Active SLED Opportunity · MARYLAND · BALTIMORE COUNTY, MARYLAND

    Uniforms, Police Shirts, Term Contract

    Issued by Baltimore County, Maryland
    countyRFBBaltimore County, MarylandSol. 257227
    Open · 1d remaining
    DAYS TO CLOSE
    1
    due May 15, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    Baltimore County,
    county
    NAICS CODE
    315210
    AI-classified industry

    AI Summary

    Baltimore County seeks bids for a term contract to supply police uniform shirts with detailed specifications. The contract includes multiple shirt styles for male and female officers, requires compliance with insurance, labor, and MBE/WBE policies, and has a one-year term with renewal options. Bids due May 15, 2026.

    Opportunity details

    Solicitation No.
    257227
    Type / RFx
    RFB
    Status
    open
    Level
    county
    Published Date
    April 28, 2026
    Due Date
    May 15, 2026
    NAICS Code
    315210AI guide
    Agency
    Baltimore County, Maryland

    Description

    Baltimore County, Maryland, Division of Purchasing Services is seeking Bids for Uniforms, Police Shirts, Term Contract. Bids are to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/baltimorecountymd, no later than 2:00 pm on Friday, May 15, 2026.

    Amendments to solicitations often occur prior to bid opening and sometimes within as little as 48 hours prior to bid opening.  It is the potential bidder's responsibility to frequently visit the Procurement Portal at https://procurement.opengov.com/portal/baltimorecountymd to obtain amendments and any other solicitation information.

    Background

    This is a re-solicitation for Police Uniform Shirts, as specified. The award will result in a multi-year term agreement, with orders being placed by the Police Quartermaster's Office on an as-needed basis. Yearly estimated quantities may be provided, but purchases are not guaranteed, due to fluctuating needs within the Police Department.

    Project Details

    • Reference ID: RFB B-10000521
    • Department: Police Department
    • Department Head: Robert O. McCullough (Chief)

    Important Dates

    • Questions Due: 2026-05-06T18:00:00.000Z

    Evaluation Criteria

    • SCOPE

      A.       It is the intention of these specifications that the vendor hereunder shall furnish and Baltimore County shall purchase police uniform shirts covered by this contract which the County may require during the period of time specified.  The quantities shown are approximate and are for the purpose of bid evaluation.

       

      B.       The County reserves the right to order supplies that may be required during the said period, and it also reserves the right not to order supplies bid upon by the vendor, if it is found that such supplies are not required by the County during the period covered by this contract.

    • Scope
      1. It is the intention of these specifications that the vendor hereunder shall furnish and Baltimore County shall purchase goods covered by this contract which the County may require during the period of time specified. The quantities shown are approximate and are for the purpose of bid evaluation. 
      2. The County reserves the right to order goods that may be required during the said period, and it also reserves the right not to order goods bid upon by the vendor, if it is found that such goods are not required by the County during the period covered by this contract.
    • General Requirements

      Coverages Required:

      Unless otherwise required by the specifications or the contract, the Contractor/Vendor shall purchase and maintain the insurance coverages listed herein.

      Insurance Companies must be acceptable to Baltimore County and have an A.M. Best Rating of A-, Class X or better.

      Verification of Insurance:

      Before starting work on the contract or prior to the execution of the Contract on those bid, the Contractor/Vendor shall provide Baltimore County, Maryland with verification of insurance coverage evidencing the required coverages.

      Baltimore County as Additional Insured:

      The coverage required, excluding Worker’s Compensation and Employers’ Liability and Medical Malpractice Liability/Professional Liability/Errors and Omissions Liability, must include Baltimore County, Maryland as an additional insured. 

      Contractor's/Vendor's Responsibility:

      The providing of any insurance herein does not relieve the Contractor/Vendor of any of the responsibilities or obligations the Contractor/Vendor has assumed in the contract or for which the Contractor/Vendor may be liable by law or otherwise.

      Failure to Provide Insurance:

      Failure to provide and continue in force the required insurance shall be deemed a material breach of the contract.

    • Insurance Coverages
      1. General Liability Insurance
        1. Minimum Limits of Coverage:
        2. Personal Injury Liability and Property Damage Liability Combined Single Limit - $1,000,000 each occurrence
        3. Such insurance shall protect the Contractor/Vendor from claims which may arise out of, or result from, the Contractor's/Vendor's operations under the contract, whether such operations be by the Contractor/Vendor, any subcontractor, anyone directly or indirectly employed by the Contractor/Vendor or Subcontractor, or anyone for whose acts any of the above may be liable.
        4. Minimum Coverages to be Included:    
          1. Independent Contractor's coverage;
          2. Completed Operations and Products Liability coverage; and
          3. Contractual Liability coverage. 
        5. Damages not to be Excluded:
          Such insurance shall contain no exclusions applying to operations by the Contractor/Vendor or any Subcontractor in the performance of the Contract including but not limited to:  (a) Collapse of, or structural injury to, any building or structure; (b) Damage to underground property; or (c) Damage arising out of blasting or explosion.
      2. Automobile Liability Insurance
        1. Minimum Limits of Coverage:
          Bodily Injury Liability and Property Damage Liability
          Combined Single Limit - $1,000,000 any one accident
        2. Minimum Coverages to be Included:
          Such insurance shall provide coverage for all owned, non-owned and hired automobiles.
      3. Workers' Compensation and Employers' Liability Insurance
        1. Such insurance must contain statutory coverage, including: 
          Employers' Liability insurance with limits of at least:
          Bodily Injury by Accident - $1,000,000 each accident
          Bodily Injury by Disease  - $1,000,000 policy limit
          Bodily Injury by Disease  - $1,000,000 each employee
      4. Other
        Such other insurance in form and amount as may be customary for the type of business being undertaken by the Contractor/Vendor.
    • Term of Agreement
      1. The term of the contract shall become effective when executed by the County and shall continue through one (1) year. The County reserves the right to renew this contract for up to four (4) additional one-year renewal options under the same terms and conditions. The County will automatically renew the contract on each option year unless notice is given to the Contractor that the contract is not renewed.
      2. If price adjustments are requested pursuant to the terms of the contract, the Contractor must notify the Baltimore County Division of Purchasing Services, in writing at least sixty (60) days prior to the current term's expiration date.
      3. The Contractor must maintain the insurance coverages required by the County while the contract is in force, including automatic renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County when required.
    • Term of Agreement
      1. The term of the contract shall become effective when executed by the County and shall continue through one (1) year.
      2. If price adjustments are requested pursuant to the terms of the contract, the Contractor must notify the Baltimore County Purchasing Division of at least ninety (90) days prior to the current term's expiration date.
      3. The Contractor must maintain the insurance coverages required by the County while the contract is in force, including automatic renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County when required.
    • SAMPLES

              It is the intent of these specifications to describe, as nearly as possible, the style and type of uniform which will be required from the successful bidder.

       

      A.       The successful bidder may be required to furnish samples for evaluation prior to award.  Samples furnished must conform exactly to the specifications herein unless otherwise specified by the buyer.  Samples furnished with deviations must be clearly marked.  When required, samples shall be furnished within seven (7) calendar days upon request.  Samples not provided in accordance with the specifications or within the time specified may result in rejection of the bid. 

       

      B.       The successful bidder's samples may be retained pending delivery, for comparison with products delivered under the contract.

       

      C.        Any manufacturer wishing to bid an equal fabric must submit along with their bid a report from the United States Test Company or a recognized independent-testing laboratory certifying that the fabric they intend to furnish has been tested and found to be equal to the material specified.

       

      D.        The County reserves the right to submit samples for testing by the International Fabricare Institute.  In the event the test shows the goods to be deficient, the vendor will be responsible for expenses incurred for the test.

       

      E.        Samples will not be returned unless the vendor indicates the requirement to do so at the time the sample is furnished, and then only at the vendor's expense.  Failure to arrange for pickup of released samples within thirty (30) calendar days will result in disposal of the samples.

    • Prices

      Prices quoted must remain firm for the period covered by the contract, unless price escalation is herein specified. Prices quoted shall include delivery costs and charges.

    • Estimated Contract Value

      The estimated value for this contract is $____ during the entire term of the Agreement, including renewals thereof.

    • DELIVERIES

      A.      All Shirts shall be delivered to Baltimore County Police Department, Property Management Division, 428 Westham Way, Dundalk, Maryland, 21224 unless stated otherwise.

       

      B.        Deliveries are to be made between 9:00 A.M. to 3:00 P.M., Monday through Friday, excluding county holidays.

    • Audits

      At any time during the normal business hours and as often as the County may deem necessary, the Contractor shall make available to and permit inspection by the County, its employees or agents, all records information and documentation of the contractor related to the subject matter of this contract, including, but not limited to, all contracts, invoices, payroll, and financial audits.

    • CONTRACTOR QUALIFICATIONS

      A.    Bidders must be regularly engaged in the business of supplying apparel from multiple manufacturers. At the option of the County, bidders/offerors may be required to furnish evidence of sufficient financial responsibility to fulfill this contract, and evidence that they have, or can obtain the necessary equipment, manpower, and storage facility to ensure delivery within the parameters of this contract.

       

      B.      Bidders/Offerors must provide at least two (2) references (names of contact persons, emails and phone numbers) of similar sized contracts serviced during the past eighteen (18) months.

       

      C.      Prior to award of this contract, the County reserves the right to inspect the facilities of any bidder/offeror.  The reputation of bidders regarding adequacy of their resources and facilities, and past records of their skillful performance of work of the type and magnitude required herein shall be considered when making the award.

       

      D.        The vendor shall have a representative located within the Baltimore County Metropolitan area.

    • Additions to the Contract

      Baltimore County reserves the right to add additional goods to this contract at any time during the term of this agreement. The Contractor will be notified of the County’s intent to include said goods within the constraints of this agreement. The Contractor shall quote a price for the requested goods. The quote shall be submitted in writing to the Purchasing Agent for review. Baltimore County reserves the right to accept or reject the Contractor’s proposal. If rejected, the County shall solicit bids on the open market for the required goods. Award of new goods to a current contractor’s agreement shall conform to the intent of the solicitation under section titled METHOD OF AWARD. Successful bidder will be notified in writing of the inclusion of the new goods.

    • MEASUREMENT AND FITTINGS

      A.      The successful bidder shall be required to take all measurements at the respective department location in Baltimore County.

       

      B.      The successful bidder shall be required to make such fittings as are necessary without cost to Baltimore County in the event of change in weight of individual from time measurements are taken and clothing delivered.

       

      C.      These measurements shall be taken within 48 hours after receipt of a request to take such measurements.

    • SPECIFIED MANUFACTURERS

      The County has approved two (2) shirt manufacturers: ELBECO, AND BLAUER.

      ALL OTHER SHIRTS WILL REQUIRE A SAMPLE BE SUBMITTED FOR APPROVAL OR WILL BE REJECTED

    • Unit of Measure

      The unit of measure for prices quoted must agree with the unit of measure provided on the bid form.  Math extensions will be verified and bids will be rejected if units of measures are not compatible.

      EXAMPLE:  When an item is packaged 4 per box.

       EST. QTY.UNIT OF MEASUREUNIT PRICETOTAL 
      14each$5.00/ea$20.00Acceptable
      24each$20.00/box of 4$20.00Unacceptable

       

    • Shirt Specification #1. MALE SHORT SLEEVE, PARAGON PLUS (Colors: White and Navy).

                 7.7.1  Colors: 

                           White P876

                           Navy BP834

                 7.7.2     Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt  currently used by the Police Department (Elbeco style# P876 / BP834).  Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

       

      7.7.2.1 Shirts must have permanent military creases using the UltraCrease™ silicone and application method, developed especially for technologically enhanced fabric treatments.

       

      7.7.3    Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give the best durable press performance.

       

       7.7.3.1   All sewing shall be with Dacron core thread to match shirt fabric.

      7.7.3.2    The collar is to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.7.4     Fabric:  Fabric to be Galey & Lord 5424 Plain Weave Poplin, 65% Dacron Polyester, 35% Cotton, 7-8% engineered filling stretch, with vat dyed color and a comfort touch finish.  Fabric must be sanforized and mercerized with permanent press finish.  Must be finished with Teflon® fabric protector for superior fabric appearance and durability. 

       

      7.7.4.1    The fabric must meet or exceed the following characteristics: 

       

      Finished Count:           106 x 52

      Finished Weight:         4.25 – 4.50 oz./sq. yd.

      Tensile Strength:         Warp = 126 lbs.    Fill = 60 lbs.

      Tear Strength:             Warp = 4.2 lbs. Fill = 2.8 lbs.

       

      7.7.5    Creasing:  Pockets and pocket flaps shall be die creased to give uniform shape and size.

       

      7.7.6    Collar:  Convertible collar shall be one piece and shall measure 3-1/4” long at points and 1-5/8” wide at back. 

       

      7.7.6.1    Collar shall be lined with 100% Dacron.

      7.7.6.2    The collar stays shall be of good quality Stalar vinyl, 2-3/4” in length and 3/8” wide and be attached to the bottom collar. 

       

      7.7.7    Sleeves:  Shall be straight and whole with 1” hem and shall finish 9-1/2” in length.

       

      7.7.7.1  Sleeve 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.

       

      7.7.8     Front:  The front shall have a facing 2-3/4” in width extending from neckline to the bottom of shirt provided by a turn under of material.  The left front shall also have a lined box pleat 1-1/2” wide finished, running full length of the shirt and shall be top stitched 1/4” from both edges.

       

       7.7.8.1     Buttonholes:  Seven (7) vertical buttonholes placed 3/4” from edge and 3-1/2” apart.

       

      7.7.9     Back:  Double yoke of basic shirt material, top stitched along edge.

       

      7.7.10   Pockets:   Two (2) breast pockets with mitered 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 be pleated and to have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.7.11   Pocket Flaps:  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 1-1/2” in width.  There will be a matching button and a buttonhole sewn on the flap. 

       

      7.7.12   Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.7.13  Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.   Must have Two (2) small horizontal buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of left flap.

       

      7.7.14  Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  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.

