft-shell whose content is 80% polyester 20% polyurethane and whose construction is 270T/75D and weight of 315gsm. The three layers are as follows: outer face made of 100% polyester mechanical high-elastic PPT fiber, inner face made of 100% polyester 100D/144F 165-175gsm non-pill fleece, and a waterproof/breathable hydrophilic polyurethane membrane bonded in-between. BODY DETAIL

The front zipper shall be a 26-inch YKK Vislon zipper. There shall be an inside storm flap. The hand-warmer pockets shall have a 7 inch nylon coil zipper. The hand warmer pockets shall be lined with tricot. There shall be a YKK #5 10" nylon coil side vent zippers that shall allow access to equipment or duty belt. There shall be a snap tab to hold side vent zippers when opened. The shoulders feature mic-tabs / epaulets permanently affixed and made from same shell fabric, placed atop a stitched triangular panel wider at the shoulder and narrower at the neck. The body of the jacket shall be tapered to allow the garment to be tucked. The sleeves shall be constructed with a separate stitched panel below the elbow. The inside of the sleeves shall be fully lined with smooth Tricot mesh, for wearer comfort, and ease of use. The gusseted cuff shall be gathered and sewn with elastic and a closure tab using YKK Power hook and loop. There shall be a loop made of shell fabric at the lower cuff sewn into the gusset seam to allow for sleeve attachment into any of the compatible Weathertech® systems shells. There shall be side panels constructed under each armhole and the 7” zippered side pocket shall align with the front seam of the side panel on each side of the garment. INSIDE DETAIL/POCKETS Two large inside pockets are to be in the garment constructed of two layers of tricot with a bound opening at the top. The inside pockets shall extend from the center front to the front seam of the side panels. There shall be a tunneled draw cord at the bottom sweep on the front of the jacket. The tunnel shall be created by folding under the shell fabric at base of garment. The draw cord shall be elasticized and the ends sewn down inside the tunnel at the front ends and shall exit the tunnel at either side of the garment using two finished button holes. At the exits the draw cord shall have a bead and barrel lock to allow the cord to be tightened. There shall be a snap tab on each front seam of the side panel on the inside of the garment up from the bottom to secure the elasticized shock cord when tightened. The snaps on the tabs shall be compression nipple snaps. The back bottom inside band of the garment shall have an elasticized gripper. The S318 must be compatible to be able to zip into any of the existing Weathertech® waterproof shells.

Page 67: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

CARE Garment to be fully machine washable. Tumble dry low. SIZES REGULAR S-5XL LONG M-5XL

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

Page 68: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS WINTER COAT MANUFACTURER Spiewak STYLE # SH3466 General Design The parka shall be a full zip to the neck waterproof/windproof/breathable garment with taped seams, a waterproof, three-piece drop in hood, zipper tracks for optional jacket/liner inserts, and optional Hidden Agenda™ pull down panels for safety and visibility of wearer when needed. All measurements mentioned in the construction specifications are based on stock size Large/Regular. Shell Fabric The shell fabric shall be 3.8oz/yd² 100% Invista™ Tactel® 280D Supplex® Air Texturized Nylon or equal, with a non-ravel polyurethane back coating, and durable water repellant finish. The construction shall be 110 x 54. The shell fabric shall be Black. Shell Fabric Performance Requirements

Test Method Requirement

Weight, oz/yd²

ASTM D3776, Opt C 3.8oz/yd² (+-5%)

Tensile Strength (Minimum Newtons)

ASTM D5034 C.R.E Grab Method

Warp 550 Fill 950

Tear Strength (minimum Newtons)

ASTM D1424 Pendulum Method

Warp 10 Fill 25

Abrasion Resistance Cycles (minimum). End point when two threads break under 9kPa applied pressure with multidirectional abrasion

ASTM D 4966 Martindale Method

20000 minimum

Seam Slippage (lbf) ASTM D 434 C.R.E. Warp: NIL (¼” SO, 67 STB)

Fill: NIL (¼’ SO, 81 STB)

Spray Rating AATCC 22

100, 100, 100

Dimensional Stability, (maximum %) after 5 wash cycles

AATCC 135 Test (2)III(A)ii

Warp 3.0

Fill 3.0

Page 69: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

The shell fabric shall also meet the following Colorfastness Requirements:

Colorfastness to Gray scale Wet: min 4.5 AATCC 8 Crocking for Staining Dry: min 4.5 Colorfastness to Gray scale Shade Change: min 4.5 AATCC 15 Perspiration for Staining Staining of: acetate - min 4.5 cotton - min 4.5 nylon - min 4.5 polyester - min 4.5 acrylic - min 4.5 wool - min 4.5 Colorfastness to Gray scale Shade Change: min 4.0 AATCC 61 2A* Washing for Staining Staining of: acetate - min 4.5 cotton - min 4.5 nylon - min 4.0 polyester - min 4.5 acrylic - min 4.5 wool - min 4.5 *Modified. 45 min – mechanical wash at 105ºF on 0.15% 1993 AATCC standard reference detergent WOB solution with 50 steel balls – 150 ml liquor volume. Colorfastness to Gray scale Shade Change: min 4.5 AATCC 107 Water for Staining Staining of: acetate - min 4.5 cotton - min 3.5 nylon - min 3.5 polyester - min 4.5 acrylic - min 4.5 wool - min 4.5

Key to AATCC Gray Scale Rating (applies to all above)

Class 5 – Negligible or no color alteration Class 4 – Slight color change Class 3 – Noticeable color change Class 2 – Considerable color change Class 1 – Much color alteration Lining The lower inside shell body, full sleeve, hood, and yoke shall be backed by a lining fabric which shall be a WeatherTech® performance fabric of 100% 210T nylon with a waterproof, windproof, and breathable laminate coating. It shall have a Moisture Vapor Transmission Rate of 2000g/m2/24hr Minimum (ASTM E96 procedure BW coating facing water) and Hydrostatic Resistance Rating of 2000mm Minimum (AATCC 127).

Page 70: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

All lining joining seams (except attachments to mesh) shall be sealed with hot air applied sealing tape to prevent leakage and protect garment integrity. All mesh shall be covered by the WeatherTech® layer behind yokes. The main label shall be sewn on a separate label carrier made of two plies 210T nylon lining material and the carrier shall measure 4” wide x 4 ¼” long. The carrier shall be centered and sewn into the collar and shall include size label, country of origin, and branding labels. There shall be a hanger loop of shell material centered and sewn in at the neckline of the inside of the garment. The top collar of the shell garment shall be lined with two plies of lining fabric to form a waterproof barrier. There shall be two inside storage pockets of Nylon Tactel™ shell fabric. Each pocket shall have a 6” YKK, #3 nylon, coil, and non-separating zipper closure. Each pocket shall measure approximately 8 ½” deep by 6 ½” wide.

Mesh Lining

There shall be a mesh lining running behind the entire upper portion of the shell rain shed yoke openings to allow for maximum ventilation. The mesh shall be 100% polyester, 80G/Sq M, 150cm, Azo-free, yarn size 50 denier, knit machine 28 gauge, 9 stitches per inch, 1 mm holes, black color and shall have a two way stretch minimum 20% one way and 35% the other way. The mesh lining shall be approximately 9½” high from HPS.

Snap Ups There shall be 16 female snaps: 6 in each front inside pocket (3 rows of 2 snaps each in each pocket that shall be reinforced with pieces of fabric. These snaps shall be hidden inside the pocket bag), and 4 snaps in lower center back. All snaps for the snap-ups shall be of a matte finish. There shall be 4 male snaps on the front waistband (2 on each side) which shall be hidden snaps, allowing for 3 levels of shortening by snap-up to the 12 female snaps on the inside pockets. There shall be 2 male snaps centered on the back elastic waistband allowing for 2 levels of shortening by snap-up to the 4 female snaps in the center back. Front

There shall be a double storm placket over the front zipper to create a waterproof fly down the front of the jacket extending into the collar. The outside fly shall measure 27 ½” long by 2 ¾ ” wide. It shall be set with a ¼” single needle stitch from the top of the collar to the jacket bottom around the perimeter of the placket. The storm placket shall have sturdy interlining material for a professional appearance. There shall be a pen pocket located on the inside of the left placket measuring 1” wide by 6” long. There shall be six hidden 24-ligne black oxidized female high compression snaps spaced to correspond with the six 24-ligne black oxidized male high compression snaps on the inner storm placket. The inner storm placket shall measure approximately 27½” long by approximately 1½” wide. It shall have interlining and be set with a ¼” single needle stitch from the top of the collar to the jacket bottom around the perimeter of the placket. The front zipper shall be a #5 two-way YKK Delrin zipper, 27½” long.

There shall be inside zippers sewn on top of the front zipper tape on both sides to accommodate optional zip-in liner/jackets (S318, S319V, S327, S525V, or S526CF). The inside zippers shall be #5 YKK Delrin reversible measuring 26” long. There shall be two map pockets on either side of the CF zipper accessed from under the center plackets allowing for access while the CF zipper is closed. The map pockets shall be secured

Page 71: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

with 9” #3 nylon coil zipper closures. Inside each map pocket shall be a 1” wide by 6” long pen pocket. There shall be 2 rain-shed yokes, one on each side of the CF zipper. The yokes shall be fully lined with waterproof/breathable WeatherTech® nylon and faced with breathable mesh. The mesh shall extend the entire side of each yoke. The yokes shall measure approximately 10¼” in length from HPS by 10” in width to allow ventilation through the mesh lining as well as conceal “on demand” Hidden Agenda™ pull down flaps. There shall be a #3, 7” YKK interchangeable zipper set into the yoke on each side to attach the corresponding Hidden Agenda™ front panel. There shall be a 5½” deep chest pocket with 5½” zipper closure hidden under each front yoke flange. The yokes shall each close with 2 pieces of power hook fasteners and one center18-ligne ring snap for a clean and neat appearance. Each piece of power hook shall measure approximately ¾” horizontally and 5/8” vertically and shall be placed on both sides of the hidden chest pockets located under each front yoke flange.

Back

The back shall have a rain shed yoke with a 1½" hem designed to conceal the Hidden Agenda™ I.D. flap system. The yoke shall be fully lined with waterproof/breathable WeatherTech® nylon and faced with breathable mesh. There shall be three power hook fastener closures measuring ¾” x 5/8” set equidistant on the yoke facing. There shall be a #3 16” YKK interchangeable zipper set into the yoke to attach the corresponding Hidden Agenda™ back panel. There shall be a ½” bar tack on each side of the back yoke, placed approximately 1” from the sleeve seam on each side for added stability. At the bottom inside back there shall be a 22” long #3 nylon coil covered zipper for access to the shell fabric for customization after production.

Collar

The collar shall be made of two plies of the shell material with an interlining sewn to the top collar for stability and measure 3¾” high. The collar points shall be properly shaped and symmetrical. There shall be a 7” nylon coil zipper opening on the under collar centered approximately 1” from the neckline and 2¼” from the collar edge for the drop-in hood. The collar shall have an 8½” long x 3/4” wide val cover placed over the zipper in the center of the outer collar to prevent leakage. There shall be 3½” triangle covers on both edges of the collar to secure the optional jacket liner collars when inserted into the shell parka.

Sleeves The sleeves shall be two-piece, semi-modified dolman construction for complete freedom

of movement. There shall be a black enameled eyelet located approximately ¾” up from each cuff to allow for drainage. There shall be 9” #5 nylon coil pit zippers at the joining seams of the 2 under-sleeves located in the middle of the underarm to allow increased ventilation. The shoulder seams shall have an inside facing on the sleeve side, 1½” wide of WeatherTech® waterproof/breathable material, and taped with sealing tape to prevent leakage.

Cuffs There shall be a cuff formed of 2 pieces of shell material approximately 1¾ ” wide at the bottom. Half of the cuff shall be heavy-duty 1½ ” wide elastic stretched and sewn with 2 threads. There shall be a cuff tab adjustment approximately 1¼” wide tapering to approximately 7/8” wide by 3” long with a female high compression snap. The top half of the cuff shall be interlined and each cuff shall have three male high compression snaps for cuff

Page 72: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

adjustment. There shall be a snap tab at each inside bottom sleeve seam for snapping-in the optional liner/jacket sleeve. Epaulets There shall be an epaulet centered on each shoulder starting approximately ¾" from the neckline. The epaulets shall measure 7¼" long by 2" wide at the shoulder point graduating to 1-7/8” wide at the narrow end. The epaulet shall be set with a cross-stitch 1½" wide and shall have a 24 ligne enameled compression snap closure at the point. The underside of each epaulet shall have two hidden female snaps.

Mic Tabs

There shall be one mic tab under each epaulet, snapped to the shoulder seam. The mic tab shall be tapered to fit the shoulder seam and measure 2¼“ wide x 4¼“

long at the high point. There shall be a mic tab holder measuring 1¾” wide by 7/8” high on the front bottom of each mic tab, located ½” above the bottom

edge. There shall be two male snaps 1-1/8” apart set on the top of each mic tab, 5/8” from the top edge that shall snap to the corresponding female snaps on the

underside of the epaulets, and there shall be two female snaps likewise positioned on the back of each mic tab that shall snap to corresponding male

snaps on the shoulder seam under the epaulets.

Pockets There shall be two 2-way hand warmer patch front pockets with inverted pleats, measuring approximately 7 ¾ ” long by 7” wide with flap closures. The pocket flap shall be interlined with a non-woven material. The hand warmer pocket shall be lined with a non-pill micro fleece for warmth and comfort. The pocket flaps shall measure 3¼” long by 7-3/8" wide and shall have mitered corners.

There shall be two 24-ligne hidden female high compression snaps on the pocket flaps for closure. The pockets shall be bar tacked at both the topsides and at the hand warmer opening. There shall be two vertical security pockets – one on each side - with an 8” x ¾” opening and set in bag with a YKK zipper closure located 1-1/8” from the storm placket and ¾” from the hand warmer pocket. The pockets shall be approximately 7” deep and shall both contain cell phone pocket inserts measuring 5” long by 3½“ wide.

Badge Tab

The self-fabric badge tab shall be swift-tacked into the hand warmer pocket for optional sew on by wearer. The badge tab shall be 2 ¼” in length and 1” in width when sewn down. The metal eyelets shall be 1-3/8” from the center of one eyelet to the center of the other eyelet. Bottom Band The front bottom band shall be constructed of 2 plies of shell material, finishing 2-1/8" wide and lined with a non-woven interlining for stability and a clean appearance. There shall be two 24-ligne oxidized male compression snaps on each side, spaced approximately 1½” apart to attach the side vent closure tab when the zipper vent is worn open. The back band shall be constructed with 1½” wide heavy-duty elastic inserted between the folded shell fabric, stretched and stitched with 2 threads. A 4" by 1-3/8” tab of 2 plies of shell material with a 24-ligne female high compression snap with a black enameled snap cap cover shall allow for closure of the bottom of the zipper vent when

Page 73: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

the vent is worn open. A corresponding 24-ligne male high compression snap shall be located on the inside back waistband to fold the tab back when not in use. Side Vents There shall be two side vents measuring approximately 8” long with #5, nylon coil zipper closures to allow access to guns and equipment on either side with a compression snap/tab closure (see bottom band). There shall be two black oxidized metal eyelets located above the side vents on each side to allow for water drainage. Hood There shall be a 3-piece hood constructed of shell material and lined with a Weather Tech® waterproof/breathable lining that shall drop in between the shell and lining at the collar. The hood shall be attached to the bottom of the zipper opening on the under collar. All hood lining joining seams shall be taped with 1” waterproof tape applied by the hot air method to prevent leakage. The hood shall have a tunneled drawcord made of multi strand braided, nylon, 1/8” wide, black in color and sewn into a channel at the perimeter of the hood with adjustment secured by a disk style #3 2-hole flat keeper lock. The keeper lock shall measure approximately 5/8” long and shall be black in color. The draw cord shall exit the hood tunnel via two 14-ligne black oxidized, metal eyelets on each side of the hood placed 1” from end of hood channel opening to center of eyelet. High Visibility Pull Down Panels

High visibility pull down panels are available constructed from high performance retro-reflective material in high visibility yellow fluorescent color for both the front and rear of the jacket. The panels provide enhanced personnel conspicuity and recognition on demand and also provide a positive professional image.

Panel: The base panel is fabricated from a tough weather and solvent resistant fabric backed tape that will be sewn on to the Panel Carriers that zip on/off the jacket (see sections on Back and Front).

Base Panel: The base panel is composed of silver cube corner (micro prism) retro-reflective elements integrally bonded to a flexible, smooth-surfaced tough and weather resistant UV stabilized polymeric film. The prism surfaces are coated with a vacuum deposition of aluminum to provide a mirror surface to the prism facets. A knit fabric backing is provided to facilitate sewing. Materials utilizing “glass-bead” or other similar retro-reflective technologies are not equivalent. The base panel is constructed of a primary base and a color layer. The silver primary base is constructed of the following layers (from top to bottom):

• Micro prism Structures

• Metalization

• PSA then Knit Fabric Table 1: Typical Values for Silver Primary Base Observation Entrance Angle Angle 5° 20° 30° 40° 0.2° 1000 950 800 400 0.33° 400 375 325 250 1° 35 33 30 20 (All values in cd\lux\m2)

On top of the silver primary base there is a color layer. The color layer is constructed of the following layers of material (from top to bottom):

• Enhanced Surface Protection

• 6mil Fluorescent Yellow-Green Vinyl The finished base panel is lime-green and screen processed using a custom-shade gray.

Page 74: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Table 1: Finished Base Panel Fluorescent yellow-green chromaticity coordinates (from ANSI/ISEA 107-2010)

x y 1 0.387, 0.610 2 0.356, 0.494 3 0.398, 0.452 4 0.460, 0.540 Table 2: Typical Values for Fluorescent Yellow-Green Finished Base Panel Observation Entrance Angle Angle 5° 20° 30° 40° 0.2° 800 760 640 320 0.33° 320 556 260 200 1° 28 26.4 24 16 (All values in cd\lux\m2)

Titles: The title laminated on the panel utilizes the Euro-style font, be CAD-cut for uniform consistency and is fabricated from GP430 Blue material, a tough weather and solvent resistant tape designed to be fused on to high visibility base panels. The GP430 is composed of cube corner (micro prism) retro-reflective elements integrally bonded to a flexible, smooth-surfaced tough and weather resistant UV stabilized polymeric film. The prism surfaces are coated with a vacuum deposition of aluminum to provide a mirror surface to the prism facets. Materials utilizing “glass-bead” or other similar retro-reflective technologies are not equivalent. All titles and lettering are sized per the dimensions given below. Panel Carrier: The front panel carriers measure approximately 7.5" wide X 4" long. The panel carrier is constructed of two layers of shell fabric in color black and sewn together with properly finished edges and a non-woven inter-lining. The panel carrier has the slide fastener side of a 7.5" #3 YKK interchangeable zipper sewn onto to top seam so that the zipper can be used to zip on to the other side of the zipper track on the jacket. The lower back corners have an approximately 1”square section of power hook -hook side, sewn approximately ¼” from the edges of the panel. The power hook sections match corresponding power hook and loop sections on the yoke linings of the jacket. The front base panels are sewn to the front panel carriers with a stitch line going all the way around the base panel approximately ¼” to 1/8” from the edge of the base panel. The base panel is positioned as far down on the panel carrier as practical.