       

      7.7.15 Permanent Creases:  Shirt must have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of UltraCrease™ silicone sealant.  Crease to be stitched in shirt only, not through pockets and flaps.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.7.16  Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.7.17  Interlining:  Flaps to be EZ Crease and tacked. Top center to be lined with 505 Viltec.

       

      7.7.18  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.7.19  Buttons:  Buttons shall be 20L and made from melamine material and must match fabric.

       

      7.7.20  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.7.21  Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.7.22  Pressing & Packing:  Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed four (4) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.7.23  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. 

       

      7.7.24  Finished Dimensions (Paragon Plus Male Short Sleeve, White and Navy):

      Size

      14

      14.5

      15

      15.5

      16

      16.5

      17

      17.5

      18

      18.5

      Chest

      40

      42

      44

      46

      48

      50

      52

      54

      56

      58

      Waist

      36

      38

      40

      42

      44

      46

      48

      50

      53

      55

      Bk Length

      32 ½

      32 5/8

      32 ¾

      32 7/8

      33 1/8

      33 ½

      33 7/8

      35

      33 5/8

      35 7/8

      Size

      19

      19.5

      20

      20.5

      21

      22

      Chest

      59

       

       61

       

       

      73

      Waist

       58

       

       62

       

       

       73

      Bk Length

       36

       

      36-1/2

       

       

       37-1/8

       

       

       

       

       

       

       

       

       

                 

    • Samples
      1. The successful bidder may be required to furnish samples for evaluation prior to award. Samples furnished must conform exactly to the specifications herein unless otherwise specified by the buyer. Samples furnished with deviations must be clearly marked. When required, samples shall be furnished within seven (7) calendar days upon request.  Samples not provided in accordance with the specifications or within the time specified may result in rejection of the bid.
      2. The successful bidder's samples may be retained pending delivery, for comparison with products delivered under the contract.
      3. Samples will not be returned unless the vendor indicates the requirement to do so at the time the sample is furnished, and then only at the vendor's expense. Failure to arrange for pick up of released samples within thirty (30) calendar days will result in disposal of the samples.
    • Shirt Specification #2. MALE, LONG SLEEVE, PARAGON PLUS (Colors: White and Navy).

      7.8.1   Colors: 

       

      7.8.1.1   White P877

       

      7.8.1.2   Navy P824

       

      7.8.2     Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt  currently used by the Police Department (Elbeco style# P876 / P824).  Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

       

      7.8.2.1 Shirts must  have permanent military creases using the UltraCrease™ silicone and application method, developed especially for technologically enhanced fabric treatments.

       

      7.8.3    Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      7.8.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

       

      7.8.3.2    The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.8.4     Fabric:  Fabric to be Galey & Lord 5424 Plain Weave Poplin, 65% Dacron Polyester, 35% Cotton, 7-8% engineered filling stretch, with vat dyed color and a comfort touch finish.  Fabric must be sanforized and mercerized with permanent press finish.  Must be finished with Teflon® fabric protector for superior fabric appearance and durability. 

       

      7.8.4.1    The fabric must meet or exceed the following characteristics: 

       

      Finished Count:           106 x 52

      Finished Weight:         4.25 – 4.50oz./sq. yd.

      Tensile Strength:         Warp = 126 lbs. Fill = 60 lbs.

      Tear Strength:             Warp = 4.2 lbs. Fill = 2.8 lbs.

       

      7.8.5     Creasing:  Pockets and pocket flaps  die creased to give uniform shape and size.

       

      7.8.6    Collar:  The shape and style of both leaf and stand shall conform to the TT89 Collar Design. The points, medium spread, are to be approximately 3” in length.  The back of the stand is to measure 1-1/2”.  The stand shall fasten with one button.  There shall be one horizontal buttonhole. 

       

      7.8.6.1   The leaf shall be made of three (3) pieces; two pieces of self-cloth and one whole lining, which is to be fused to the top collar.

       

      7.8.6.2  Permanent collar stays to be secured to bottom ply.  The collar stays shall be of good quality Stalar vinyl, 2-1/2” in length and    3/8” wide and attached to the bottom collar.

       

      7.8.7    Sleeves:  Shall be straight and whole.  The cuffs are to be 2-7/8” in width and to fasten with two buttons.  There is to be a single stitch 7/16” from top of cuff. 

       

      7.8.7.1  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. 

      7.8.7.2  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.

       

      7.8.8     Front:  The 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. 

       

      7.8.8.1    Buttonholes:  The center front shall contain six (6) vertical buttonholes placed 3/4” from edge and 3-1/2” apart.

       

      7.8.8.2   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.

       

      7.8.9       Back:  Double yoke of basic shirt material, top stitched along edge for added image and performance.

       

      7.8.10   Pockets:  Two breast pockets with mitered 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 be pleated and to have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.8.11   Pocket Flaps:  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 1-1/2” in width.  Flaps to be interlined.  There will be a matching button and buttonhole sewn on the flap. 

       

      7.8.12   Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.8.13  Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  To have two small (horizontal) buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of the left flap.

       

      7.8.14   Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  Pointed ends shall be fastened with one matching button.  Straps shall measure 2” at sleeve and taper to 1-3/8”.  Straps  shall 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.

       

      7.8.15  Permanent Creases:  Shirt shall have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of UltraCrease™ silicone sealant, specially formulated for technologically enhanced fabrics, so as to give permanency to the creases for the life of the garment.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.8.16  Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.8.17  Interlining:  Flaps to be EZ Crease and tack.  Top center to be lined with 505 Viltec.  Bands and cuffs to be 37 Durapress.

       

      7.8.18  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.8.19  Buttons:  Buttons shall be 20L and made from melamine material for durability and must match fabric.

       

      7.8.20   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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.8.21   Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.8.22   Pressing & Packing:  Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed four (4) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.8.23  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. 

       

      7.8.24  Finished Dimensions (Paragon Plus Male Long Sleeve, White and Navy):

       

       

      Size

      14

      14.5

      15

      15.5

      16

      16.5

      17

      17.5

      18

      18.5

      Chest

      40

      42

      44

      46

      48

      50

      52

      54

      56

      58

      Waist

      36

      38

      40

      42

      44

      46

      48

      50

      53

      55

      Bk Length

      32 1/2

      32 5/8

      32 3/4

      32 7/8

      33 1/8

      33 1/2

      33 7/8

      35

      33 5/8

      35 7/8

      Slv Length

      33

      35

      37

      39

       

       

       

       

       

       

       

      Size

      19

      19.5

      20

      20.5

      21

      22

      Chest

       59

       

       61

       

       

      73

      Waist

       58

       

       62

       

       

       73

      Bk Length

       36

       

      36-1/2

       

       

       37-1/8

      Slv Length

       

       

       

       

       

       

                 

       

       

       

       

                 

       

    • Purchase Orders and Procurement Cards

      Orders exceeding $2,500 in total will be placed via purchase order by the purchasing agent. Any orders under $2,500 will be placed by telephone by the using agency and shall be charged directly to agency's procurement cards. Purchase orders issued within the term of this contract, even if not completed within the term of this contract, shall continue to be bound by the terms and conditions herein.

    • Shirt Specification #3. MALE SHORT SLEEVE SHIRT, TexTrop2

      7.9.1      Color: White Z3310N

       

      7.9.2     Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt currently    used by the Police Department,  Elbeco TexTrop2 (Style# Z3310N) brand or pre-approved equal only.

       

      7.9.2.1   Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

       

      7.9.2.2   Shirts to have permanent sewn-in military stitches.

       

      7.9.3    Tailoring:  It is imperative that this garment be constructed according to the principles set forth in the specifications.  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.

       

      7.9.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

      7.9.3.2    The collar is to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.9.4    Fabric:  To ensure permanent moisture control, superior breathability, soil resistance, easy care, wrinkle resistance, color matching, and color retention, the fabric is to be 9.5 to 10 ounces per linear yard, tropical weave with mechanical stretch, 100% texturized polyester with NANO-DRY technology by Burlington-Raeford.  Style #718-07.

       

      7.9.5    Creasing:  Pockets and pocket flaps to be die-creased to give uniform shape and size.

       

      7.9.6    Collar:  Convertible collar shall be one piece and to measure 3-1/4” long at points and 1-5/8” wide at back. 

       

      7.9.6.1     The collar is to be constructed of two plies of basic material and one ply of D331 top fuse lining.

       

      7.9.6.2     Collar stays shall be of good quality Stalar vinyl, 2-3/4” in length and 3/8” wide and be attached to the bottom collar.  There       shall be one horizontal buttonhole. 

       

      7.9.6.3     The collar and inner yoke to be lined with matching 65% Dacron Polyester, 35% Cotton, 4.2 oz. per square yard, 106 x 58.       The collar lining shall be banana shaped.

       

      7.9.7    Sleeves:  Sleeves to be straight and whole with 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, and above                                         10-1/2”

       

      7.9.7.1 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.

       

      7.9.8    Front:  Front shall have a facing 3” in width extending from neckline to the bottom of shirt provided by a turn under of material.  The     left front shall also have a lined box pleat 1-1/2” wide finished, running full length of the shirt and shall be top stitched 1/4” from both     edges. 

       

      7.9.8.1 The center front shall contain six (6) vertical buttonholes placed 3/4” from edge.  First at neck, second 2-1/2” down, balance 3-1/2” apart.

       

      7.9.9    Back:  There is to be yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of poplin.

       

      7.9.10   Pockets:  Two (2) breast pockets with mitered 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 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.9.11   Pocket Flaps:  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 in alignment with the pocket pencil compartment.  Flaps to be interlined.  Matching button and a buttonhole sewn on the flap.

       

      7.9.12  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.

       

      7.9.13  Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  The badge tab shall have two small horizontal buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of left flap.

       

      7.9.14  Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  Pointed ends shall be fastened with one matching button.  Straps shall measure 2” at sleeve and taper to 1-3/8”.  Straps to be set about 2” from the collar.  Shoulder straps shall be box stitched to shoulders with row of cross stitching 2” from sleeve head seam.

       

      7.9.15  Permanent Creases:  Shirt to have permanent military creases.  Creases to be stitched in shirt only, not through pockets and flaps.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.9.16   Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.9.17   Interlining:  Flaps to be 6800 crease and tack.  Top center to be lined with 505 Viltec.

       

      7.9.18  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.9.19  Buttons:  Buttons shall be 20L and made from melamine material for durability and must match fabric.

       

      7.9.20  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.9.21  Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail. 

       

      7.9.22  Pressing and Packing:  Shirts shall be carefully pressed by hand and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed two (2) to a box with the sizes marked on the outside of the box at the one end.

       

      7.9.23   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.

       

      7.9.24   Finished Dimensions (TexTrop2, Male, Short Sleeve, White):

       

      Size

      14

      14.5

      15

      15.5

      16

      16.5

      17

      17.5

      18

      18.5

      Chest

       39

      41

       43

      45

      47

      49

      51

      53

      55

      57

      Waist

      34

      36

      38

      40

      42

      44

      46

      49

      52

      54

      Bk Length

       32 ¼

      35 5/8

      32 ¾

      32 7/8

      33 1/8

      33 1/2

      33 7/8

      35

      35 5/8

      35 7/8

       

       

       

       

       

       

    • Shirt Specification #4.  MALE LONG SLEEVE SHIRT, TexTrop2

       

       

      7.10.1      Color:  White Z310N

       

      7.10.2       Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to currently used by the Police Department (Elbeco Style# Z310N).  Elbeco TexTrop2 brand or pre-approved equal only.

       

      7.10.2.1   Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to Elbeco TextTrop2 style# Z310N. 

       

      Shirts to have permanent sewn-in military stitches.

       

      7.10.3   Tailoring:  It is imperative that this garment be constructed according to the principles set forth in the specifications.  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.

       

      7.10.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

       

      7.10.3.2    The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.10.4   Fabric:  To ensure permanent moisture control, superior breathability, soil resistance, easy care, wrinkle resistance, color matching, and color retention, the fabric is to be 9.5 to 10 ounce per linear yard, tropical weave with mechanical stretch, 100% texturized polyester with NANO-DRY technology by Burlington-Raeford Style #718-07.

       

      7.10.5   Creasing:  Pockets and pocket flaps to be die creased to give uniform shape and size. 

       

      7.10.6   Collar:  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”. 

       

      7.10.6.1     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.

       

      7.10.6.2     Collar stays shall be of good quality Stalar vinyl, 2-1/2” in length and 3/8” wide and be attached to the bottom collar.  The         stand shall fasten with one button.  There shall be one horizontal buttonhole.

       

      7.10.6.3     Inner stand and inner yoke to be made of matching 65% Dacron Polyester, 35% Cotton, 4.2 ounce per square yard, 106 x       58.

       

      7.10.7   Sleeves:  Shall be straight and whole.  The cuffs shall be 2-7/8” in width and to fasten with two buttons.  There is to be a single stitch 7/16” from top of cuff. 

       

      7.10.7.1 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 2” wide.  Button is to be placed on sleeve opening with corresponding buttonhole. 

       

      7.10.7.2 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.

       

      7.10.8   Front:  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. 

       

      7.10.8.1  Center front shall contain six (6) vertical buttonholes placed 3/4” from edge and 3-1/2” apart. 

       

      7.10.8.2  The button stand, 7/8” wide, shall be self-lined and placed on the 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. 

       

      7.10.9   Back:  Yoke must be composed of an outer piece of the same material as the basic shirt, and an inner piece of poplin.

       

      7.10.10  Pockets:  Two breast pockets with mitered corners to finish 5-5/8” wide and 6” long.  The left breast pocket shall  have a pencil              compartment about 1-1/4” wide.  Both pockets shall have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.10.11  Flaps:  Two (2) 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 shall be secured    to front of shirt with two rows of stitching approximately 1/4” above top of pocket.  Left flap to have a pencil opening about 1-1/4” in      width.  Flaps shall be interlined.  There must  be a matching button and buttonhole sewn on the flap.

       

      7.10.12  Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and              pockets.

       

      7.10.13  Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges          show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  The badge tab          shall have two small horizontal buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of left flap.

       

      7.10.14 Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite 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 2” from the collar.  Shoulder straps shall be box stitched to shoulders with row of cross stitching 2” from sleeve head seam.