The back panel carrier is constructed like the front carrier panels and measures approximately 16" long x 5" wide and uses a 16”, #3 YKK interchangeable zipper. The back base panel is sewn to the back panel carrier with a stitch line going all the way around the base panel approximately ¼” to 1/8” from the edge of the base panel. The base panel is positioned as far down on the panel carrier as practical.

Colors Black

Sizes

Regular: S – 5XL Long: M – 5XL

Page 75: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

UPC INDENTIFICATIONS

A printed UPC bar code tag must be attached to every garment so as to be visible in the package. The UPC bar code must identify style, color and size information so as to be incorporated into an inventory management system. Appropriate support documentation must be available to assist Agency in encoding UPC information. CODE OF CONDUCT All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions will be made through a completed Code of Conduct document that must be made available to the department. This document should list the location of the manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work, nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection. CUSTOMIZATION Trenton Police emblems and cloth badge patches must be supplied and sewn on by the vendor at no additional charge to the department or officer. Trenton Police Cloth badge with the officer’s badge number sewn on the left chest. Black Nametape w/ officer’s first initial last name sewn on the right chest. Hi-Viz yellow pull down flaps on front and back to read POLICE.

Page 76: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT

VENDOR REQUIREMENTS

Vendor must maintain a warehouse inventory sufficient to supply the Trenton Police Department

with uniforms for the duration of the contract.

All Trenton Police Department emblems and custom metal buttons must be supplied by the

vendor at no additional cost to the department or Officer.

Vendor must maintain a password protected online store with all the bid items for use by the

Trenton Police Department for online purchasing option.

Samples must supplied within five business days. If samples are not supplied within five

business days, the bid will be rejected

MEASUREMENTS & FITTING

The successful bidder must be available to take individual measurements of all recruits a

minimum of two (2) times at a place and time convenient to the Trenton Police Department. Try

on garments must be available for each individual at time of measurement. Each uniform shall

fit to the satisfaction of each individual. All alterations must be done at no charge to the

department or officer.

PROXIMITY FOR FITTING

Vendor must be located within forty-five square miles of the city limits and provide personnel

and/or location in sufficient quantity and quality to adequately take measurements and fittings. It

will be required that the successful bidder must maintain a fully functioning uniform store at all

times during the contract period.

ALTERNATE GARMENTS

All garments and trims must match existing department uniform exactly. If bidding an alternate,

a sample must supplied within five business days. If samples are not supplied within five

business days, the bid will be rejected.

OVERSIZE CHARGES

Oversize charges must be listed under a separate cover and inserted after the last page of the

price sheet.

AUTHORIZED DEALER

Each bidder shall submit a letter from each manufacturer stating the vendor is an authorized

distributor when submitting the bid.

Vendor must disclose if any of their contracts have been voided or cancelled. If so, vendor must

list the circumstances of void or cancellation.

Page 77: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

LONG SLEEVE POLO SHIRT

MANUFACTURER

Elbeco

STYLE #

K5144

COLOR

Navy

DESIGN

Shall be a loose fit polo style knit long sleeve shirt with gusseted side panels, three button front

placket, full fashion knit collar, mic pockets on shoulders and a mic loop on placket. All

measurements will be taken without stretching the material.

TAILORING

It is imperative that this garment be constructed according to the principles set forth in the

specifications. All stitches must be of proper tension and size so as to avoid puckering after the

shirt has been laundered, and to give best durable press performance.

FABRIC

100% polyester circular knit Swiss pique, 7.25 oz. /sq. yd. Permanent X-EEDE performance

must provide UV protection and wick moisture away from the body for superior comfort,

thermal protection, ultimate dryness and enhanced performance. Fabric to be colorfast, abrasion

resistant, and pill-proof. The permanent anti-microbial technology is odor, mildew and 99.9%

bacteria resistant. Colors: white, black, navy, tan, red, spruce green, gray and royal blue.

COLLAR

The collar shall be a 7.25 oz. /sq. yd 100% polyester circular knit full fashion collar, with 2-3/4”

points and permanent built-in stays placed along the edge for no-curl collar performance.

PLACKET

The 3-button placket shall be lined and finish 1-1/2” wide and 7” long. The bottom of the placket

shall have a 1/2” stitched box, with a 1/2” mike loop sewn over the full width of the placket. The

3 buttons shall be evenly spaced on the placket with a horizontal buttonhole at the collar and

vertical buttonholes for the two remaining buttons. The placket shall lap left over right.

BACK

Page 78: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

There shall be a semi-circular patch measuring 4-1/2” at the widest point, sewn at the neckline,

running 1/4” from each shoulder seam. The seam edge will be merrowed with single needle

topstitching sewn around the edge. The heat transfer label will be applied to the inside of this

patch below the collar.

SIDE PANELS

Gusseted side panels for increased comfort and mobility, 2-5/8” wide, made of self fabric, and

shall be sewn to the front and back panels. The side panels shall extend from the bottom of the

armhole to the bottom hem.

SLEEVES

Sleeves are to be long, one piece. Cuffs to be 2” wide, 1x1 circular knit rib w/Lycra, dyed to

match body and knit collar. Sleeve setting and closing shall be done with a merrow stitch. There

shall be a 1/4” topstitch around the armhole and next to cuff. The left sleeve shall have a pencil

pocket, 2” wide x 6” long. This pocket will be divided into two compartments.

SHOULDER SEAM

Shoulder seams shall contain stretch elastic for increased mobility and be edge-stitched on the

back. Both shoulders shall contain a mic pocket to be approximately 1-3/4” wide x 2” deep,

sewn into the shoulder seam.

HEM

The bottom hem shall be 1” deep and topstitched.

THREAD

The thread for seaming, stitching, buttonholes and button sewing shall be cotton-covered

Polyester core. The thread shall be stabilized so as not to shrink in boiling water more that 1.5%.

LABEL AND CARE INSTRUCTIONS

Each garment shall have a heat-seal brand label containing size, country of origin, care and

content. A Ufx hang tag will be attached to the garment.

UPC IDENTIFICATION

A printed UPC bar code tag must be attached to every garment. The UPC bar code must identify

style, color and size information so as to be incorporated into an inventory management system.

Appropriate support documentation must be available to assist the Agency in encoding UPC

information.

PRESSING AND PACKING

Page 79: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Shirts shall be carefully completed in first class manner and individually packed in polyethylene

bags. Shirts to be bulk packed.

CODE OF CONDUCT

All garments must be produced in acceptable non-sweatshop working conditions. Verification of

acceptable working conditions will be made through a completed Code of Conduct document

that must be made available to the department. This document should list the location of the

manufacturing companies/facilities and address child labor, wage and benefits, overtime, forced

labor, freedom of associ- ation, harassment or abuse, health and safety, hours of work,

nondiscrimination, and no retaliation guidelines. Noncompliance of this clause is cause for

rejection.

Finished Dimensions

Size: XS S M L XL 2XL 3XL 4XL

Collar Length: 14 15 16 17 18 19 20 20

Chest: 36 40 44 48 52 56 60 64

Sweep/bottom: 37 41 45 49 53 57 61 65

Back Length: 28 29 30 31 32 33 34 35

Sleeve Length: 31½ 32½ 34 35 36 36½ 36½ 37

CUSTOMIZATION

Trenton Police patch shall be sewn on the left sleeve. Silver Trenton Police Cloth Badge shall be

sewn on the left chest. The badge shall have the officers number embroidered on the bottom

panel. Name shall be P.O. 1st initial last name in silver embroidery. All emblems and

embroidery must be provided by the vendor at no additional cost to the department or the officer.

Supervisor shirts shall be embroidered in the color gold.

Page 80: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

TRENTON POLICE DEPARTMENT SPECIFICATIONS

Please list any substitutions or deviations to the bid specifications.

Page 81: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR POLICE BID OPENING 6/26/20 AT 11:00AM FOR A PERIOD

OF TWO(2) YEARS WITH AN OPTION TO EXTEND TWO (2) YEARS

Description

Baseball Hat

BDU Trouser

Cross Strap

Wool Trouser

Dress Bouse

Dress Hat

D-Rings

Female Long Sleeves

Female Short Sleeves

Female Trouser

Short Sleeve Polo

Long Sleeve Polo

Male Long Sleeve

Male Short Sleeve

Male Trouser

Name Plate

Rain Cap Cover

Rain Coat

Sam Browne Belt

Tie

Turtleneck

Trooper Hat

Whistle

Wind Breaker

Winter Coat

Winter Coat Liner

3X or Larger

Unit Price per item Unit Price (S-XL) Unit Price 2X Unit Price Size

Page 82: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

QUESTIONS

Questions must be submitted in writing to [email protected].

ACKNOWLEDGEMENT OF ADDENDA

If changes are made to the Request for Bid, an Addendum will be advertised in

the Trenton Times and on the City’s Website www.trentonnj.org

Bidders may visit the City of Trenton’s website at for any addenda/notices issued

prior to the request for proposal opening at www.trentonnj.org.

Acknowledgement of an Addenda is mandatory. Proposal is a fatal defect if

acknowledgement is not submitted with your sealed proposal.

BID SUBMITTAL INSTRUCTIONS

Provide one (1) full original proposal (with original signature), labeled “Original,”

and one (1) identical copy of the full bid package in a sealed envelope. Bids

must be clearly identified on the outside of the sealed envelope with the firm’s

name, BID2020-40, “FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT

OF POLICE”

Sealed Bids must be submitted to Ms. Isabel Garcia, QPA, Purchasing Agent,

City of Trenton, City Hall, 319 East State Street, Trenton, Division of Purchasing, 1st

floor NJ 08608 on or before JUNE 23, 2020 AT 11:00AM. The City of Trenton will

not assume responsibility for any proposals received after the required due date.

Bidders are required to complete, sign (original signature), date, and notarize

(as required) all forms in the Request for Proposal.

N.J.A.S.40A:11-13(e)

Any prospective bidder who wishes to challenge a bid specifications shall file

such challenges in writing with the contracting agent no less than three

business days prior to the opening of the bids. Challenges filed after that

time shall be considered void and having no impact on the contracting unit

or the award of a contract.

Page 83: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

REGISTER TO DO BUSINESS WITH THE CITY OF TRENTON

An e-notification and/or text message will be sent to all vendors currently

registered with the City of Trenton, directing them to bidding opportunities,

notices, postponements, awarded contract information and addendums on the

City of Trenton Division of Purchasing website.

REGISTER AT:

https://nj-trenton.civicplus.com/list.aspx

SUBSCRIBE & UNSUBSCRIBE 1. You can SUBSCRIBE or UNSUBSCRIBE to any of the E-Mailing Lists displayed

below.

2. Type your email address in the box and select Sign In.

3. If you want to receive text messages enter your phone number and select

Save.

4. To subscribe or unsubscribe click and/or next to the lists to which you

wish to subscribe/unsubscribe.

5. Please remember to set your spam blocker to allow mail from

[email protected].

Page 84: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

CITY OF TRENTON

ACKNOWLEDGMENT OF RECEIPT OF ADDENDA

MANDATORY

THIS FORM MUST BE COMPLETED, SIGNED AND RETURNED WITH YOUR BID SUBMITTAL

The undersigned Bidder hereby acknowledges receipt of the following Addenda: Addendum Number Dated __________________ _________(ICG) __________________ _________ __________________ _________ __________________ _________ Acknowledged for: _____________________________ (Name of Bidder) By: _______________________________________ (Signature of Authorized Representative) Name: _______________________________________ Title: _______________________________________

Page 85: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

CITY OF TRENTON RESIDENT EMPLOYMENT POLICY

In order for the City of Trenton to keep an accurate reporting of community

involvement and support in local development projects, the following is required by

City of Trenton Ordinance 14-43 to be completed by each Contractor and Sub-

Contractor.

NAME OF BUSINESS

CONTACT PERSON

ADDRESS

CITY STATE ZIP CODE

TELEPHONE FAX E-MAIL

1. Number of Trenton residents hired as well as the number of Trenton residents currently employed

on this project

2. The number of training positions, if any, and the amount of positions that will be filled by Trenton

residents.

_____________________

3. The necessary level of job skills required of Trenton residents to plan and implement the work to

be done on the job.

____________________________

4. Please describe all “good faith” efforts to hire Trenton residents (e.g. copies of hiring ads, list of

residents who applied for positions, letters informing community groups of job opportunities)

___________________________________

Page 86: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

CITY OF TRENTON

ETHICS COMPLAINT DISCLOSURE

I affirm that neither I nor other members of my firm have any prior or pending ethic

complaints.

SIGNATURE DATE

OR

I am disclosing the following prior or pending ethic complaints against me or my firm

Listing:

SIGNATURE DATE

THIS STATEMENT MUST BE INCLUDED WITH BID SUBMISSION

Subscribed and sworn before me _____________________

this ____ day of , 20 (Affiant)

_______________________________

(Notary Public)

______________________

(Print Name & Title

Affiant) My Commission expires: (Corporate Seal)

Page 87: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

BID PROPOSAL FORM

VENDOR MUST COMPLETE We the undersigned propose to furnish and deliver the above item/service pursuant to the bid specification and made part hereof: ____________________________________________________________________________

(ORIGINAL SIGNATURE BY AUTHORIZED REPRESENTATIVE) The undersigned is a Corporation, Partnership or Individual under the laws of the State of ___________________ having its principal office at___________________________________

________________________________________________________

COMPANY ___________________________________________________________________ ADDRESS ___________________________________________________________________ ADDRESS ___________________________________________________________________ FED. ID # ___________________________________________________________________ NAME _________________________________________________________________ TELEPHONE ___________________________________________________________________ FAX ___________________________________________________________________ EMAIL________________________________________________________________ DATE________________________________________________________________ SIGNATURE

Page 88: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

DEBARMENT NOTICE

(REQUIRED)

Pursuant to N.J.S.A34:11-56.37 and 34:11-56.38 of the Prevailing Wage Act:

NO PUBLIC WORKS CONTRACT/S MAY BE AWARDED TO ANY CONTRACTORS AND

SUBCONTRACTORS OR TO ANY FIRM, CORPORATION OR PARTNERSHIP IF THEIR

NAME IS ON THE STATE OF NEW JERSEY, DEPARTMENT OF LABOR AND WORKFORCE

DEVELOPMENT DEBARMENT LIST OF CONTRACTORS AND SUB-CONTRACTORS.

I, the vendor/Respondent, certify that my company has not been “Debarred or

Suspended” or otherwise ineligible for participation in a Public Works Contract

with the State of New Jersey, Government or Municipality, as described in the

N.J.S.A34:11-56.37 and 34:11-56.38 of the Prevailing Wage Act:

Potential Vendor: ___________________________________________________________

Title of Authorized Representative: ___________________________________________

Mailing Address: ____________________________________________________________

____________________________________________________________________________

Signature: __________________________________________________________________

Date:____________________________________

Subscribed and sworn to before me This______ day of____________, 20____. (Signature of Notary Public) Notary Public of_________________________ My Commission expires , 20

Page 89: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

City of Trenton Division of Purchasing 319 East State Street Trenton, New Jersey

INSTRUCTIONS TO BIDDERS I. SUBMISSION OF BIDS A. City of Trenton, Mercer County, New Jersey (hereinafter referred to as "OWNER") invites sealed bids pursuant to the Notice to Bidders. B. Sealed bids will be received by the designated representative at the time and place stated in the Notice to Bidders, and at such time and place will be publicly opened and read aloud. C. The bid proposal form shall be submitted, in a sealed envelope: (1) addressed to the OWNER as follows: City of Trenton, Division of Purchasing, City Hall Annex, First Floor, 319 East State Street, Trenton, NJ 08608 (2) bearing the name and address of the bidder written on the face of the envelope, and (3) clearly marked "BID" with the contract title and/or bid # being bid. D. It is the bidder's responsibility to see that bids are presented to the OWNER on the hour and at the place designated. Bids may be hand delivered or mailed; however, the OWNER disclaims any responsibility for bids forwarded by regular or overnight mail. If the bid is sent by overnight mail, the designation in section C, above, must also appear on the outside of the delivery company envelope. Bids received after the designated time and date will be returned unopened. E. Sealed bids forwarded to the OWNER before the time of opening of bids may be withdrawn upon written application of the bidder who shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. Once bids have been opened, they must remain firm for a period of sixty (60) calendar days. F. All prices and amounts must be written in ink or preferably typewritten. Bids containing any conditions, omissions, unexplained erasures or alterations, items not called for in the bid proposal form, attachment of additive information not required by the specifications, or irregularities of any kind, may be rejected by the OWNER. Any changes, white-outs, strike-outs, etc. on the proposal page must be initialed in ink by the person responsible for signing the bid. G. Each bid proposal form must give the full business address of the bidder and be signed by an authorized representative. Bids by partnerships must furnish the full name of all partners and must be signed in the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and designation of the person signing. Bids by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated and must contain the signature and designation of the president, secretary or other person authorized to bind the corporation in the matter. When requested, satisfactory evidence of the authority of the officer signing shall be furnished.

Page 90: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

H. Bidders must insert prices for furnishing all of the materials and/or labor required by these specifications. Prices shall be net, including any charges for packing, crating, containers, etc. All transportation charges shall be fully prepaid by the contractor F.O.B. destination and placement at locations specified by the OWNER. As specified, placement may require inside deliveries. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the contractor's convenience.

I. The vendor shall guarantee any or all materials and services supplied under these specifications. Defective or inferior items shall be replaced at the expense of the vendor. In case of rejected materials, the vendor will be responsible for return freight charges.

II. BID SECURITY The following provisions if indicated by an (X), shall be applicable to this bid and be made a part of the bidding documents:

□ A. BID GUARANTEE

Bidder shall submit with the bid a certified check, cashier's check or bid bond in the amount of ten percent (10%) of the total price bid, but not in excess of $20,000, payable unconditionally to the OWNER. When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the OWNER. The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law. The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond or other security is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract pursuant to N.J.S.A. 40A:11-21. Failure to submit this shall be cause for rejection of the bid.

□ B. CONSENT OF SURETY

Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the OWNER stating that it will provide said bidder with a Performance Bond in the full amount of the bid. This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will furnish Performance and Payment Bonds from an acceptable surety company on behalf of said bidder, any or all subcontractors or by each respective subcontractor or by any combination thereof which results in performance security equal to the total amount of the contract, pursuant to N.J.S.A. 40A:11-22. Failure to submit this shall be cause for rejection of the bid.