       

      7.10.15  Permanent Creases:  Shirt to have permanent military creases.  Creases to be stitched in shirt only, not through pockets and flaps.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.10.16  Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.10.17  Interlining:  Flaps to be 6800 crease and tack.  Top center to be lined with 505 Viltec.  Bands and cuffs to be 37 Durapress.

       

      7.10.18  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.10.19  Buttons:  All buttons shall be made from high impact melamine and must match fabric.

       

      7.10.20  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.10.21  Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail. 

       

      7.10.22  Pressing and Packing:  Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed two (2) to a box with the sizes marked on the outside of the box at the one end.

       

      7.10.23  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.   

       

      7.10.24  Finished Dimensions (TexTrop2, Male, Long Sleeve, White):

       

      Size

      14

      14.5

      15

      15.5

      16

      16.5

      17

      17.5

      18

      18.5

      Chest

       39

      41

       43

      45

      47

      49

      51

      53

      55

      57

      Waist

      34

      36

      38

      40

      42

      44

      46

      49

      52

      54

      Bk Length

       32 ¼

      35 5/8

      32 ¾

      32 7/8

      33 1/8

      33 1/2

      33 7/8

      35

      35 5/8

      35 7/8

      Slv Length

      33

      34

      35

      36

      37

      38

      39

       

       

       

       

      Size

      19

      19.5

      20

      20.5

      21

      22

      Chest

       59

       

       61

       

       

       73

      Waist

       58

       

       62

       

       

       73

      Bk Length

       36

       

       36-1/2

       

       

       37-1/8

       

       

       

       

       

    • Cooperative Purchase
      1. The County reserves the right to extend all of the terms, conditions, specifications, and unit or other prices of any contract resulting from this bid to any and all public bodies, subdivisions, school districts, community colleges, colleges, and universities including non-public schools. This is conditioned upon mutual agreement of all parties pursuant to special requirements which may be appended thereto. The supplier/contractor agrees to notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide usage information, which may be requested.
      2. The County assumes no authority, liability or obligation, on behalf of any other public or non-public entity that may use any contract resulting from this bid.  All purchases and payment transactions will be made directly between the contractor and the requesting entity. Any exceptions to this requirement must be specifically noted in the bid/proposal response.
    • Shirt Specification #5. FEMALE SHORT SLEEVE, PARAGON PLUS (Colors: White and Navy

      7.11.1     Colors

       

      7.11.1.1    White P811LC 

      7.11.1.2    Navy BP854LC

       

      7.11.2     Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt currently used by the Police Department (Elbeco Paragon Plus Style# P811LC / BP854LC).  Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

       

      7.11.2.1   Shirts to have permanent military creases using the UltraCrease™ silicone and application method, developed especially for technologically enhanced fabric treatments.

       

      7.11.3    Tailoring:  It is imperative that this garment be constructed according to the principles set forth in the specifications.  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.

       

      7.11.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

      7.11.2.2 The collar is to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.11.4    Fabric:  Fabric to be Galey & Lord 5424 Plain Weave Poplin, 65% Dacron Polyester, 35% Cotton, 7-8% engineered filling stretch, with vat dyed color and a comfort touch finish.  Fabric must be sanforized and mercerized with permanent press finish.  Must be finished with Teflon® fabric protector for superior fabric appearance and durability. 

       

      7.11.4.1    The fabric must meet or exceed the following characteristics: 

       

      Finished Count:           106 x 52

      Finished Weight:         4.25 – 4.50oz./sq. yd.

      Tensile Strength:         Warp = 126 lbs. Fill = 60 lbs.

      Tear Strength:            Warp = 4.2 lbs. Fill = 2.8 lbs.

       

      7.11.5      Creasing:  Pockets and pocket flaps to be die creased to give uniform shape and size.

       

      7.11.6      Collar:  Convertible collar shall be one piece and to measure 3-1/4” long at points and 1-5/8” wide at back.  Collar to be lined with 100% Dacron. 

       

      7.11.6.1    The collar stays shall be of good quality Stalar vinyl, 2-3/4” in length and 3/8” wide and be attached to the bottom collar.

       

      7.11.7     Sleeves:  Sleeves are to be straight and whole and have a 1” hem and finish 9-1/2” in length.

       

      7.11.7.1   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.

       

      7.11.8    Front:  The front shall have a center facing 3” in width extending from neckline to the bottom of shirt provided by a turn under of material.  The right front shall also have a lined, box pleat 1-1/2” wide finished, running full length of the shirt and shall be top stitched 1/4” from both edges.

       

      7.11.8.1    The center front shall contain seven (7) vertical buttonholes placed 3/4” from edge, first 2-1/2 “ down from neck, balance 3-1/2” apart.

       

      7.11.9    Back:  Shall have double yoke of basic shirt material, top stitched along edge for added image and performance.

       

      7.11.10 Pockets:  Shall have two breast pockets with mitered 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 be pleated and to have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.11.11   Flaps:  Shall have two scalloped flaps to finish 5-1/4” in length, 2-3/4” in width at center, and 2-1/8” in width at sides.  Flaps shall 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 1-1/2” in width.  There will be a matching button and a buttonhole sewn on the flap. 

       

      7.11.12 Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.11.13 Badge Tab:  Shall be reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  The badge tab shall have two small (horizontal) buttonholes 1-1/4” apart with the bottom buttonhole 1-1/2” above top of the left flap.

       

      7.11.14   Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  Pointed ends shall be fastened with one matching button.  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.

       

      7.11.15   Permanent Creases:  Shirt shall have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of UltraCrease™ silicone sealant, specially formulated for technologically enhanced fabrics, so as to give permanency to the creases for the life of the garment.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.11.16   Emblems:  Baltimore County Police emblems, provided by the County, shall be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.11.17   Interlining:  Flaps to be EZ Crease and tack.  Top center to be lined with 505 Viltec. 

       

      7.11.18   Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.11.19   Buttons:  Buttons shall be 20L and made from melamine material for durability and must match fabric.

       

      7.11.20 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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.11.21 Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.11.22 Pressing & Packing:  Shirts shall be carefully pressed by hand and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed four (4) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.11.23 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. 

       

      7.11.24 Finished Dimensions (Paragon Plus, Female Short Sleeve.  (White and Navy) :

       

      Size

      30

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Bust

      39

      40

      41 ½

      43

      44 ½

      46

      48

      50

      52

      54

      Waist

      32

      33

      34 ½

      36

      37 ½

      39

      41

      43

      45

      47

       

       

      Size

      50

      52

      54

      Chest

       55-1/2

       

       

      Waist

       52-1/2

       

       

      Bk Length

       29

       

       

       

       

       

       

       

       

       

       

       

       

    • Multi-Agency Procurement

      Baltimore County reserves the right to extend the terms and conditions of this contract to any and all other County agencies requiring these commodities and/or services. A purchase order will be issued against the original supplier contract, confirming the contracted pricing and giving quantity and delivery requirements.

    • Shirt Specification #6. FEMALE LONG SLEEVE, PARAGON PLUS (Colors: White and Navy)

      7.12.1     Colors

       

      7.12.1.1    White P801LC

      7.12.1.2   Navy BP844LC

       

      7.12.2     Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt currently used by the Police Department (Elbeco Paragon Plus style# P801LC / BP844LC).  Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to current shirts ( Elbeco Paragon Plus style# P801LC / BP844LC).

       

      7.12.2.1  Shirts shall have permanent military creases using the UltraCrease™ silicone and application method, developed especially for technologically enhanced fabric treatments.

       

      7.12.3    Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      7.12.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

      7.12.3.2   The collar, cuffs and back yoke are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.12.4  Fabric:  Fabric to be Galey & Lord 5424 Plain Weave Poplin, 65% Dacron Polyester, 35% Cotton, 7-8% engineered filling stretch, with vat dyed color and a comfort touch finish.  Fabric must be sanforized and mercerized with permanent press finish.  Must be finished with Teflon® fabric protector for superior fabric appearance and durability. 

       

      7.12.4.1 Fabric must meet or exceed the following characteristics: 

       

      Finished Count:           106 x 52

      Finished Weight:         4.25 – 4.50oz./sq. yd.

      Tensile Strength:         Warp = 126 lbs. Fill = 60 lbs.                                    

      Tear Strength:             Warp = 4.2 lbs. Fill = 2.8 lbs.                                                

       

      7.12.5   Creasing:  Pockets and pocket flaps to be die creased to give uniform shape and size.

       

      7.12.6   Collar:  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 stand shall fasten with one button.  There shall be one horizontal buttonhole.

       

      7.12.6.1   The leaf shall be made of three (3) pieces; two pieces of self-cloth and one whole lining, which is to be fused to the top collar.

      7.12.6.2   Permanent collar stays to be secured to bottom ply.  The collar stays shall be of good quality Stalar vinyl, 2-3/4” in length and 3/8” wide and be

      attached to the bottom collar.

       

      7.12.7    Sleeves:  Shall be straight and whole.  Cuffs are to be 2-5/8” in width and have two buttons on one end, and one buttonhole on the other to allow for adjusting the cuff size. 

       

      7.12.7.1   Sleeve opening shall measure 3-7/8” 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. 

       

      7.12.7.2  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.

       

      7.12.8   Front:  Front shall have a facing 1-1/2” wide extending from the collar stand to the bottom of the 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 (6) vertical buttonholes placed 3/4” from edge and 3-1/2” apart.

       

      7.12.8.1 The button stand, 1” wide, shall be self-lined and placed on the 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.

       

      7.12.9  Back:  Shall have a double yoke of basic shirt material, top stitched along edge for added image and performance.

       

      7.12.10 Pockets:  Shall have two breast pockets with mitered corners to finish 5” wide and 5-1/2” long.  Left breast pocket to have a pencil compartment about 1-1/4” wide.  Both pockets to be pleated and to have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.12.11  Flaps:  shall  have two scalloped flaps to finish 5-1/4” in length, 2-3/8” in width at center, and 2-1/8” in width at sides.  Flaps shall be secured to front of shirt with two rows of stitching approximately 1/4” above top of pocket.  The left flap shall  have a pencil opening about 1-1/2” in width.  Flaps shall be interlined.  There shall be a matching button and a buttonhole sewn on the flap. 

       

      7.12.12 Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.12.13 Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  Reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  Badge Tab shall have two small (horizontal) buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of the left flap.

       

      7.12.14 Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  Pointed ends shall be fastened with one matching button.  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.

       

      7.12.15 Permanent Creases:  Shirt shall have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of UltraCrease™ silicone sealant, specially formulated for technologically enhanced fabrics, so as to give permanency to the creases for the life of the garment.  One crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.12.16 Emblems:  Baltimore County Police emblems, supplied by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.12.17 Interlining:  Flaps shall be EZ Crease.  Top center to be lined with 505 Viltec.  Bands and cuffs to be 37 Durapress.

       

      7.12.18 Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.12.19 Buttons:  Buttons shall be 20L and made from melamine material for durability and must match fabric.

       

      7.12.20  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.12.21 Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.12.22 Pressing & Packing:  Shirts shall be carefully pressed by hand and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed four (4) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.12.23 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. 

       

      7.12.24 Finished Dimensions (Paragon Plus, Female, Short Sleeve, White and Navy) 

       

       

      Size

      30

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Bust

      39

      40

      41 ½

      43

      44 ½

      46

      48

      50

      52

      54

      Waist

      32

      33

      34 ½

      36

      37 ½

      39

      41

      43

      45

      47

                 

       

       

       

       

       

       

       

       

       

    • Volunteer Fire Department Code

      The vendor of this contract shall extend the same prices, terms and conditions to all Baltimore County Volunteer Fire Departments requiring these commodities and/or services.  Any additional charges for deliveries to Volunteer companies must be negotiated with the individual companies.  Baltimore County Fire Department and the Office of Budget and Finance are not responsible for payment of invoices for the Volunteer Fire Departments.  All purchase and payment transactions will be made directly between the Vendor and the Volunteer Fire Departments.

    • Escalation (MANUFACTURER DOCUMENTATION)
      1. All unit prices offered herein shall be firm against any increase for one (1) year from effective date of the contract. After this date, it shall be the vendor's responsibility to notify the Buyer in advance of any anticipated changes in prices and submit a request for a price increase by furnishing bona-fide manufacturer's documents or price list reflecting the changes. Increases shall be limited to the actual cost increase to the vendor.
      2. The County reserves the right to accept or reject within 14 days after the request for a price increase. If the price increase is rejected, the specific item in question will be canceled. If the price increase is approved, the price will remain firm for one (1) year from the date of the increase.
    • Shirt Specification #7. FEMALE SHORT SLEEVE SHIRT, TexTrop2

      7.13.1       Color:  White Z9810CN

       

      7.13.2   Style:  It is the intention of this department to secure a tailored shirt in quality of workmanship and style to the shirt currently used by the Police Department.  Elbeco TexTrop2 brand or pre-approved equal only.

       

      7.13.2.1        Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

      7.13.2.2       Shirts shall have permanent sewn-in military stitches.

       

      7.13.3   Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      7.13.3.1         All sewing shall be with Dacron core thread to match shirt fabric.

      7.13.3.2        The collar shall be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.13.4   Fabric:  To ensure permanent moisture control, superior breathability, soil resistance, easy care, wrinkle resistance, color matching, and color retention, the fabric shall be 9.5 to 10 ounce per linear yard, tropical weave with mechanical stretch, 100% texturized polyester with NANO-DRY technology by Burlington-Raeford.  Style #718-07.

       

      7.13.5   Creasing:  Pockets and pocket flaps shall be die creased to give uniform shape and size. 

       

      7.13.6   Collar:  Convertible collar shall be one piece and measure 3-1/8” long at the points and 1-5/8” wide at back.  There shall be one horizontal buttonhole. 

       

      7.13.6.1      The collar shall be constructed of two plies of basic material and only one ply of D331 top fuse lining. 

      7.13.6.2     The collar stays shall be of good quality Stalar vinyl, 2-3/4” in length and 3/8” wide and be attached to the bottom collar. 

      7.13.6.3     The collar and inner yoke shall be lined with matching 65% Dacron Polyester, 35% Cotton, 4.2 oz. per square yard, 106 x 58.  The collar lining shall be banana shaped.