Page 91: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

□ C. PERFORMANCE BOND

Successful bidder shall simultaneously with the delivery of the executed contract, submit an executed bond in the amount of one hundred percent (100%) of the acceptable bid as security for the faithful performance of this contract. Failure to deliver this with the executed contract shall be cause for declaring the contract null and void.

□ D. LABOR AND MATERIAL (PAYMENT) BOND

Successful bidder shall with the delivery of the performance bond submit an executed payment bond to guarantee payment to laborers and suppliers for the labor and material used in the work performed under the contract. Failure to deliver this with the performance bond shall be cause for declaring the contract null and void.

□ E. MAINTENANCE BOND

Successful bidder shall upon acceptance of the work submit a maintenance bond in the amount of 100% guaranteeing against defective quality of work or materials for the period of: __ 1 year __ 2 years The performance bond provided shall not be released until final acceptance of the whole work and then only if any liens or claims have been satisfied and any maintenance bonds required have been executed and approved by the OWNER. The surety on such bond or bonds shall be a duly authorized surety company authorized to do business in the State of New Jersey N.J.S.A. 17:31-5. III. INTERPRETATION AND ADDENDA A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the OWNER. The bidder accepts the obligation to become familiar with these specifications. B. Bidders are expected to examine the specifications and related documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in writing to the appropriate official. In the event the bidder fails to notify the OWNER of such ambiguities, errors or omissions, the bidder shall be bound by the bid. C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for an interpretation shall be in writing, addressed to the OWNER'S representative stipulated in the bid. In order to be given consideration and timely issuance of addenda, if any, for all bids other than construction and municipal solid waste collection and disposal service, written requests for interpretation must be received at least seven (7) days prior to the date fixed for the opening of the bids Saturdays, Sundays, and holidays excepted; and for construction work bids, written requests for interpretation must be received at least nine (9) days, Saturdays, Sundays and holidays excepted prior to the date fixed for the opening of the bids. Any and all

Page 92: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

such interpretations and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders, in accordance with N.J.S.A. 40A:11-23. All addenda so issued shall become part of the contract documents, and shall be acknowledged by the bidder in the bid. The OWNER'S interpretations or corrections thereof shall be final. D. DISCREPANCIES IN BIDS 1. If the amount shown in words and its equivalent in figures do not agree, the written words shall be binding. Ditto marks are not considered writing or printing and shall not be used.

2. In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the OWNER of the extended totals shall govern.

IV. BRAND NAMES, PATENTS AND STANDARDS OF QUALITY A. Brand names and/or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same quality of work. Variations between materials described and the materials offered are to be fully identified and described by the bidder on a separate sheet and submitted with the bid proposal form. Vendor's literature WILL NOT suffice in explaining exceptions to these specifications. In the absence of any changes by the bidder, it will be presumed and required that materials as described in the proposal be delivered. B. It is the responsibility of the bidder to demonstrate the equivalency of item(s) offered. The OWNER reserves the right to evaluate the equivalency of an item(s) which, in its deliberations, meets its requirements. C. In submitting its bid, the bidder certifies that the merchandise to be furnished will not infringe upon any valid patent or trademark and that the successful bidder shall, at its own expense, defend any and all actions or suits charging such infringement, and will save the OWNER harmless from any damages resulting from such infringement. D. Only manufactured and farm products of the United States, wherever available, shall be used on this contract pursuant to N.J.S.A. 40A:11-18. E. Wherever practical and economical to the OWNER, it is desired that recycled or recyclable products be provided. Please indicate when recycled products are being offered. V. INSURANCE AND INDEMNIFICATION A. Insurance Requirements 1. Worker's Compensation and Employer's Liability Insurance This insurance shall be maintained in force during the life of this contract by the bidder covering all employees engaged in performance of this contract in accordance with the applicable statute. Minimum Employer's Liability $500,000. 2. General Liability Insurance This insurance shall have limits of not less than $1,000,000 combined single limit and $2,000,000 aggregate, and shall be maintained in force during the life of this contract by the bidder.

Page 93: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

3. Automobile Liability Insurance This insurance covering bidder for claims arising from owned, hired and non-owned vehicles with limits of not less than $1,000,000. Limit shall be maintained in force during the life of this contract by the bidder. B. Certificates of the Required Insurance Certificates as listed above shall be submitted along with the contract as evidence covering Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable, necessary Worker's Compensation and Employer's Liability Insurance. Such coverage shall be with acceptable insurance companies operating on an admitted basis in the State of New Jersey and shall name the OWNER as an additional insured. C. Indemnification Successful bidder will indemnify and hold harmless the OWNER from all claims, suits or actions and damages or costs of every name and description to which the OWNER may be subjected or put by reason of injury to the person or property of another, or the property of the OWNER, resulting from negligent acts or omissions on the part of the bidder, the bidder's agents, servants or subcontractors in the delivery of materials and supplies, or in the performance of the work under this agreement. VI. PREPARATION OF BIDS A. The OWNER is exempt from any local, state or federal sales, use or excise tax. B. Estimated Quantities (Open-End Contracts) The OWNER has attempted to identify the item(s) and the estimated amounts of each item bid to cover its requirements; however, past experience shows that the amount ordered may be different than that submitted for bidding. The right is reserved to decrease or increase the quantities specified in the specifications pursuant to N.J.A.C. 5:34-4.9. NO MINIMUM PURCHASE IS IMPLIED OR GUARANTEED. C. Successful bidder shall be responsible for obtaining any applicable permits or licenses from any government entity that has jurisdiction to require the same. All bids submitted shall include this cost in the bid price agreement. VII. STATUTORY AND OTHER REQUIREMENTS A. Mandatory Affirmative Action Certification No firm may be issued a contract unless it complies with the affirmative action regulations of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27. 1. Procurement, Professional and Service Contracts All successful vendors must submit, within seven days after the receipt of the notice of intent to award the contract or the receipt of the contract, one of the following: i. A photocopy of a valid letter for an approved Federal Affirmative Action Plan (good for one year from the date of the letter), or ii. A photocopy of an approved Certificate of Employee Information Report, or

Page 94: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

iii. If the vendor has none of the above, the public agency is required to provide the vendor with an initial Affirmative Action Employee Information Report (AA-302).

Page 95: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

2. Construction Contracts All successful contractors must submit within three days of the signing of the contract an Initial Project Manning Report (AA201- available upon request from the Affirmative Action Office) for any contract award that meets or exceeds the bidding threshold.

Payment Requirements: Prompt Payment Requirements, N.J.S.A. 2A:30A-1: N.J.S.A. 2A:30A-1 et seq. establishes timing standards for the payment of bills by both public and private sector organizations for a wide range of construction-related contractors. It affects construction-related contracts of all local units - municipalities, schools, counties, fire districts, local authorities, etc. The law intends to ensure that contractors submitting bills for completed work are paid on a timely basis through an established schedule, and that the full chain of subcontractors receive timely payments from their hiring contractor. When payments are not made pursuant to the schedule, the law allows contractors to receive interest on the outstanding balance and, under certain circumstances, to halt work without being subject to breach of contract clauses.

N.J.S.A. 2A:30A-2a requires that the payment be made within 30 calendar days of receipt of the bill, except if an alternate procedure is defined in the bid specifications and contract documents.

Uniformed Police language: N.J.S.A. 40A:11-23.1(c) with N.J.S.A. 40A:11-23(c). A statement indicating whether uniformed law enforcement officers will be required for the project. The statement shall include a line item allowance, which shall be a good faith effort on the part of the contracting unit, to reasonably estimate the total cost of traffic control personnel, vehicles, equipment, administrative, or any other costs associated with additional traffic control requirements required by the contracting unit, or any other public entity affected by the project, above and beyond the bidder's traffic control personnel, vehicles, equipment, and administrative The contracting unit shall not be responsible for additional traffic control costs beyond the number of working days specified in the construction contract in accordance with section 17 of P.L.1971, c.198 (C.40A:11-17), when such a delay is caused by the contractor and liquidated damages have been assessed. The statement prescribed under this subsection shall not be required if the contracting unit will provide for the direct payment of uniformed law enforcement officers and any additional costs directly associated with the provision of those officers; and costs. The individuals responsible for the assignment of uniformed law enforcement officers for any municipalities affected by a project shall be required to determine where traffic safety control is needed for a project, and calculate the number and placement of all necessary personnel, equipment, and the costs associated with these, including hourly rates, and submit this information to the contracting unit. B. Americans with Disabilities Act of 1990 Discrimination on the basis of disability in contracting for the purchase of bids and services is prohibited. The successful bidder is required to read Americans with Disabilities language that is part of this specification and agrees that the provisions of Title II of the Act are made a part of the contract. The successful bidder is obligated to comply with the Act and to hold the OWNER harmless. C. Prevailing Wage Act (When Applicable)

Page 96: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Pursuant to N.J.S.A. 34:11-56.25 et seq., successful bidders on projects for public work shall adhere to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified payroll record to the OWNER within ten (10) days of the payment of the wages. The contractor is also responsible for obtaining and submitting all subcontractors' certified payroll records within the aforementioned time period. The contractor shall submit said certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It will be the contractor's responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the Office of Administrative Law, CN 049, Trenton, New Jersey 08625 or the New Jersey Department of Labor, Division of Workplace Standards.