       

      7.13.7    Sleeves:  Sleeves shall be straight and whole with 1” hem.  The finish shall be 9” long from shoulder seam.

       

      7.13.7.1      The sleeves shall 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.

       

      7.13.8   Front:  Fronts shall have a center facing 3” in width extending from neckline to bottom of shirt provided by a turn under of material.  The right front shall also have a lined box pleat 1-1/2” wide finished, running full length of the shirt and shall be topstitched 1/4” from both edges. 

       

      7.13.8.1         Center front shall contain six (6) vertical buttonholes placed 3/4” from edge, first at neck, second 2-1/2” down, balance 3-1/2” apart.

       

      7.13.9   Back:  Yoke shall be composed of an outer piece of the same material as the basic shirt, and in inner piece of poplin.

       

      7.13.10  Pockets:  Two (2) breast pockets with mitered corners to finish 5” wide and 5-1/2” long.  The left breast pocket shall have a pencil compartment about 1-1/4” wide.  Both pockets shall have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.13.11  Flaps:  Two (2) scalloped flaps to finish 5-1/4” in length, 2-3/8” in width at center, and 2-1/8” in width at sides.  Flaps  shall be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket.  The left flap shall have a pencil opening about 1-1/4” in width.  Flaps  shall be interlined.  There shall be a matching button and buttonhole sewn on the flap. 

       

      7.13.12  Flap Closure:  Side points of the flaps shall be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.13.13  Badge Tab:  Reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  Bridge Tab shall have two (2) small (horizontal) buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of left flap.

       

      7.13.14  Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  The pointed ends shall be fastened with one matching button.  Straps shall measure 2” at sleeve and taper to 1-3/8”.  Straps to be set about 2” from the collar.  Shoulder straps shall be box stitched to shoulders with row of cross stitching 2” from sleeve head seam.

       

      7.13.15  Permanent Creases:  Shirt to have permanent military creases.  Creases to be stitched in shirt only, not through pockets and flaps.  One (1) crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.13.16  Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.13.17  Interlining:  Flaps to be 6800 crease and tack.  Top center to be lined with 505 Viltec. 

       

      7.13.18  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.13.19  Buttons:  Buttons shall be 20L and made from high impact melamine and must match fabric.

       

      7.13.20  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.13.21  Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.13.22  Pressing & Packing:  Shirts shall be carefully pressed by hand and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed two (2) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.13.23  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. 

       

      7.13.24 Finished Dimensions (TexTrop2, Female, Short Sleeve, White)

       

       

      Size

      30

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Bust

      37

      38

      39 ½

      41

      42 ½

      43 ½

      45 ½

      47 ½

      49 ½

      51 ½

      Waist

      32

      33

      34 ½

      36

      37 ½

      38 ½

      40 ½

      42 ¼

      44 ½

      46 ½

      Bk Length

      28

      28

      28

      28 ½

      28 ½

      29 ¼

      29 ¼

      30

      30

      30

       

       

       

       

       

       

       

       

       

       

       

       

    • Shirt Specification #8. FEMALE LONG SLEEVE SHIRT, TexTrop2

      7.14.1       Color:  White Z9310LCN

       

      7.14.2    Style:  It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt currently used by the Police Department (Elbeco Tex-Trop 2 Style# Z3310N) .  Elbeco Tex-Trop 2 brand or approved equal only.

       

      7.14.2.1    Shirts will be cut on a form fitting line, and the shape of the pockets and general style will conform to this sample. 

      7.14.2.2   Shirts to have permanent sewn-in military stitches.

       

      7.14.3    Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      7.14.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

      7.14.3.2   The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.14.4    Fabric:  To ensure permanent moisture control, superior breathability, soil resistance, easy care, wrinkle resistance, color matching, and color retention, the fabric is to be 9.5 to 10 ounce per linear yard, tropical weave with mechanical stretch, 100% texturized polyester with NANO-DRY technology by Burlington-Raeford.  Style #718-07.

       

      7.14.5    Creasing:  Pockets and pocket flaps to be die creased to give uniform shape and size. 

       

      7.14.6   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”. 

       

      7.14.6.1  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.

      7.14.6.2 The collar stays shall be of good quality Stalar vinyl, 2-1/2” in length and 3/8” wide and be attached to the bottom collar.  The stand shall fasten with one button.  There shall be one horizontal buttonhole.

      7.14.6.3 Inner stand and inner yoke shall be made of matching 65% Dacron Polyester, 35% Cotton, 4.2 oz. per square yard, 106 x 58.

       

      7.14.7    Sleeves:  Shall be straight and whole.  Cuffs are to be 2-5/8” in width and  fasten with two buttons.  There is to be a single stitch 7/16” from top of cuff. 

       

      7.14.7.1  Sleeve opening shall measure 3-7/8” from top of cuff.  The top facing for this opening is to be 1-1/4” wide and the bottom facing to finish about 2” wide.  Button is to be placed on sleeve opening with corresponding buttonhole. 

      7.14.7.2  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.

       

      7.14.8    Front:  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. 

       

      7.14.8.1   Center front shall contain six (6) vertical buttonholes placed 3/4” from edge and 3-1/2“ apart. 

      7.14.8.2  The button stand, 7/8” wide, shall be self-lined and placed on the 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. 

       

      7.14.9   Back:  Back yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of poplin.

       

      7.14.10  Pockets:  Two (2) breast pockets with mitered corners to finish 5” wide and 5-1/2” long.  The left breast pocket shall have a pencil compartment about 1-1/4” wide.  Both pockets to have 1-1/4” box stitching top and bottom to prevent spreading.

       

      7.14.11   Flaps:  Two (2) scalloped flaps to finish 5-1/4” in length, 2-3/8” in width at center, and 2-1/8” in width at sides.  Flaps shall be secured to front of shirt with two rows of stitching approximately 1/4” above top of pocket.  The left flap shall have a pencil opening about 1-1/4” in width.  Flaps shall be interlined.  There will be a matching button and buttonhole sewn on the flap. 

       

      7.14.12  Flap Closure:  Side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flaps and pockets.

       

      7.14.3   Badge Tab:  Shall be reinforced on inside of the shirt by means of a strip of material 1-1/2” wide stitched and folded so that no raw edges show.  The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke.  Shall have two small (horizontal) buttonholes, 1-1/4” apart with the bottom buttonhole 1-1/2” above top of left flap.

       

      7.14.4   Shoulder Straps:  Shoulder straps shall be pointed at the end toward the neck of the shirt.  The opposite end shall be sewn in sleeve head seam.  Pointed ends shall be fastened with one matching button.  Straps shall measure 2” at sleeve and taper to 1-3/8”.  Straps to be set about 2” from the collar.  Shoulder straps shall be box stitched to shoulders with row of cross stitching 2” from sleeve head seam.

       

      7.14.5   Permanent Creases:  Shirt shall have permanent military creases.  Creases shall be stitched in shirt only, not through pockets and flaps.  One (1) crease in each front extending from hem to joining seam.  Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

       

      7.14.6   Emblems:  Baltimore County Police emblems, supplied by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.14.7   Interlining:  Flaps to be 6800 crease and tack.  Top center to be lined with 505 Viltec.  Bands and cuffs to be 37 Durapress.

       

      7.14.8  Labels:  Size shall be marked with a woven size loop attached to brand and content label in yoke.  Care label to be placed in bottom hem.

       

      7.14.9  Buttons:  Buttons shall be 20L and made from high impact melamine and must match fabric.

       

      7.14.10  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 incorporated into an inventory management system.  Appropriate support documentation must be available to assist Agency in encoding UPC information.

       

      7.14.11  Size Marking:  Size shall be marked with indelible ink on a size loop attached to basic label in yoke and on outside of left front tail.

       

      7.14.12  Pressing & Packing:  Shirts shall be carefully pressed by hand and individually packed in polyethylene bags.  Shirts to be shipped in strong boxes so as not to be damaged in shipment.  Shirts to be packed two (2) to a box with the sizes marked on the outside of the box at the one end. 

       

      7.14.13  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. 

       

      7.14.14  Finished Dimensions (TexTrop2, Female, Long Sleeve, White):

       

      Size

      30

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Bust

      37

      38

      39 ½

      41

      42 ½

      43 ½

      45 ½

      47 ½

      49 ½

      51 ½

      Waist

      32

      33

      34 ½

      36

      37 ½

      38 ½

      40 ½

      42 ¼

      44 ½

      46 1/2

      Bk Length

      28

      28

      28

      28 ½

      28 ½

      29 ¼

      29 ¼

      30

      30

      30

      Slv Length

      31 1/3

      31 1/3

      31 1/3

      32 ¼

      32 ¼

      33 ½

      33 ¾

      34

      34

      34 ½

       

       

       

       

       

       

       

       

       

       

       

       

                

    • Escalation (CONSUMER PRICE INDEX)
      1. All unit prices offered herein shall be firm against any increase for one (1) year from the effective date of the contract.  Prior to commencement of subsequent renewal terms, the County may entertain a request for escalation in accordance with the current Consumer Price Index at the time of the request or up to a maximum 5% increase on the current pricing, whichever is lower.  
      2. For purposes of this section, “Consumer Price Index” shall mean the Consumer Price Index-All Urban Consumers-United States Average-All Items (CPI-U), as published by the United States Department of Labor, Bureau of Labor Statistics.  
      3. The County reserves the right to accept or reject the request for a price increase within fourteen (14) days.  If the price increase is approved, the price will remain firm for one (1) year from the date of the increase.
    • Published Price Sheets

      This contract will allow price sheet fluctuation. The discount quoted shall remain firm for the term of this contract. It shall be the vendor's responsibility to furnish the Purchasing Division any changes in the price sheets. The price sheet must be kept current. Upon award of the agreement, the successful vendor shall provide the price sheets in electronic format to the Purchasing Division.

    • Shirt Specification #9. MALE LONG SLEEVE SHIRT, CX360

      7.15.1       Color: Midnight Navy, #3524

       

      7.15.2       Style: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt currently used by the Police Department (Elbeco CX360 style# 3524). Shirt is cut on a form-fitting line, and the shape of pockets and general style conform to above style number.

       

      7.15.3       Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

                  7.15.3.1    All sewing shall be with Dacron core thread to match shirt fabric.

       

                  7.15.3.2    The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.15.4       Fabric: 100% Nanospun polyester with 16 % fiber stretch, left hand twill. Weight is 4.5 oz. per square yard. With fiber stretch, fabric maintains its stretch and recovery over time. Must be treated at the fiber level with Nano fluid repellency technology for permanent superior fluid resistance and UV 40+ protection while maintaining original fabric breathability. Fabric meets pilling test standards per ASTM 4970 of 5.0.

       

      7.15.5       Collar: Shape and style of both leaf and stand conform to the TT89 banded collar. Points, medium spread, are approximately 3" long. Back of stand measures 1½". Stand fastens with one button and one horizontal buttonhole. Leaf is made of three pieces; two pieces of self-fabric and one whole lining, which is fused to the top collar. Inner stand and inner yoke are made of poly/cotton. Collar stays are of good quality vinyl that measure 2½" long x ⅜" wide and are attached to the bottom collar.

       

      7.15.6       Sleeves: Sleeves shall be straight and whole. Cuffs are 2⅞” wide and fasten with two-button adjustable cuffs. There is a single stitch ½” from top of cuff. Sleeve opening measures 5¼” from top of cuff. Top facing for this opening is 1” wide and bottom facing finishes about ½” wide. Sleeves must be secured to the body of the shirt by a merrow stitch with a safety stitch to properly strengthen the stitch. The same stitch is used on the side closing seams.

       

      7.15.7       Flex Vent: Flex Vent is made from 92% polyester/8% spandex mesh. Diamondshaped mesh measuring 3½” wide x 10¼” long is set into the sleeve and body panels at the underarm to allow body heat ventilation, increased mobility, and comfort.

       

      7.15.8       Front: Front has a facing 3” wide extending from neckline to the bottom of shirt provided by a turnunder of material. Left front has a lined false top center 1½” wide, finished, running full length of the shirt with two rows of stitching ⅞” apart. Left front contains seven vertical buttonholes placed ¾" from edge: first 2½" down from neck and the balance 3½" apart. The 2nd, 3rd, 4th, and 5th buttons are sewn on the top center and are not functional. Right front has a button piece, ⅞" wide, stitched the full length. First and 6th buttons are securely attached to the button piece and correspond to buttonholes in the center front.

       

      7.15.9       Zipper: A 14" nylon zipper is sewn to the front, positioned below the first button to replace the 2nd, 3rd, 4th, and 5th buttons that are sewn on the top center. First and 6 th buttons are functional.

       

      7.15.10     Dual Comm Access Openings: Access openings measuring 1½” are set in each side seam 1” below the bottom tip of the Flex Vent. Pouch-style openings are cleanfinished, neatly concealed, and reinforced for durability. Openings are used to thread communication wires under the front of the shirt to keep them out of the way.

       

      7.15.11     Pockets: Two double-entry chest pockets with mitered corners finish 5⅝” wide x 6” long. Side entries form utility pockets closed with Velcro. Pockets have 1¼” box-pleats, stitched from top to bottom to prevent spreading and 1¼” wide pencil compartments.

       

      7.15.12     Flaps: Scalloped flaps that finish 5¾” wide are secured to front of shirt with two rows of stitching and have 1¼” wide pencil openings. Matching buttons and buttonholes are centered on flaps. Flaps are secured to pockets by Velcro fasteners sewn onto flaps and pockets.

       

      7.15.13     Badge Tab: Reinforced on inside of the shirt by a strip of material, 1½" wide, stitched and folded so that no raw edges show. Reinforcement strip extends from the flap setting stitch to the joining seam at the front of the yoke. There are two small horizontal buttonholes 1¼" apart with the bottom hole 1½" above top of left flap

       

      7.15.14     Mic Tab: A ¾” x 2” mic tab is set 3½” below the center of the neckline.

       

      7.15.15     Name Tape: An optional ⅞” x 8” loose name tape is set inside the right front pocket

       

      7.15.16     Buttons: All buttons, size 20 ligne, are made from high impact melamine and must match fabric.

       

      7.15.17     Shoulder Straps: Shoulder straps are pointed at the ends toward the neck. The other ends are sewn in the sleeve head seams. Pointed ends are fastened with one matching button. Straps measure 2" at sleeves and taper to 1⅜" and are set about 2" from the collar. Straps are box-stitched to shoulders with a row of cross-stitching 2" from sleeve head seams. There are 1” concealed openings under the straps, set halfway between the neck seams and shoulder seams, to thread communication wires.

       

      7.15.18     Back: Yoke, composed of an outer ply of self-fabric and inner ply of poplin, is joined at the side seams with 5-thread safety stitches.

       

      7.15.19     Permanent Creases: Shirt has permanent military creases. Creases are stitched in shirt only, not through pockets and flaps. One crease in each front extends from hem to joining seam. Three vertical creases are in back; middle crease is on the center line and side creases are spaced equally from the center crease.

       

                   7.15.19.1     Creasing: Pockets and pocket flaps are die-creased to give uniform shape and size.

       

      7.15.20     Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.15.21     Interlining: Collar is CK331. Cuffs are M37 H-Press. Flaps are EZ Crease. Top center is interlined.

       

      7.15.22     Labels: A heat-seal label in yoke contains brand, size, content, and country of origin. Care label with cut number is sewn inside the side seam. Descriptive product hang tag is attached to front of shirt.

       

      7.15.23     Pressing and Packing: Shirts are carefully pressed by hand and individually packed in polyethylene bags. Shirts are bulk-packed and shipped in strong boxes so as not to be damaged in shipment.

       

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

       

      7.15.25     Code of Conduct: All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions is 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, non-discrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

       

      7.15.26     Finished Dimensions (CX360, Male, Long Sleeve, Midnight Navy):

                 

      Size:

      14

      14-1/2

      15

      15-1/2

      16

      16-1/2

      17

      17-1/2

      18

      Chest

      39

      41

      43

      45

      47

      49

      51

      53

      55

      Waist

      35

      37

      39

      41

      43

      45

      47

      50

      53

      Back Length

      32-1/8

      32-1/4

      32-3/8

      32-5/8

      32-3/4

      33

      33-1/2

      34-1/2

      34-5/8

      Size:

      18-1/2

      19

      20

      22

       

       

       

       

       

      Chest

      57

      59

      61

      73

       

       

       

       

       

      Waist

      55

      58

      62

      73

       

       

       

       

       

      Back Length

      35-1/2

      36

      36-1/2

      37-1/8

       

       

       

       

       

      Combination Sleeve Length: 32/33, 34/35, 36/37, 38/39

    • Deliveries
      1. Deliveries shall be made promptly.  If deliveries are not made within thirty (30) days after receipt of order, the Purchasing Agent reserves the right to procure the supplies elsewhere on the open market, in which event, the extra cost of procuring the supplies may be charged against the Contractor and deducted from any monies due or which may become due it.
      2. If the Contractor is unable to supply requested supplies within the designated time, due to factory delay, strike or any unforeseen circumstances, the Contractor must notify the Buyer of the delay and the anticipated delivery date.  Failure to comply with this requirement will result in a poor performance rating which is considered in subsequent awards.
      3. Failure to meet delivery date and to provide supplies as specified may result in written termination of the contract.
    • Shirt Specification #10. FEMALE LONG SLEEVE SHIRT, CX360

      7.16.1     Color: Midnight Navy. #3534LC

       

      7.16.2     Style: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt now in use (Elbeco CX360 style# 3534LC). Shirt is cut on a Ladies Choice pattern with expanded chest, waist, and hip dimensions for a more flattering fit. The shape of pockets and general style conform to above style number.

       

      7.16.3     Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      10.3.1  All sewing shall be with Dacron core thread to match shirt fabric.

      10.3.2  The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.16.4     Fabric: 100% Nanospun polyester with 16 % fiber stretch, left hand twill. Weight is 4.5 oz. per square yard. With fiber stretch, fabric maintains its stretch and recovery over time. Must be treated at the fiber level with Nano fluid repellency technology for permanent superior fluid resistance and UV 40+ protection while maintaining original fabric breathability. Fabric meets pilling test standards per ASTM 4970 of 5.0.

       

      7.16.5     Collar: Shape and style of both leaf and stand conform to the TT89 banded collar. Points, medium spread, are approximately 3" long. Back of stand measures 1½". Stand fastens with one button and one horizontal buttonhole. Leaf is made of three pieces; two pieces of self-fabric and one whole lining, which is fused to the top collar. Inner stand and inner yoke are made of poly/cotton. Collar stays are of good quality vinyl that measure 2½" long x ⅜" wide and are attached to the bottom collar.

       

      7.16.6     Sleeves: To be straight and whole. Cuffs are 2-5/8” wide and fasten with two-button adjustable cuffs. There is a single stitch 7/16” from top of cuff. Sleeve opening measures 4-1/2” from top of cuff. Top facing for this opening is 1” wide and bottom facing finishes about ½” wide. Sleeves must be secured to the body of the shirt by a merrow stitch with a safety stitch to properly strengthen the stitch. The same stitch is used on the side closing seams.

       

      7.16.7     Flex Vent: Flex Vent is made from 92% polyester/8% spandex mesh. Diamondshaped mesh measuring 2½” wide x 8” long is set into the sleeve and body panels at the underarm to allow body heat ventilation, increased mobility, and comfort.

       

      7.16.8     Front: Front has a facing 3” wide extending from the neckline to bottom of shirt provided by a turnunder of material. Right front has a lined false top center 1½” wide, finished, running full length of the shirt with two rows of stitching ⅞” apart. Right front contains six vertical buttonholes placed ¾" from edge: first 2½” down from neck and the balance 3½” apart. The 2nd, 3rd, 4th, and 5th buttons are sewn on the top center and are not functional. Left front has a button piece, ⅞” wide, stitched the full length. First and 6th buttons are securely attached to the button piece and correspond to buttonholes in the center front.

       

      7.16.9     Zipper: A 14" nylon zipper is sewn to the front, positioned below the first button to replace the 2nd, 3rd, 4th, and 5th buttons that are sewn on the top center. First and 6th buttons are functional.

       

      7.16.10   Dual Comm Access Openings: Access openings measuring 1½” are set in each side seam 1” below the bottom tip of the Flex Vent. Pouch-style openings are clean finished, neatly concealed, and reinforced for durability. Openings are used to thread communication wires under the front of the shirt to keep them out of the way.

       

      7.16.11   Pockets: Two double-entry chest pockets with mitered corners finish 5" wide x 5½" long. Side entries form utility pockets closed with Velcro. Pockets have 1¼" box-pleats stitched from top to bottom to prevent spreading and 1¼” wide pencil compartments.

       

      7.16 12   Flaps: Scalloped flaps that finish 5¼" wide are secured to front of shirt with two rows of stitching and have 1¼” wide pencil openings. Matching buttons and buttonholes are centered on flaps. Flaps are secured to pockets by Velcro fasteners sewn onto flaps and pockets.

       

      7.16.13   Badge Tab: Reinforced on inside of the shirt by a strip of material, 1½" wide, stitched and folded so that no raw edges show. Reinforcement strip extends from the flap setting stitch to the joining seam at the front of the yoke. There are two small horizontal buttonholes 1¼" apart with the bottom hole 1½" above top of left flap.

       

      7.16.14   Mic Tab: A ¾” x 2” mic tab is set 3½” below the center of the neckline.

       

      7.16.15   Name Tape: An optional ⅞” x 8” loose name tape is set inside the right front pocket

       

      7.16.16   Buttons: All buttons, size 20 ligne, are made from high impact melamine and must match fabric.

       

      7.16.17   Shoulder Straps: Shoulder straps are pointed at the ends toward the neck. The other ends are sewn in the sleeve head seams. Pointed ends are fastened with one matching button. Straps measure 2" at sleeves and taper to 1⅜" and are set about 2" from the collar. Straps are box-stitched to shoulders with a row of cross-stitching 2" from sleeve head seams. There are 1” concealed openings under the straps, set halfway between the neck seams and shoulder seams, to thread communication wires.

       

      7.16.18   Back: Yoke, composed of an outer ply of self-fabric and inner ply of poplin, is joined at the side seams with 5-thread safety stitches.

       

      7.16.19   Permanent Creases: Shirt has permanent military creases. Creases are stitched in shirt only, not through pockets and flaps. One crease in each front extends from hem to joining seam. Three vertical creases are in back; middle crease is on the center line and side creases are spaced equally from the center crease.

       

      10.19.1  Creasing: Pockets and pocket flaps are die-creased to give uniform shape and size.

       

      7.16.20   Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.16.21   Interlining: Collar is CK331. Cuffs are M37 H-Press. Flaps are EZ Crease. Top center is interlined.

       

      7.16.22   Labels: A heat-seal label in yoke contains brand, size, content, and country of origin. Care label with cut number is sewn inside the side seam. Descriptive product hang tag is attached to front of shirt.

       

      7.16.23   Pressing and Packing: Shirts are carefully pressed by hand and individually packed in polyethylene bags. Shirts are bulk-packed and shipped in strong boxes so as not to be damaged in shipment.

       

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

       

      7.16.25   Code of Conduct: All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions is 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, non-discrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

       

      7.16.26   Finished Dimensions (CX360, Female, Long Sleeve, Midnight Navy):

                 

      Size:

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Neck Size

      13-1/2

      14

      14-1/2

      15

      15-1/2

      16

      16-1/2

      17

      17-1/2

      Chest

      39-1/2

      41

      42-1/2

      44

      45-1/2

      47-1/2

      49-1/2

      51-1/2

      53-1/2

      Waist

      36-1/2

      37

      39

      41

      43

      45

      46-1/2

      49-1/2

      50-1/2

      Back Length

       

      27-1/2

       

      32-1/4

       

      32-3/8

       

      32-5/8

       

      32-3/4

       

      33

       

      28-1/2

       

      29

       

      29

      Sleeve Length

       

      30

       

      31

       

      32

       

      32

       

      33

       

      33

       

      33

       

      34

       

      34

       

       

       

       

       

       

       

       

       

       

      Size:

      50

       

       

       

       

       

       

       

       

      Neck Size

       

      18

       

       

       

       

       

       

       

       

      Chest

      55-1/2

       

       

       

       

       

       

       

       

      Waist

      52-1/2

       

       

       

       

       

       

       

       

      Back Length

       

      29

       

       

       

       

       

       

       

       

      Sleeve Length

       

      34

       

       

       

       

       

       

       

       

       

    • Liquidated Damages

      Due to the critical nature of this requirement, liquidated damages resulting from failure to meet the delivery date shall be charged against the vendor at a rate of $ per calendar day for each day delivery is not made in accordance with the schedule. The assessed amount, if any, will be deducted from the final invoice.

    • Shirt Specification #11. MALE SHORT SLEEVE SHIRT, CX360

      7.17.1     Color: Midnight Navy, #3544

       

      7.17.2     Style: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt now in use (Elbeco CX360 style# 3544). Shirt is cut on a form-fitting line, and the shape of pockets and general style conform to above style number.

       

      7.17.3     Tailoring:  It is imperative that this garment is constructed according to the principles set forth in the specifications. All stitches must be of the proper tension and size to avoid puckering after shirt has been laundered and give best durable press performance.

       

      11.3.1  All sewing is with Dacron core thread to match shirt fabric.

      11.3.2  Collar and cuffs are single-stitched ¼" from edge. Pockets and flaps are single stitched on the edge.

       

      7.17.4     Fabric: 100% Nanospun polyester with 16 % fiber stretch, left hand twill. Weight is 4.5 oz. per square yard. With fiber stretch, fabric maintains its stretch and recovery over time. Must be treated at the fiber level with Nano fluid repellency technology for permanent superior fluid resistance and UV 40+ protection while maintaining original fabric breathability. Fabric meets pilling test standards per ASTM 4970 of 5.0.

       

      7.17.5     Collar: Shape and style of both leaf and stand conform to the TT89 banded collar. Points, medium spread, are approximately 3" long. Back of stand measures 1½". Stand fastens with one button and one horizontal buttonhole. Leaf is made of three pieces; two pieces of self-fabric and one whole lining, which is fused to the top collar. Inner stand and inner yoke are made of poly/cotton. Collar stays are of good quality vinyl that measure 2½" long x ⅜" wide and are attached to the bottom collar.

       

      7.17.6     Sleeves: To be straight and whole, have 1" hems and finish from shoulder seams as follows: Size Finished Length 14 and 14½ 9½" 15, 15½, and 16 10" 16½ and above 10½" Sleeves must be secured to the body of the shirt by a merrow stitch with a safety stitch to properly strengthen the stitch. The same stitch is used on the side closing seams.

       

      7.17.7     Flex Vent: Flex Vent is made from 92% polyester/8% spandex mesh. Diamond-shaped mesh measuring 3½” wide x 10¼” long is set into the sleeve and body panels at the underarm to allow body heat ventilation, increased mobility, and comfort.

       

      7.17.8     Front: Front has a facing 3” wide extending from neckline to the bottom of shirt provided by a turnunder of material. Left front has a lined false top center 1½” wide, finished, running full length of the shirt with two rows of stitching ⅞” apart. Center front contains seven vertical buttonholes placed ¾" from edge: first at neck, second 2½" down and the balance 3½" apart. The 3rd, 4th, 5th, and 6th buttons are sewn on the top center and are not functional. Right front has a button piece, ⅞" wide, stitched the full length. First, second, and 7th buttons are securely attached to the button piece and correspond to buttonholes in the center front.

       

      7.17.9     Zipper: A 14" nylon zipper is sewn to the front, positioned below the second button to replace the 3rd through 6th buttons. First two and bottom buttons are functional.

       

      7.17.10   Dual Comm Access Openings: Access openings measuring 1½” are set in each side seam 1” below the bottom tip of the Flex Vent. Pouch-style openings are clean finished, neatly concealed, and reinforced for durability. Openings are used to thread communication wires under the front of the shirt to keep them out of the way.

       

      7.17.11   Pockets: Two double-entry chest pockets with mitered corners finish 5⅝” wide x 6” long. Side entries form utility pockets closed with Velcro. Pockets have 1¼” box-pleats stitched from top to bottom to prevent spreading and 1¼” wide pencil compartments.