“In the event it is found that any worker, employed by the contractor or any subcontractor covered by said contract, has been paid a rate of wages less than the prevailing wage required to be paid by such contract, the public body, the lessee to whom the public body is leasing a property or premises or the lessor from whom the public body is leasing or will be leasing a property or premises may terminate the contractor’s or subcontractor’s right to proceed with the work, or such part of the work as to which there has been a failure to pay required wages and to prosecute the work to completion or otherwise. The contractor and his sureties shall be liable for any excess costs occasioned thereby to the public body, any lessee to whom the public body is leasing a property or premises or any lessor from whom the public body is leasing or will be leasing a property or premises.”

D. Statement of Ownership Disclosure Chapter 33 of the Public Laws of 1977 provides no corporation or partnership shall be awarded any contract for the performance of any work or the furnishing of any materials or supplies, unless, prior to the receipt of the bid or accompanying the bid of said corporation or partnership, there is submitted a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten % (10) percent or more of its stock of any class, or of all individual partners in the partnership who own a ten% (10) percent or greater interest therein. The Attorney General has concluded that the provisions of N.J.S.A. 52:25-24.2, in referring to corporations and partnerships, are intended to apply to all forms of corporations and partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships, and Subchapter S corporations. Bidders are required to disclose whether they are a partnership, corporation or sole proprietorship. The Stockholder Disclosure Certification form shall be completed, signed and notarized. Failure of the bidder to submit the required information is cause for automatic rejection of the bid.

For a publicly traded direct or indirect parent entity: A bidder with any direct or indirect parent entity which is publicly traded may submit the name and address of each publicly traded entity and the name and address of each person that holds a 10% percent or greater beneficial interest as of the last annual filing with the federal Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10% percent or greater beneficial interest, also shall

Page 97: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

submit links to the websites containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the information on each person that holds a 10% percent or greater beneficial interest. E. The New Jersey Worker and Community Right to Know Act

The manufacturer or supplier of chemical substances or mixtures shall label them in accordance

with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C

7:1G-1.1 et seq.,). Containers that the law and rules require to be labeled shall show the

Chemical Abstracts Service number of all the components and the chemical name. Further, all

applicable Material Safety Data Sheets (MSDS) and hazardous substance fact sheets must be

furnished. All direct use containers shall bear a label indicating the chemical name(s) and

Chemical Abstracts Service number(s) of all hazardous substances in the container, and all

other substances which are among the five most predominant substances in the container, or

their trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The

Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S.

Occupational Safety and Health Administration (OSHA) Hazard Communication Standard

(HCS) as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules

and Regulations as adopted in final rule by DEPARTMENT OF LABOR, Occupational

Safety and Health Administration, 29 CFR Parts 1910, 1915, and 1926, [Docket No. OSHA–

H022K–2006–0062, (formerly Docket No. H022K)], RIN 1218–AC20, Hazard

Communication. F. Non-Collusion Affidavit The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted with the bid proposal. G. Bid Document Checklist Pursuant to NJSA 40A:11-23.1, the bid document checklist must be completed and submitted with your bid. H. PUBLIC WORKS CONTRACTOR REGISTRATION ACT Pursuant to P.L. 1999, c.238 (C.34:11-56.48 et seq), no contractor shall bid on any contract for public work as defined in section 2 of P.L.1963,c.150 (C.34:11-56.26) unless the contractor is registered pursuant to this act. No contractor shall list a subcontractor in a bid proposal for the contract unless the subcontractor is registered. Applications for registration are available from: NEW JERSEY DEPARTMENT OF LABOR, DIVISION OF WAGE AND HOUR COMPLIANCE, PO BOX 389, TRENTON, NJ 08625-0389. The contractor shall submit a copy of the registration certificate with their bid. Failure to submit the certificate may be cause for rejection of the bid. Each contractor shall, after the bid is made and prior to the awarding of the contract, submit to the City of Trenton the certificates of registration for all subcontractors listed in the bid.

Page 98: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

BUSINESS REGISTRATION

Pursuant to N.J.S.A. 52:32-44, The City of Trenton (“Contracting Agency”) is prohibited from entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury. Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof of business registration and that of any named subcontractor(s). Subcontractors named in a bid or other proposal shall provide proof of business registration to the bidder, who in turn, shall provide it to the Contracting Agency prior to the time a contract, purchase order, or other contracting document is awarded or authorized. During the course of contract performance:

(1) the contractor shall not enter into a contract with a subcontractor unless the subcontractor first provides the contractor with a valid proof of business registration.

(2) the contractor shall maintain and submit to the Contracting Agency a list of subcontractors and their addresses that may be updated from time to time.

(3) the contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in the Department of the Treasury, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into the State. Any questions in this regard can be directed to the Division of Taxation at (609)292-6400. Form NJ-REG can be filed online at http://www.state.nj.us/treasury/revenue/busregcert.shtml.

Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a complete and accurate list of all subcontractors used and their addresses. Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as required, or that provides false business registration information, shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000, for each proof of business registration not properly provided under a contract with a contracting agency. C.40A:11-13 SPECIFICATIONS No Financial Statement shall be required of vendors if either a guarantee, by the certified check, cashier’s check, or bid bond, or surety company certificate is also required to be furnished by the bidder, unless any law or regulation of the United States imposes a condition upon the awarding of a monetary grant to be used for the purchase, which condition requires that a financial statement be submitted.

J. CONFLICT OF INTEREST In accordance with 40:69A-163 no officer or employee elected or appointed in any municipality shall be interested directly or indirectly in any contract or job for work or materials, or the profits thereof, to be furnished or performed for the municipality.

Page 99: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

VIII. METHODS OF AWARD A. All contracts shall be for 12 consecutive months unless otherwise noted in technical or supplemental specifications. B. The OWNER may award the work on the basis of the Base Bid, combined with such Alternates as selected, until a net amount is reached which is within the funds available. C. If the award is to be made on the basis of Base Bids only, it will be made to that responsible bidder who’s Base Bid, therefore, is the lowest. If the award is to be made on the basis of a combination of a Base Bid with Options, it will be made to that responsible bidder whose net bid on such combination is the lowest. D. The OWNER may also elect to award the work on the basis of line items or unit prices. E. The successful bidder will not assign any interest in this contract and shall not transfer any interest in the same without the prior written consent of the OWNER. F. Pursuant to NJSA 40A:11-13(b), the OWNER reserves the right to consider the bidder’s physical proximity to Trenton City Hall, 319 East State Street, Trenton, NJ, in awarding the contract when it is determined that the location of the bidder’s business is a requisite to the efficient and economical performance of said contract. G. Pursuant to NJSA 40A:11-24, the OWNER shall award the contract or reject all bids within the time as may be specified, but in no case more than 60 days, except that the bids of any bidders who consent thereto may, at the request of the contracting unit, be held for consideration for a longer period as may be agreed. H. The OWNER may award the work in whole or in part whichever is most advantageous to the OWNER. IX. REJECTION OF BIDS A. Availability of Funds Pursuant to statutory requirements, any contract resulting from this bid shall be subject to the availability and appropriation of sufficient funds annually. B. Multiple Bids Not Allowed More than one bid from an individual, a firm or partnership, a corporation or association under the same or different names shall not be considered. C. Unbalanced Bids Bids which are obviously unbalanced may be rejected.

Page 100: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

D. Unsatisfactory Past Performance Bids received from bidders who have previously failed to complete contracts within the time scheduled therefore, or who have performed prior work for the OWNER in an unacceptable manner, may be rejected. E. Failure to Enter Contract Should the bidder, to whom the contract is awarded, fail to enter into a contract within 21 days, Sundays and holidays excepted, the OWNER may then, at its option, accept the bid of the next lowest responsible bidder. F. The lowest bid substantially exceeds the estimates for goods and services. G. The OWNER decides to abandon the project. H. The OWNER decides to substantially review the specifications. I. The purposes or provisions or both of P.L. 1971,c.198 (D.40A:11-1 et seq) are being violated; J. The OWNER decides to utilize the State authorized contract pursuant to section 12 of P.L.1971,c.198(C.40A:11-12). X. TERMINATION OF CONTRACT A. If, through any cause, the successful bidder shall fail to fulfill in a timely and proper manner obligations under this contract or if the contractor shall violate any of the requirements of this contract, the OWNER shall there upon have the right to terminate this contract by giving written notice to the contractor of such termination and specifying the effective date of termination. Such termination shall relieve the OWNER of any obligation for balances to the contractor of any sum or sums set forth in the contract. B. Notwithstanding the above, the contractor shall not be relieved of liability to the OWNER for damages sustained by the OWNER by virtue of any breach of the contract by the contractor and the OWNER may withhold any payments to the contractor for the purpose of compensation until such time as the exact amount of the damage due the OWNER from the contractor is determined. C. The contractor agrees to indemnify and hold the OWNER harmless from any liability to subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful termination of the contract by the OWNER under this provision. D. In case of default by the successful bidder, the OWNER may procure the articles or services from other sources and hold the successful bidder responsible for any excess cost occasioned thereby. E. Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year's budget. In the event of unavailability of such funds, the OWNER reserves the right to cancel this contract.

Page 101: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

XI. CONTRACT EXTENSION FOR SERVICE CONTRACTS The contracting unit at its sole discretion and pursuant to the authority granted to it in accordance with N.J.S.A. 40A:11-15 may extend any contract for services other than professional services, the statutory length of which contract is for three years or less. Such contracts shall be limited to no more than one two-year extension or two one-year extensions and shall be subject to the limitations contained in this section. All multi-year contracts entered into pursuant to this section, including any two year or one year extensions, with the exception of those contracts identified in subsections (1),(9),(12),(16),(17),(18), (19),(24),(30),(31),(34),(35),(36)and (37) of N.J.S.A. 40A:11-15, shall be subject to the availability and annual appropriation of sufficient funds as may be required to meet the extended obligation and are subject to annual cancellation if said funds become unavailable. RECORDS FOR THE NEW JERSEY STATE COMPTROLLER Pursuant to N.J.S.A.52:15C-14(d), relevant records of private vendors or other persons entering into contracts with the City are subject to audit or review by the New Jersey Office of the State Comptroller. Therefore, the Contractor shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request.