       

      7.17.12   Flaps: Two scalloped flaps that finish 5¾” wide, 2¾” long at center, and 2½” long at sides are secured to front of shirt with two rows of stitching and have 1¼” wide pencil openings. Matching buttons and buttonholes are centered on flaps. Flaps are secured to pockets by Velcro fasteners sewn onto flaps and pockets.

       

      7.17.13   Badge Tab: Reinforced on inside of the shirt by a strip of material, 1½" wide, stitched and folded so that no raw edges show. Reinforcement strip extends from the flap setting stitch to the joining seam at the front of the yoke. There are two small horizontal buttonholes 1¼" apart with the bottom hole 1½" above top of left flap.

       

      7.17.14   Mic Tab: A ¾” x 2” mic tab is set 3½” below the center of the neckline.

       

      7.17.15   Name Tape: An optional ⅞” x 8” loose name tape is set inside the right front pocket

       

      7.17.16   Buttons: All buttons, size 20 ligne, are made from high impact melamine and must match fabric.

       

      7.17.17   Shoulder Straps: Shoulder straps are pointed at the ends toward the neck. The other ends are sewn in the sleeve head seams. Pointed ends are fastened with one matching button. Straps measure 2" at sleeves and taper to 1⅜" and are set about 2" from the collar. Straps are box-stitched to shoulders with a row of cross-stitching 2" from sleeve head seams. There are 1” concealed openings under the straps, set halfway between the neck seams and shoulder seams, to thread communication wires.

       

      7.17.18   Back: Yoke, composed of an outer ply of self-fabric and inner ply of poplin, is joined at the side seams with 5-thread safety stitches.

       

      7.17 19   Permanent Creases: Shirt has permanent military creases. Creases are stitched in shirt only, not through pockets and flaps. One crease in each front extends from hem to joining seam. Three vertical creases are in back; middle crease is on the center line and side creases are spaced equally from the center crease.

       

      11.19.1 Creasing: Pockets and pocket flaps are die-creased to give uniform shape and size.

       

      7.17.20   Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.17.21   Interlining: Collar is CK331. Flaps are EZ Crease. Top center is interlined.

       

      7.17.22   Labels: A heat-seal label in yoke contains brand, size, content, and country of origin. Care label with cut number is sewn inside the side seam. Descriptive product hang tag is attached to front of shirt.

       

      7.17.23   Pressing and Packing: Shirts are carefully pressed by hand and individually packed in polyethylene bags. Shirts are bulk-packed and shipped in strong boxes so as not to be damaged in shipment.

       

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

       

      7.17.25   Code of Conduct: All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions is 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, non-discrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

       

      7.17.26   Finished Dimensions (CX360, Male, Short Sleeve, Midnight Navy):

                 

      Size:

      14

      14-1/2

      15

      15-1/2

      16

      16-1/2

      17

      17-1/2

      18

      Chest

      39

      41

      43

      45

      47

      49

      51

      53

      55

      Waist

      35

      37

      39

      41

      43

      45

      47

      50

      53

      Back Length

      32-1/8

      32-1/4

      32-3/8

      32-5/8

      32-3/4

      33

      33-1/2

      34-1/2

      34-5/8

      Size:

      18-1/2

      19

      20

      22

       

       

       

       

       

      Chest

      57

      59

      61

      73

       

       

       

       

       

      Waist

      55

      58

      62

      73

       

       

       

       

       

      Back Length

      35-1/2

      36

      36-1/2

      37-1/8

       

       

       

       

       

       

    • Packaging

      Packaging shall be in accordance with the best commercial practices for proper protection. All materials must be securely containerized in metal/plastic containers. The interior of the container must be of such material so that the chemical components of the product do not adversely affect the container for the shelf life of the product. All containers shall be labeled indicating content and instructions for proper use.

    • Shirt Specification #12: FEMALE SHORT SLEEVE SHIRT, CX360

      7.18.1     Color: Midnight Navy, #3554LC

       

      7.18.2     Style: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt now in use (Elbeco CX360 style# 3554LC). Shirt is cut on a Ladies Choice pattern with expanded chest, waist, and hip dimensions for a more flattering fit.

       

      7.18.3     Tailoring:  It is imperative that this garment be constructed according to the requirements set forth in the specifications.  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.

       

      10.3.1  All sewing shall be with Dacron core thread to match shirt fabric.

      10.3.2 The collar and cuffs are to be single stitched 1/4” from edge.  The pockets and flaps shall be single stitched on the edge.

       

      7.18.4     Fabric: 100% Nanospun polyester with 16 % fiber stretch, left hand twill. Weight is 4.5 oz. per square yard. With fiber stretch, fabric maintains its stretch and recovery over time. Must be treated at the fiber level with Nano fluid repellency technology for permanent superior fluid resistance and UV 40+ protection while maintaining original fabric breathability. Fabric meets pilling test standards per ASTM 4970 of 5.0.

       

      7.18.5     Collar: Convertible collar is one piece, measures 3" long at points and 1⅝" wide at back and is constructed of two plies of self-fabric and one ply of interlining. Collar lining is banana shaped. Collar stays are of good quality vinyl measuring 2½" long x ⅜" wide and are attached to the bottom collar.

       

      7.18.6     Sleeves: To be straight and whole, have 1" hems and finish 9½" long from shoulder seams. Sleeves must be secured to the body of the shirt by a merrow stitch with a safety stitch to properly strengthen the stitch. The same stitch is used on the side closing seams.

       

      7.18.7     Flex Vent: Flex Vent is made from 92% polyester/8% spandex mesh. Diamond-shaped mesh measuring 2½” wide x 8” long is set into the sleeve and body panels at the underarm to allow body heat ventilation, increased mobility, and comfort.

       

      7.18.8     Front: Front has a facing 3” wide extending from the neckline to bottom of shirt provided by a turnunder of material. Right front has a lined false top center 1½” wide, finished, running full length of the shirt with two rows of stitching ⅞” apart. Center front contains seven vertical buttonholes placed ¾" from edge: first at neck, second 2½” down and the balance 3½” apart. The 3rd, 4th, 5th, and 6th buttons are sewn on the top center and are not functional.

      Left front has a button piece, ⅞” wide, stitched the full length. First, second, and 7 th buttons are securely attached to the button piece and correspond to buttonholes in the center front.

       

      7.18.9     Zipper:  A 14" nylon zipper is sewn to the front, positioned below the second button to replace the 3rd through 6th buttons. First two and bottom buttons are functional.

       

      7.18.10   Dual Comm Access Openings: Access openings measuring 1½” are set in each sideseam 1” below the bottom tip of the Flex Vent. Pouch-style openings are cleanfinished, neatly concealed, and reinforced for durability. Openings are used to thread communication wires under the front of the shirt to keep them out of the way.

       

      7.18.11   Pockets: Two double-entry chest pockets with mitered corners finish 5" wide x 5½" long. Side entries form utility pockets closed with Velcro. Pockets have 1¼" boxpleats stitched from top to bottom to prevent spreading and 1¼” wide pencil compartments

       

      7.18.12   Flaps: Two scalloped flaps that finish 5¼" wide, 2⅜" long at center, and 2⅝" long at sides are secured to front of shirt with two rows of stitching and have 1¼” wide pencil compartments. Matching buttons and buttonholes are centered on flaps. Flaps are secured to pockets by Velcro fasteners sewn onto flaps and pockets.

       

      7.18.13   Badge Tab:  Reinforced on inside of the shirt by a strip of material, 1½" wide, stitched and folded so that no raw edges show. Reinforcement strip extends from the flap setting stitch to the joining seam at the front of the yoke. There are two small horizontal buttonholes 1¼" apart with the bottom hole 1½" above top of left flap.

       

      7.18 .14   Mic Tab: A ¾” x 2” mic tab is set 3½” below the center of the neckline.

       

      7.18.15   Name Tape: An optional ⅞” x 8” loose name tape is set inside the right front pocket

       

      7.18 .16   Buttons: All buttons, size 20 ligne, are made from high impact melamine and must match fabric.

       

      7.18.17   Shoulder straps:  Shoulder straps are pointed at the ends toward the neck. The other ends are sewn in the sleeve head seams. Pointed ends are fastened with one matching button. Straps measure 2" at sleeves and taper to 1⅜" and are set about 2" from the collar. Straps are box-stitched to shoulders with a row of cross-stitching 2" from sleeve head seams. There are 1” concealed openings under the straps, set halfway between the neck seams and shoulder seams, to thread communication wires.

       

      7.18.18   Back: Yoke, composed of an outer ply of self-fabric and inner ply of poplin, is joined at the side seams with 5-thread safety stitches.

       

      7.18 .19   Permanent Creases: Shirt has permanent military creases. Creases are stitched in shirt only, not through pockets and flaps. One crease in each front extends from hem to joining seam. Three vertical creases are in back; middle crease is on the center line and side creases are spaced equally from the center crease.

       

      12.18.1  Creasing: Pockets and pocket flaps are die-creased to give uniform shape and size.

       

      7.18 .20   Emblems:  Baltimore County Police emblems, provided by the County, will be sewn on each sleeve, 3/4” down from shoulder seam.

       

      7.18.21   Interlining: Collar is CK331. Flaps are EZ Crease. Top center is interlined.

       

      7.18.22   Labels: A heat-seal label in yoke contains brand, size, content, and country of origin. Care label with cut number is sewn inside the side seam. Descriptive product hang tag is attached to front of shirt.

       

      7.18.23   Pressing and Packing: Shirts are carefully pressed by hand and individually packed in polyethylene bags. Shirts are bulk-packed and shipped in strong boxes so as not to be damaged in shipment.

       

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

       

      7.18 .25   Code of Conduct: All garments must be produced in acceptable non-sweatshop working conditions. Verification of acceptable working conditions is 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, non-discrimination, and no retaliation guidelines. Noncompliance of this clause is cause for rejection.

       

      7.18.26   Finished Dimensions (CX360, Female, Short Sleeve, Midnight Navy):

                 

      Size:

      32

      34

      36

      38

      40

      42

      44

      46

      48

      Neck Size

      13-1/2

      14

      14-1/2

      15

      15-1/2

      16

      16-1/2

      17

      17-1/2

      Chest

      39-1/2

      41

      42-1/2

      44

      45-1/2

      47-1/2

      49-1/2

      51-1/2

      53-1/2

      Waist

      36-1/2

      37

      39

      41

      43

      45

      46-1/2

      49-1/2

      50-1/2

      Back Length

      27-1/2

      32-1/4

      32-3/8

      32-5/8

      32-3/4

      33

      28-1/2

      29

      29

       

       

       

       

       

       

       

       

       

       

      Size:

      50

       

       

       

       

       

       

       

       

      Neck Size

      18

       

       

       

       

       

       

       

       

      Chest

      55-1/2

       

       

       

       

       

       

       

       

      Waist

      52-1/2

       

       

       

       

       

       

       

       

      Back Length

      29

       

       

       

       

       

       

       

       

       

       

    • Recycled Components

      Bidders must indicate what, if any, percentage of the products provided or used in performing this contract contain recycled components.

    • Safety Data Sheet

      If the product herein described contains any ingredient or if the work to be performed under this contract requires the use of any product which contains any ingredient that could be hazardous or injurious to a person's health, a Safety Data Sheet (SDS) must be provided to the Purchasing Division, Room 148, Courthouse, 400 Washington Avenue, Towson, MD 2l204-4665.

    • Funding Out

      If funds are not appropriated or otherwise made available to support contract continuation in any fiscal year, the County shall have the right to terminate the contract without any obligation or penalty.

    • Equivalents

      Equivalent items will be considered only if the specifications of the alternative item meet or exceed the stated specifications.  Samples of alternative items will be required to be shipped to the Quartemaster's Office upon request.  Acceptability of equivalent items is determined by the Purchasing Agent.

    • Contractor Qualifications
      1. At the option of the County, bidders may be required to furnish evidence of sufficient financial responsibility to fulfill this contract, and evidence that they have, or can obtain the necessary equipment, manpower, and storage facility to ensure delivery within the parameters of this contract.
      2. Bidders must provide at least two (2) references (names of contact persons, email addresses and phone numbers) of contracts with similar size and scope serviced during the past eighteen (18) months.
      3. Prior to award of this contract, the County reserves the right to inspect the facilities of any bidder. The reputation of bidders regarding adequacy of their resources and facilities, and past records of their skillful performance of work of the type and magnitude required herein shall be considered when making the award.
    • Background Checks

      Criminal background checks must be procured and provided to the County, at no cost to the County, for any and all Vendor or subcontractor personnel that have the ability to view or access any County data. The Vendor must provide copies of such background checks to the County before any such personnel will be permitted to access the County's data. If such background check is not provided to the County, or is determined to be unacceptable, the County reserves the right to require the Vendor or subcontractor to provide alternate personnel.  In addition, failure to provide such background check may be deemed to be a default under the contract.

    • Training

      If deemed necessary by the County, the vendor will be asked, as indicated below, to instruct County employees in the maintenance and operation of the unit(s). The facilities and the minimum required number of instruction days are listed below.

      FacilityHours of Instruction
        
    • Field Measurements

      Each bidder must visit the installation site in order to take all measurements that are required. Sizes listed are only approximate if shown. The act of submitting a bid is to be considered acknowledgment by the bidder that they have visited the site, taken field measurements and are familiar with the conditions and requirements affecting the work. Failure to do so will not relieve the successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of the contract and to complete the work for the consideration set forth in this bid. Vendors shall be responsible for prompt removal of all debris resulting from the work performed under this contract. Vendors may contact # to arrange an appointment for taking measurements.

    • Temporary Suspension of Work

      During the progress of any job, the Contractor may suspend work via written permission of the Engineer, wholly or in part, for such period or periods as the Engineer may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the suitable prosecution of the work. If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede traveling public unnecessarily, nor become damaged in any way, and the Contractor shall take every precaution to prevent damage or deterioration of the work performed, and erect temporary structures where necessary. When conditions permit resumption of work, the Contractor shall notify the Engineer # hours in advance and shall proceed with the work only when and if authority is granted by the Engineer. Any work performed without approval by the Engineer will be at the Contractor’s risk, and the Contractor shall be held liable for removal of any such work.

    • Applicable General Conditions and Specifications

      All work performed under this contract shall be done under strict compliance with the General Conditions and Specifications, and with the “Baltimore County Standard Specifications for Construction and Materials” dated February 2000, “Supplemental Specification to the Standard Specification and Materials” dated December 1, 2000 and May, 2000, and subsequent addenda thereto, so far as the same may be applicable, a copy of the same being on file in the Office of the County Executive, the Office of the Director of Public Works for Baltimore County. The General Conditions, Specifications, and Design/Build Standard Specifications sections are in addition to the County’s Standard Specifications for Construction.  In the event of a conflict between the two, the General Conditions and Specifications Section, and Standard Terms and Conditions for the solicitation will take precedence.

    • Steel
      1. All steel must be in prime condition, rust and scale free and manufactured in the United States of America. Notarized Certificate of Compliance must accompany shipment.
      2. Award will be made on a total basis, however, each item must be priced in the unit of measure specified. NO PER CWT.
    • Prevailing Wage and Local Hire

      The Contractor and all Subcontractors must comply with the Prevailing Wage Law and Local Hiring Requirements contained in Baltimore County Code § 10-2-506 and § 10-2-507, respectively, as amended. Prevailing wage means the wage rate paid by employers that is determined by a governmental authority, based upon a particular geographic area, for a given class of labor and type of project. The County will use the prevailing wage established by the State of Maryland Commissioner of Labor and Industry for state funded construction contracts in the county at the time of award. These rates include the basic hourly rate and fringe benefits. Apprentices must be paid at least the rate that the state’s apprenticeship and training council sets for an apprentice in the trade involved, based on a percentage of the prevailing wage rate in that trade. Any Contractor that is subject to the prevailing wage or local hiring law will be required to agree to the below provisions:

      1. For the purposes of these requirements, an employee means an apprentice, laborer or mechanic employed by a contractor or subcontractor on a capital improvement project with a value of over $300,000 and a County-subsidized capital project with a value over $5,000,000.
      2. Capital Improvement Project does not include blanket order or open end agreements, capital improvement projects subject to a federal or state prevailing wage law, awarded without competition; with another governmental entity; to the extent the contractor is precluded from compliance by the terms of any federal or state law, contract or grant; entered into pursuant to Baltimore County Code § 10-2-310(e); entered into as a joint or cooperative purchase or entered into as an emergency purchase.
      3. The purpose of a prevailing wage is to ensure that contractors institute local hiring practices for Capital Improvement contracts and Capital Projects under certain circumstances as required by law, and that the Contractor’s employees who work on capital improvement contracts are paid the going rate for their services. The prevailing wage rates are established by the State of Maryland Department of Labor and apply to all of the Contractor’s employees and any and all Subcontractors. The Contractor and all Subcontractors must comply with all of the requirements of the Prevailing Wage Law including, but not limited to, the following:
        1. Pay employees the prescribed rate as annually established by the State of Maryland Commissioner of Labor and Industry; the prevailing wage rates in effect on the date a solicitation is issued will apply throughout the term of a contract resulting from that solicitation. Contractor or subcontractor may NOT split or subdivide a capital improvement contract, pay an employee through a third party, treat an employee as a subcontractor or independent contractor to avoid any requirement of the County’s prevailing wage law; or employ an individual classified as a helper or trainee to perform direct and measurable work on a capital improvement contract.
        2. Pay employees at a rate equal to or more than the prevailing wage rate currently in effect for the type of work performed
        3. Pay employees overtime for work (I) more than eight hours in any single calendar day; (II) more than 40 hours in a work week; or (III) on a Sunday or a legal holiday.
        4. Classify employees in their proper work classification in conformance with the schedule established by the State of Maryland Commissioner of Labor and Industry.
        5. May only make fair and reasonable deductions that are (1) required by law; (2) authorized in a written agreement between an employee and contractor or subcontractor signed at the beginning of employment that concerns food, sleeping quarters, or similar items; and submitted by the contractor or subcontractor to the Director of the County’s Prevailing Wage Program; or required or allowed by a collective bargaining agreement between a bona fide labor organization and a contractor or subcontractor.
          1. Electronically submit a certified copy of payroll records through https://baltimorecounty.prismcompliance.com/ within 14 days after the end of each payroll period, to verify that Prevailing Wage rates have been paid to employees.
        6. Payroll records shall contain a statement signed by the contractor or subcontractor certifying that the payroll records are complete and correct; the wage rates are not less than required by the Prevailing Wage law; and the rate of pay and classification for each employee accurately reflects the work the employee performed.
        7. All payroll records shall include the name, address, telephone number and email address of the contractor or subcontractor; the name and location of the job; and each employee’s name, current address, unless previously reported; specific work classification; daily basic time and overtime hours; total basic time and overtime hours for the payroll period; rate of pay; fringe benefits by type and amount; and gross wages. Late submission of copies of any payroll records may be deemed deficient by the County until the required records are provided, and the County may postpone processing payments due under the Contract or under an agreement to finance the Contract.
        8. Submit to random or regular audits and investigation of any complaint of a violation of the County’s prevailing wage and local hiring laws and requirements.
        9. Make best efforts to fill at least 51% of new jobs required to complete the capital improvement contract or capital project with Baltimore County residents.
        10. Agree that any and all disputes will be handled as set forth in the County’s Prevailing Wage and Local Hiring laws as a condition of award
        11. Submit monthly reports on the form designated by and to the Director of the Department of Economic and Workforce Development relating to local hiring with respect to a capital improvement contract over $300,000 and County-subsidized capital project receiving assistance over $5,000,000 that includes 1) the number of new hires needed for the contract or project, 2) the number of County residents hired during the reporting period, 3) the total number of all employees hired during the contract period, 4) best efforts made to fill open positions with County residents, and 5) for new hires name, last four (4) digits of the social security number, job title, hire date, address and referral source.
        12. In the event the County determines that a provision of the Prevailing Wage Law has been violated, the County shall issue a written decision, including appropriate sanctions, and may withhold payment due the Contractor in an amount sufficient to pay each employee of the Contractor or any Subcontractors the full amount of wages due under the Prevailing Wage Law, and an amount sufficient to satisfy a liability of a Contractor for liquidated damages as provided under the Prevailing Wage Law, pending a final decision on the violation by the County. The Contractor may appeal a written decision of the Director of Economic and Workforce Development to the Office of Administrative Hearings (“OAH”), that the Contractor violated a provision of the Prevailing Wage Law, within ten (10) working days after receiving a copy of the decision. OAH will conduct a hearing upon the receipt of a timely appeal. If no appeal, the decision of the Director of Economic and Workforce Development or his designee becomes final.  A Contractor who is found to have violated the provisions of the Prevailing Wage or   Local Hiring laws intentionally, may not be awarded a County contract or work on any County project for a period of one year from the date of the OAH determination.
        13. May not discharge, or otherwise retaliate against, an employee for asserting any right under the Prevailing Wage Law or for filing a complaint of a violation;
        14. An aggrieved employee is a third-party beneficiary of this Contract and may by civil action recover the difference between the prevailing wage for the type of work performed and the amount actually received, with interest and a reasonable attorney’s fee.
        15. Each Contract subject to the Prevailing Wage Law may specify the payment of liquidated damages to the County by the Contractor for any noncompliance with the Prevailing Wage Law. Liquidated damages are:
          1. $10 for each calendar day that the payroll records are late; $20 for each day that an employee is misclassified and paid less than the prevailing wage rate; and a civil penalty $50 per violation of the requirement to post the prevailing wage rates at the work site.
          2. These liquidated damages are solely related to prevailing wage and local hiring compliance and do not negate any other remedies available or set forth in the Contract, including delay damages or actual damages. These remedies are separate, in addition to, and not in lieu of any remedies available and set forth in the Contract for other breaches or defaults under the Contract.
        16. Where the initial Contract Sum is $300,000 or below, but it is subsequently increased and exceeds $300,000 due to an approved Contract Modification, the amount of any such Contract Modification that causes the Contract Sum to exceed $300,000 is subject to the Prevailing Wage Law and Local Hiring requirements.
        17. The Contractor and all Subcontractors must post a clearly legible statement of each prevailing wage rate in a prominent and easily accessible place at the Work Site during the entire time Work is being performed, in English and any other language that is primarily spoken by the employees, at the Work Site.
    • MBE/WBE and/or Economic Benefit Factor

      The Economic Benefit Factor is included to determine if there are any new jobs being created or provides social responsibility to Baltimore County (as first preference) and/or Maryland its constituents. Examples of economic benefits to be derived from a contract shall include any of, but not limited to, the following. For each factor identified below, identify the specific benefit and contractual commitments and provide a breakdown of expenditures in that category:

      1. The number and types of jobs for Baltimore County and/or Maryland residents resulting from the Contract. Indicate job classifications, number of employees in each classification and aggregate payroll to which the Offeror has committed, including contractual commitments at both prime and, if applicable, subcontract levels.  If no new positions or subcontracts are anticipated as a result of this Contract, so state explicitly;
            
        Placement or employment in High Growth Areas of Employment 
        Retention and Average Earnings – Fiscal Performance 
        Serving Veterans 
        Strengthen Local Workforce Economy

      2. Subcontract dollars committed to Baltimore County and/or Maryland minority-owned and women-owned businesses,
      3. Other benefits to the Baltimore County and/or Maryland economy which the Offeror promises will result from awarding the Contract to the Offeror, including contractual commitments. Describe the benefit, its value to the Baltimore County and/or Maryland economy, and how it will result from, or because of the Contract award. Offerors may commit to benefits that are not directly attributable to the Contract, but for which the Contract award may serve as a catalyst or impetus, and
      4. Provide your firm’s policies with regards to the commitment to social responsibility. Submit examples. Include any examples in the Baltimore County vicinity.
    • Guarantee

      All materials furnished and installed under this contract shall be guaranteed for a period of one (1) year against any and all defects in material, workmanship, and installation from the date of acceptance of the system by Baltimore County.

    • Bid Deposit Requirements
      1. Bid deposit shall be required when indicated on bid proposal.  Failure to submit such check or bond when required will nullify bid.
      2. When specified, bids must be accompanied by either a Certified Check, Cashier's Check, Treasurer's Check or U.S. Money Order for five percent (5%) of the amount of the bid; or a Bid Bond for five percent (5%) of the amount of the bid, executed on the attached approved form.  Only the bid bond form provided by the County will be acceptable and must be completed by a surety company duly licensed under the Laws of the State of Maryland.
      3. Checks or money orders will be returned to unsuccessful bidders upon the award of the solicitation, and to successful bidders upon execution of the contract(s) and the meeting of bond requirements, if applicable.
      4. Nonperformance by a successful bidder, or his failure to execute the agreement or meet bond requirements within fifteen (15) calendar days after the award, may result in his deposit being forfeited to the County as liquidated damages.
    • "Sample" Form Contract
      1. A sample of the County’s form contract may be found on the Baltimore County website at https://www.baltimorecountymd.gov/departments/budfin/purchasing/opportunities-bid-results-and-active-contracts. The vendor’s submission without identifying exceptions expressly acknowledges and formally evidences the vendor’s acceptance of all terms and conditions of the form contract. Any and all exceptions must be submitted in writing in the Vendor’s response.
      2. If the Vendor submits an exception, which alters the County’s risk, liability, exposure in, or the intent of this procurement, the County reserves the right in its’ sole and absolute discretion to deem the vendor non-responsive.
      3. All Vendors further understand and agree that the County will accept no vendor exceptions to the form contract at any time after submission.
    • RFP Electronic Submittal Process
      1. The cost of preparing Offers is the responsibility of Offerors.  
      2. To be considered, Offers shall be received by the bid closing date and time through the Procurement Portal. Offers may not be submitted by any other means. Offers that are mailed or otherwise delivered to the Purchasing Division (including emails which indicate links to locations where the offer may be downloaded) and/or emails sent to any other Baltimore County email address will not be accepted.
      3. Technical and Price Proposals are to be submitted separately. There shall be no reference to the price of products and services in the Technical Proposal.  All timely proposals become the property of County.
        1. The Technical and Price Proposal should be submitted in accordance with the Vendor Questionnaire. 
      4. Late Proposals will not be considered. Offerors are strongly encouraged not to wait until the last minute to submit proposals. The time stated by OpenGov will be definitive of the time of receipt. Proposals received after the deadline will not be accepted. Multiple part Proposals will not be considered unless all parts are received by the bid closing date and time.
      5. Proposals should be prepared simply and economically, providing a straightforward, concise description of the offer, and all required information.  
      6. Each Proposal shall be accompanied by an executed procurement affidavit in the Technical Proposal which is provided by the Purchasing Division in the solicitation package, through the Vendor Questionnaire.
      7. After submitting a Proposal through the Procurement Portal, and upon successful receipt by the County thereof, Offeror will receive an auto-receipt email. This receipt is proof that the Proposal has been received by the Purchasing Division and should be retained for Offeror’s records. 
      8. As with any system, power outages or technology problems may arise that are outside of the County’s control and could affect your submission. The County will not be held accountable for such issues that may delay the transmission of any Proposal. 
      9. The County reserves the right to waive minor irregularities in conjunction with Proposals. 
    • Electronic Submittal Process
      1. The cost of preparing bids is the responsibility of bidders.  
      2. To be considered, bids shall be received by the bid closing date and time. Bids may not be submitted by any other means. Bids that are mailed or otherwise delivered to the Purchasing Division (including emails which indicate links to locations where the bid may be downloaded) and/or emails sent to any other Baltimore County email address will not be accepted.
      3. Late bids will not be considered. Bidders are strongly encouraged not to wait until the last minute to submit bids. The time stated by OpenGov will be definitive of the time of receipt. Bids received after the deadline will not be accepted. Multiple part bids will not be considered unless all parts are received by the bid closing date and time.
      4. After submitting a bid through the Procurement Portal, and upon successful receipt by the County thereof, bidders will receive an auto-receipt email. This receipt is proof that the bid has been received by the Purchasing Division and should be retained for bidder’s records. 
      5. As with any system, power outages or technology problems may arise that are outside of the County’s control and could affect your submission. The County will not be held accountable for such issues that may delay the transmission of any bid. 
      6. The County reserves the right to waive minor irregularities in conjunction with bids. 
    • Pre-Proposal Conference
      1. A pre-proposal teleconference is scheduled for NO VALUE at NO VALUE, NO VALUE. Prospective Offerors should contact the Buyer at ccarpenter@baltimorecountymd.gov to be added to the registration list for the teleconference. The deadline to register for the Pre-Proposal conference is TBD   
      2. The purpose of the conference is to clarify any parts of the solicitation and answer questions which may be pertinent to the request. Any significant changes to the solicitation as a result of the discussions at the pre-proposal conference will be posted by amendment.
      3. INCLEMENT WEATHER NOTICE:  In the case of inclement weather, please check the Baltimore County website for notice of County Office closings, delayed opening or granting of Liberal Leave.  If any of these conditions exist on the day of the pre-proposal meeting, the meeting will be rescheduled at a later date.
    • Pre-Bid Conference
      1. A pre-bid teleconference is scheduled for NO VALUE at NO VALUE, NO VALUE. Prospective Offerors should contact the Buyer at ccarpenter@baltimorecountymd.gov to be added to the registration list for the teleconference. The deadline to register for the Pre-Proposal conference is TBD
      2. The purpose of the conference is to clarify any parts of the solicitation and answer questions which may be pertinent to the request. Any significant changes to the solicitation as a result of the discussions at the pre-proposal conference will be posted by amendment.
      3. INCLEMENT WEATHER NOTICE:  In the case of inclement weather, please check the Baltimore County website for notice of County Office closings, delayed opening or granting of Liberal Leave.  If any of these conditions exist on the day of the pre-proposal meeting, the meeting will be rescheduled at a later date.
    • Insurance
      1. The Contractor will be required to provide verification of insurance coverage to include Endorsement Page(s) for each carrier in accordance with the attached requirements. The Contractor will have fifteen (15) calendar days from receipt of notice of intent to award in which to comply with this requirement, excluding County holidays and non-work days, if applicable.
      2. The Insurer must maintain the insurance coverage required by the County while the contract is in force, including renewal terms, and shall provide documentation of such insurance in a form satisfactory to the County when required.
      3. In the event the Contractor changes its insurance carrier, new verification of insurance coverage and Endorsement Page(s) must be provided to the County by the new insurance carrier within ten (10) days of the change of policy.
    • County Holidays
      • New Year's Day
      • MLK, Jr. Birthday 
      • Presidents' Day
      • Memorial Day
      • Juneteenth Day
      • Independence Day
      • Labor Day
      • Indigenous People’s Day
      • General Election Day (each even year)
      • Veterans' Day
      • Thanksgiving Day
      • Christmas Day
    • Bonds
      • The Contractor shall be required to give both a performance and payment bond, each in the amount of the contract, conditioned that it shall comply in all respects with the terms and conditions of the contract and the Contractor’s obligations thereunder, including the specifications.
      • In the event your company is unable to qualify for bonding through a traditional commercial surety company, you may qualify for the required bonds through the State of Maryland, Department of Commerce (DOC).
      • The Maryland Small Business Development Financing Authority (MSBDFA, pronounced Mis-Bid-Fa), an agency of DOC, operates a Surety Bond Program designed to assist small businesses, based in Maryland, that are unable to obtain adequate bonding on reasonable terms in the commercial marketplace.  MSBDFA provides bid, payment and performance bonds for contracts funded by government agencies, regulated utilities and private entities.  The penal sums of the bonds are limited to the aggregate amount of $2,500,000 and companies may pre-qualify for multiple bonds within pre-approved terms and conditions.
      • For more information on how to apply, you may contact:  Meridian Management Group, Inc. (MMG), (the Program’s Manager), 826 E. Baltimore Street, Baltimore, Maryland 21202, Telephone 410-333-2470.  Or visit their website at www.mmggroup.com for information, applications and a checklist of required documents and reports that must accompany the application.
    • Delivery - Vehicles