N.J.A.S.40A:11-13(e)

Any prospective bidder who wishes to challenge a bid specification shall file such

challenges in writing with the contracting agent no less than three business days prior

to the opening of the bids. Challenges filed after that time shall be considered void

and having no impact on the contracting unit or the award of a contract. P.L. 2012 BID OR PROPOSAL PHOHIBITED C.52:32-57 “p.l.2012, C.25 PROHIBITS State and local public contracts with persons or entities engaging in certain investment activities in energy or finance sectors of Iran.”

FINANCIAL STATEMENTS Pursuant to N.J.S.A:11-13(f) Pursuant to N.J.S.A:11-13(f) a contracting unit cannot require a certified financial statement as part of a bid submittal if otherwise a bid guarantee and /or consent of surety is required. AMERICAN GOODS AND PRODUCTS TO BE USED WHERE POSSIBLE Pursuant to N.J.S.A.40A:11-18, Each local unit shall provide, the specifications for all contracts for county or municipal work or for work for which it will pay any part of the cost, or work which by contract or ordinance it will ultimately own and maintain, that only manufactured and farm products of the United States, wherever available. 40A:11-23.2. REQUIRED MANDATORY ITEMS FOR BID PLANS, SPECIFICATION When required by the bid plans and specifications, the following requirements shall be considered mandatory items to be submitted at the time specified by the contracting unit for the receipt of the bids; the failure to submit any one of the mandatory items shall be deemed a fatal defect that shall render the bid proposal unresponsive and that cannot be cured by the governing body: a. A guarantee to accompany the bid pursuant to section 21 of P.L.1971, c.198 (C.40A:11-21); b. A certificate from a surety company pursuant to section 22 of P.L.1971, c.198 (C.40A:11-22); c. A statement of corporate ownership pursuant to section 1 of P.L.1977, c.33 (C.52:25-24.2);

Page 102: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

d. A listing of subcontractors pursuant to section 16 of P.L.1971, c.198 (C.40A:11-16); e. A document provided by the contracting agent in the bid plans, specifications, or bid proposal documents for the bidder to acknowledge the bidder's receipt of any notice or revisions or addenda to the advertisement or bid documents; and f. (Deleted by amendment, P.L.2009, c. .)

N.J.A.S.40A:11-13(e) CHALLENGES

Any prospective bidder who wishes to challenge a bid specification shall file such

challenges in writing with the contracting agent no less than three business days prior

to the opening of the bids. Challenges filed after that time shall be considered void

and having no impact on the contracting unit or the award of a contract.

Page 103: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

EXHIBIT A REQUIRED EVIDENCE

AFFIRMATIVE ACTION REGULATIONS N.J.S.A. 10:5-31 et seq., N.J.A.C. 17:27

If awarded a contract, all procurement and service contractors will be required to comply with the requirements of P.L.1975, C.127, (N.J.A.C. 17:27). Within seven (7) days after receipt of the notification of intent to award the contract or receipt of the contract, whichever is sooner, the contractor should present one of the following to the Purchasing Agent:

1. A photocopy of a valid letter from the U.S. Department of Labor that the contractor has an existing federally-approved or sanctioned Affirmative Action Plan (good for one year from the date of the letter). OR 2. A photocopy of approved Certificate of Employee Information Report. OR 3. An Affirmative Action Employee Information Report (Form AA302) OR 4. All successful construction contractors must submit within three days of the signing of the contract an Initial Project Manning Report (AA201) for any contract award that meets or exceeds the Public Agency bidding threshold (available upon request). NO FIRM MAY BE ISSUED A CONTRACT UNLESS IT COMPLIES WITH THE AFFIRMATIVE ACTION REGULATIONS OF P.L. 1975, c. 127 (N.J.A.C. 17:27)

------------------------------------------------------------------------------ The following questions must be answered by all bidders: 1. Do you have a federally-approved or sanctioned Affirmative Action Program? YES NO If yes, please submit a copy of such approval. 2. Do you have a Certificate of Employee Information Report Approval? YES NO If yes, please submit a copy of such certificate. The undersigned contractor certifies that he is aware of the commitment to comply with the requirements of P.L.1975, c.127 and agrees to furnish the required documentation pursuant to the law. DATE: ________________ COMPANY _______________________________ SIGNATURE: __________________________________ TITLE: __________________________________ Note: A contractor's bid must be rejected as non-responsive if a contractor fails to comply with requirements of P.L. 1975, c.127, within the time frame.

Page 104: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

N.J.A.C. 17:27 et seq.

11

(REVISED 4/10)

EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

N.J.S.A. 10:5-31 et seq. (P.L.1975, c.127)

During the performance of this contract, the contractor agrees as follows:

GOODS, GENERAL SERVICES, AND PROFESSIONAL SERVICES CONTRACTS

The contractor or subcontractor, where applicable, will not discriminate against any employee or

applicant for employment because of age, race, creed, color, national origin, ancestry, marital status,

affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except

with respect to affectional or sexual orientation and gender identity or expression, the contractor will

ensure that equal employment opportunity is afforded to such applicants in recruitment and

employment, and that employees are treated during employment, without regard to their age, race,

creed, color, national origin, ancestry, marital status, affection-al or sexual orientation, gender

identity or expression, disability, nationality or sex. Such equal employment opportunity shall

include, but not be limited to the following: employment, up-grading, demotion, or transfer;

recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of

compensation; and selection for training, including apprentice-ship. The contractor agrees to post in

conspicuous places, available to employees and applicants for employment, notices to be provided

by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for

employees placed by or on behalf of the contractor, state that all qualified applicants will receive

consideration for employment without regard to age, race, creed, color, national origin, ancestry,

marital status, affectional or sexual orientation, gender identity or expression, disability, nationality

or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective

bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor

union of the contractor's commitments under this chapter and shall post copies of the notice in

conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations

promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented

from time to time and the Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to meet targeted county

employment goals established in accordance with N.J.A.C. l7:27-5.2.

Page 105: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

12

EXHIBIT A (Cont.)

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies

including, but not limited to, employment agencies, placement bureaus, colleges, universities,

and labor unions, that it does not discriminate on the basis of age, race, creed, col-or, national

origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression,

disability, nationality or sex, and that it will discontinue the use of any recruitment agency which

engages in direct or indirect discriminatory practices.

The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to

assure that all personnel testing conforms with the principles of job related testing, as

established by the statutes and court decisions of the State of New Jersey and as established by

applicable Federal law and applicable Federal court decisions.

In conforming with the targeted employment goals, the contractor or subcontractor agrees to

review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all

such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital

status, affectional or sexual orientation, gender identity or expression, disability, nationality or

sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable

Federal law and applicable Federal court decisions.

The contractor shall submit to the public agency, after notification of award but prior to

execution of a goods and services contract, one of the following three documents:

Letter of Federal Affirmative Action Plan Approval;

Certificate of Employee Information Report; or

Employee Information Report Form AA-302 (electronically provided by the Division and distributed

to the public agency through the Division’s website at:

http://www.state.nj.us/treasury/contract_compliance.

The contractor and its subcontractors shall furnish such reports or other documents to the

Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the

office from time to time in order to carry out the purposes of these regulations, and public

agencies shall furnish such information as may be requested by the Division of Purchase &

Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant

to N.J.A.C. 17:27-1.1 et seq.

Page 106: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

EXHIBIT A (Cont.)

Date:____________________ Signature:___________________________

Company:_________________________________

Page 107: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability The CONTRACTOR and the OWNER do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the "ACT") (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the OWNER pursuant to this contract, the CONTRACTOR agrees that the performance shall be in strict compliance with the Act. In the event that the Contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the CONTRACTOR shall defend the OWNER in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the OWNER, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The CONTRACTOR shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the OWNER grievance procedure, the CONTRACTOR agrees to abide by any decision of the OWNER which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the OWNER or if the OWNER incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the CONTRACTOR shall satisfy and discharge the same at its own expense. The OWNER shall, as soon as practicable after a claim has been made against it, give written notice thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative proceedings is brought against the OWNER or any of its agents, servants, and employees, the OWNER shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons, pleading, or other process received by the OWNER or its representatives. It is expressly agreed and understood that any approval by the OWNER of the services provided by the CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the OWNER pursuant to this paragraph. It is further agreed and understood that the OWNER assumes no obligation to indemnify or save harmless the CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the CONTRACTOR expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the CONTRACTOR'S obligations assumed in this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor preclude the OWNER from taking any other actions available to it under any other provisions of the Agreement or otherwise at law. DATE: _________________________ __________________________________ COMPANY NAME SIGNATURE: ___________________________

Page 108: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

STATEMENT OF OWNERSHIP DISCLOSURE

N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43)

MANDATORY This statement shall be completed, certified to, and included with all bid and proposal submissions.

Failure to submit the required information is cause for automatic rejection of the bid or proposal.

Name of

Organization:_________________________________________________________________

Organization

Address:_________________________________________________________________

Part I Check the box that represents the type of business organization:

Sole Proprietorship (skip Parts II and III, execute certification in Part IV)

Non-Profit Corporation (skip Parts II and III, execute certification in Part IV)

For-Profit Corporation (any type) Limited Liability Company (LLC)

PartnershipLimited Partnership Limited Liability Partnership (LLP)

Minority Women Business Enterprise (MWBE) (50% or more ownership)

Other (be specific): ______________________________________________

Part II

The list below contains the names and addresses of all stockholders in the corporation

who own 10 percent or more of its stock, of any class, or of all individual partners in the

partnership who own a 10 percent or greater interest therein, or of all members in the

limited liability company who own a 10 percent or greater interest therein, as the case

may be. (COMPLETE THE LIST BELOW IN THIS SECTION)

OR

No one stockholder in the corporation owns 10 percent or more of its stock, of any class,

or no individual partner in the partnership owns a 10 percent or greater interest therein, or

no member in the limited liability company owns a 10 percent or greater interest therein,

as the case may be. (SKIP TO PART IV)

(Please attach additional sheets if more space is needed):

Page 109: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Name of Individual or Business Entity Home Address (for Individuals) or Business Address

Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE

STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II

If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds

a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last

annual federal Security and Exchange Commission (SEC) or foreign equivalent filing,

ownership disclosure can be met by providing links to the website(s) containing the last annual

filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain

the name and address of each person holding a 10% or greater beneficial interest in the publicly

traded parent entity, along with the relevant page numbers of the filing(s) that contain the

information on each such person. Attach additional sheets if more space is needed.

Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s

Please list the names and addresses of each stockholder, partner or member owning a 10 percent or

greater interest in any corresponding corporation, partnership and/or limited liability company (LLC)

listed in Part II other than for any publicly traded parent entities referenced above. The

disclosure shall be continued until names and addresses of every non-corporate stockholder, and

individual partner, and member exceeding the 10 percent ownership criteria established pursuant to

N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed.

Page 110: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

Stockholder/Partner/Member and

Corresponding Entity Listed in Part II

Home Address (for Individuals) or Business Address

Part IV Certification

I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the

best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf

of the bidder/proposer; that the <name of contracting unit> is relying on the information contained herein and that I

am under a continuing obligation from the date of this certification through the completion of any contracts with <type

of contracting unit> to notify the <type of contracting unit> in writing of any changes to the information contained

herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification,

and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my

agreement(s) with the, permitting the <type of contracting unit> to declare any contract(s) resulting from this

certification void and unenforceable.

Full Name (Print): Title:

Signature: Date:

Page 111: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

NON-COLLUSION AFFIDAVIT State of New Jersey County of _____________ ss: I, _______________________ residing in (name of affiant) _________________________________ in the County of ______________ (name of municipality) and State of _________________________ of full age, being duly sworn according to law on my oath depose and say that: I am _____________________________ of the firm of (title or position) _______________________________ the bidder making this Proposal (name of firm) for the bid proposal entitled ___________________________________, and that I executed the said (title of bid proposal) proposal with full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the ______________________________ relies upon the (name of contracting unit) truth of the statements contained in said Proposal and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by ______________________________________. Subscribed and sworn to before me this day __________________ 20 . ___________________________ (Type or print name of affiant under signature) _________________________ Notary public of My Commission expires __________________ 20 .

Page 112: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

DISCLOSURE OF INVESTMENT IN ACTIVITIES IN IRAN MUST BE COMPLETED, DATED AND SIGNED C.52:32-57 P.L. 2012, c.25

DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN Bid Number: _____________ Vendor:__________________________________ Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to

enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that the

person or entity, or one of the person or entity's parents, subsidiaries, or affiliates, is not identified on a list created

and maintained by the New Jersey Department of the Treasury as a person or entity engaging in investment

activities in Iran. If the Director finds a person or entity to be in violation of the principles which are the subject of

this law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited

to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking

debarment or suspension of the person or entity.

I certify, pursuant to Public Law 2012, c. 25, that the person or entity listed above for which I am authorized

to submit a proposal:

□ is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a person

or entity that provides oil or liquefied natural gas tankers, or products used to construct or maintain

pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran,

AND

□ is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for 45

days or more, if that person or entity will use the credit to provide goods or services in the energy sector in

Iran. In the event that a person or entity is unable to make the above certification because it or one of its parents,

subsidiaries, or affiliates has engaged in the above-referenced activities, a detailed, accurate and precise

description of the activities must be provided in part 2 below to the New Jersey Turnpike Authority under

penalty of perjury. Failure to provide such will result in the proposal being rendered as non-responsive and

appropriate penalties, fines and/or sanctions will be assessed as provided by law.

PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN

IRAN

You must provide a detailed, accurate and precise description of the activities of the proposer, or one of its

parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing

the boxes below.

Name:_____________________________________ Relationship to Proposer:_____________________________

Description of Activities:________________________________________________________________________

_____________________________________________________________________________________________

Duration of Engagement:_______________________ Anticipated Cessation Date:__________________________

Proposer Contact Name:______________________________ Contact Phone Number:_______________________

Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any

attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this

certification on behalf of the above-referenced person or entity. I acknowledge that the State of New Jersey is relying on

the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this

certification through the completion of any contracts with the State to notify the State in writing of any changes to the

answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false

statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution

under the law and that it will also constitute a material breach of my agreement(s) with the State of New Jersey and that

the State at its option may declare any contract(s) resulting from this certification void and unenforceable.

Full Name (Print):_________________________________ Signature:____________________________

Title:________________________________________ Date: __________________________________

Chapter 25 list is found at: http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf

Page 113: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

ALERT: NOTICE OF AMENDMENT TO N.J.A.C. 17:27 ________________________________________________________________

Change In Procedure for Administering Equal Employment Opportunity Compliance in

Public Contracts.

The Department of Treasury, Division of Equal Employment Opportunity Compliance in

Public Contracts amended N.J.A.C. 17:27, Governing the Affirmative Action

Employment Practices for public agencies, contractors, subcontractors and business

firms to comply with the Equal Employment Opportunity Standards mandated by N.J.S.A

10:5-36 et seq.(P.L 1975, C. 127).

• The amendment clarifies the requirements for demonstrating Good Faith Efforts to hire

minorities and women in the construction trades and the contracting agency's

obligation to comply with EEO Requirements.

• The amendment imposes a $150.00 fee for the issuance and renewal of a Certificate

of Employee Information Report.

____________________________________________________________________________________

MISSION:

To ensure that any firm contracting with the City of Trenton provides Equal Opportunity

in Employment Public Agencies and Vendors shall comply with EEO requirements in

order to ensure equal employment opportunities in public contracting for minorities and

women. Refer to the following information detailing Vendor and City obligations.

___________________________________________________________________________________

VENDOR OBLIGATIONS

Contractors or subcontractors shall agree to make Good Faith Efforts to afford equal

employment opportunities to minority and women workers consistent with Good Faith

Efforts to meet targeted City employment goals established in accordance with

N.J.A.C. 17:27-5.2, or good faith efforts to meet targeted county employment goals

determined by the Division, pursuant to N.J.A.C. 17:27-5.2.

• Vendors shall complete form AA302, submit to the Division of Public Contracts Equal

Employment Opportunity Compliance with a $150.00 fee and forward a copy of form

AA302 to the City of Trenton.

• After notification of award but prior to execution of goods, services and professional

services contracts (including bid exempt contracts),evidence must be submitted to the

City.

The Certificate of Employee Information Report serves as evidence of compliance with

regulations. The AA302 is not an acceptable form of evidence.

__________________________________________________________________________________

CONSTRUCTION CONTRACTS

The City supplies the construction contractor with form AA201, the Initial Project

Workforce Report for submittal to the City of Trenton and Division of Public Contracts

Equal Employment Opportunity Compliance.

Page 114: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

CONTRACT AWARD

Upon opening bids, pricing shall remain firm for a period of sixty (60) calendar

days. In the event that the award is not made within sixty (60) calendar days,

bidders may hold their bid consideration beyond sixty days or until the contract

is awarded.

□ Check here if willing to hold the pricing consideration beyond sixty days or until the

contract is awarded.

□ Check here if not willing to hold the pricing consideration beyond sixty days or until the

contract is awarded.

_________________________________________________________________________

AUTHORIZED SIGNATURE

Page 115: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

EMERGENCY SERVICES In the event of an emergency, Vendor will provide priority service for the City of Trenton.

VENDOR EMERGENCY COMPLIANCE

YES □

NO □

In the event of an emergency, identify your company procedure for emergency delivery of services should your facility be affected by a critical disruption: _____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

Page 116: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

IF AWARDED A CONTRACT, PLEASE PROVIDE CONTACT, ADDRESSES FOR PURCHASE ORDERS AND CHECK REMIT TO INFORMATION, COPY OF YOUR W9 AND UPON AWARD, FORWARD TO THE CITY OF TRENTON, ACCOUNTS AND CONTROL DEPARTMENT, 319 EAST STATE STREET, TRENTON, NJ 08608 (609) 989-3043. CONTRACT _____________________________________________________________________ COMPANY _____________________________________________________________________ PURCHASE ORDER MAILED TO: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ CHECK REMIT TO: _____________________________________________________________________ __________________________________________________________________________________________________________________________________________ TELEPHONE _____________________________________________________________________ FAX

Page 117: BID SPECIFICATIONS FOR THE FURNISH AND DELIVERY OF ...

BID2020-40 FURNISH AND DELIVERY OF UNIFORMS FOR THE DEPARTMENT OF POLICE

EXCEPTIONS (IF NONE, PLEASE NOTE)