      Baltimore County will not accept direct factory drop shipments. The successful bidder must inspect, clean, lubricate, front end align and pre-delivery service each unit prior to final delivery. The units must be ready for immediate use.

    • Delivery Services

      The successful bidder must inspect, clean, lubricate, and pre-delivery service each unit prior to final delivery. The units must be ready for immediate use. Baltimore County will not accept direct factory drop shipments.

    • Method of Award

      Award of this contract may be in whole or in part, in accordance with Sec. 10-2-406 of the Baltimore County Code, 2015, as amended. The County reserves the right to make multiple awards, on an individual item basis, combination item basis or lump sum basis, whichever is in the best interest of the County, effectively the lowest responsive, responsible bidders.  Past performance of bidders in furnishing goods and services to Baltimore County will be considered in determining the award.

      If multiple awards are made, it is the intention of Baltimore County to issue work equally to all contractors in a general rotation, however, the assignment of work shall be at the sole discretion of Baltimore County.  Any claim of any contractor against the County for extra compensation or damages, arising out of the assignment of work by the County, shall be deemed to have been waived by all contractors.  In addition, the County reserves the right to award individual jobs on a specific rotation basis, based on demonstrated areas of experience and expertise, or based on job location.

    • Buy America Apparel and Safety Equipment

      The bidder hereby agrees that all apparel and safety equipment purchased will be and/or have been produced in the United States unless a waiver of these requirements is approved based on the following: 

      The item is not manufactured or available for purchase in the United States or is not manufactured or available in reasonable quantities,

      The price of the item manufactured in the United States exceeds the price of a similar item not manufactured in the United States by an unreasonable amount, or

      The quality of the item manufactured in the United States is substantially less than the quality of a similar item not manufactured in the United States. 

      The bidder must provide in their bid package any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of these requirements, as required by Baltimore County.

    • Compliance With Federal and State Confidentiality Law
      1. The Contractor acknowledges its duty to become familiar with and comply, to the extent applicable, with all laws and regulations including, but not limited to, the federal Health Insurance Portability and Accountability Act (HIPAA), 42 U.S.C. §§ 1320 et seq., as the same may be amended from time to time and implementing regulations including, but not limited to, 45 CFR Parts 160 and 164, as the same may be amended from time to time, the Maryland Confidentiality of Medical Records Act (MCMRA), Md. Code Ann. Health-General §§4-301 et seq., as the same may be amended from time to time, and the Health Information Technology for Economic and Clinical Health (HITECH) Act, Title XIII of Division A and Title IV of Division B of the American Recovery and Reinvestment Act of 2009 (ARRA), Pub. L. No. 111-5 (February 17, 2009), as amended.  This obligation includes but is not limited to:
        1. As necessary, adhering to the privacy and security requirements for protected health information and medical records under federal HIPAA, HITECH, and State MCMRA and making the transmission of all electronic information compatible with the federal requirements; and
        2. Providing good management practices regarding all health information and medical records.
      2. The Contractor must execute a business associate agreement, when and if required by federal or state laws and/or regulations, as the same may be amended from time to time.  
      3. Protected Health Information as defined in the HIPAA regulations at 45 CFR 160.103 and 164.501, as, the same may be amended from time to time, means information transmitted as defined in the regulations, that is individually identifiable; that is created or received by a healthcare provider, health plan, public health authority, employer, life insurer, school or university, or healthcare clearinghouse; and that is related to the past, present, or future physical or mental health or condition of an individual, to the provision of healthcare to an individual, or to the past, present, or future payment for the provision of healthcare to an individual.  The definition excludes certain education records as well as employment records held by a covered entity in its role as an employer.
    • Escalation For Clothing
      1. IF DISTRIBUTOR: All unit prices offered herein shall be firm against any increase for one (1) year from effective date of this proposed contract. After this date, it shall be the vendor's responsibility to notify the Buyer in advance of any anticipated changes in prices and submit a request for a price increase by furnishing bona-fide manufacturer's documents or price list reflecting the changes.  Increases shall be limited to the actual cost increase to the vendor.
      2. IF MANUFACTURER: All unit prices offered herein shall be firm against any increase for one (1) year from the effective date of the contract. Prior to commencement of subsequent renewal terms, the County may entertain a request for escalation in accordance with the current Consumer Price Index at the time of the request or up to a maximum 5% increase on the current pricing, whichever is lower.  
        For purposes of this section, “Consumer Price Index” shall mean the Consumer Price Index-All Urban Consumers-United States Average-All Items (CPI-U), as published by the United States Department of Labor, Bureau of Labor Statistics.  
      3. Baltimore County reserves the right to accept or reject within thirty (30) days after the request for a price increase.  If the price increase is rejected, the specific item in question will be canceled.  If the price increase is approved, the price will remain firm for one (1) year from the date of the increase.
    • Minority Business Enterprise And Women Business Enterprise Requirements (MBE/WBE)

      The resulting minority and women business participation requirement for this contract is %.

      1. Each Prime Contractor must comply with all Minority Business Enterprise and Women Business Enterprises (MBE/WBE) participation requirements.  Included with this solicitation package are copies of the County’s MBE/WBE policy and provisions and MBE/WBE participation schedule forms.  All MBE/WBE participation forms must be completed, executed, and returned with the bid, proposal or qualifications if a goal has been assigned.  MBE/WBE participation forms are available online at www.baltimorecountymd.gov/go/mwbe or you may contact the buyer on the solicitation.  
      2. The Prime Contractor shall comply with the required participation levels on a cumulative basis for the full term of the contract.  The Prime Contractor shall estimate the participation level (for the full term of the contract) for each subcontractor and/or supplier listed on the participation schedule.
      3. If no minimum participation level has been assigned, the Prime Contractor shall nevertheless make a genuine good faith effort to comply with the County’s MBE/WBE minimum participation goal even if the Prime Contractor has the capability to complete the work with its own workforce. The Prime Contractor shall make a good faith effort to obtain MBE/WBE subcontractor participation. The selected MBE/WBE subcontractor(s) must perform a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved.

        Certified Minority-owned or Certified Women-owned Prime Contractors may count their participation for up to 50% of the solicitation goal. Certified firms must make a good faith effort to obtain MBE/WBE subcontractor participation for the remaining portion of the goal.  Example:  20% MBE/WBE participation goal.  Certified Minority-owned or Certified Women-owned firm bidding as the prime may count for 10% of the goal provided they are self-performing the work. The remaining 10% must be subcontracted to an MDOT and/or City of Baltimore certified firm.

        If the materials or supplies are purchased from an MBE/WBE supplier, 60% of the cost of the materials or supplies from the certified MBE/WBE supplier will be counted toward the MBE/WBE goal.

        The failure of a Bidder/Offeror to properly complete and submit the appropriate MBE/WBE plan forms and, if applicable,  required Good Faith Effort (GFE) documentation shall result in the bid/proposal being deemed as nonresponsive and  not susceptible of being selected for award.
      4. Within 10 working days of receiving notification that the Bidder/Offeror is the apparent awardee, the Bidder/Offeror shall provide the following documentation to the Buyer:
        1. BCG FORM C-Subcontractor MBE-WBE SUBCONTRACTOR PARTICIPATION NOTICE OF INTENT TO AWARD accompanied by a fully executed copy of the subcontract for each subcontractor.
        2. Any other documentation required by the Buyer to ascertain Bidder’s/Offeror’s susceptibility of being selected for award in connection with the certified MBE/WBE participation goal.

          NOTE: If the apparent awardee fails to return each completed document within the required time, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE APPARENT AWARDEE IS NOT RESPONSIBLE AND THEREFORE NOT SUSCEPTIBLE FOR CONTRACT AWARD.
      5. Prospective Bidders/Offerors are advised to carefully review the Minority and Disadvantage Business Enterprise Package regarding MBE/WBE or DBE participation.
      6. All MBE/WBE subcontractors must be MDOT or Baltimore City certified at the time of bid/proposals submission to count towards the MBE/WBE solicitation subcontract goal.
      7. If the Bidder/Offeror is a certified Minority or Women Business Enterprise, it should be so indicated with the certification number in the Bid or Technical Proposal.
      8. Under circumstances where mobilization payments are issued to the Prime Contractor, the subcontractor shall be paid an amount equal to their participation percentage no later than five (5) business days before they are required to mobilize to perform the contracted work.

        The Prime Contractor shall submit proof of mobilization payment to subcontractors when the subcontractor performs their initial item of work in the MBE/WBE Compliance portal.
      9. Prompt Payment
        The Prime Contractor agrees to pay each subcontractor under this contract for satisfactory performance of its responsibilities under the applicable subcontract within 30 days of the subcontractor’s satisfactory completion of the work as accepted by Baltimore County, Maryland. The Prime Contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor’s satisfactory completion of work.
        Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of Baltimore County, Maryland. This clause applies to both MBE/WBE and non-MBE/WBE subcontracts.

        •    The Prime Contractor shall report the subcontractor’s mobilization cost as the initial payment in the PRiSM Compliance Portal found under Compliance Reporting for Prime and Sub-Contractors at www.baltimorecountymd.gov/go/MBE/WBE.
        •    The Prime Contractor must include in its subcontracts language providing that the Prime Contractor and the subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes. 
        •    The Prime Contractor will not be reimbursed for work performed by subcontractors unless and until the Prime Contractor ensures that the subcontractors are promptly paid for the work they have performed. 
        •    Prime Contractors may be subject to liquidated damages pursuant to Maryland and/or Baltimore County law, to ensure that MBE/WBEs and other contractors are fully and promptly paid.
      10. All Prime Contractors and MBE/WBE and/or DBE subcontractors are required to report monthly to the County through the online Compliance Portal (PRISM).  The portal can be found under Compliance Reporting for Prime  and Sub-Contractors at www.baltimorecountymd.gov/go/MBE/WBE. Prime Contractors must provide a contact person and contact information for the MBE/WBE compliance reporting.   If the Prime Contractor cannot submit its report on time, it must notify the County MBE/WBE Office and request additional time to submit the report.  Failure to report in a timely manner may result in a finding of noncompliance, and may result in a finding of default under the terms of the contract.  The County, in its sole discretion, may require additional reports regarding MBE/WBE.  Questions regarding the use of this system can be directed to the MBE/WBE Office at mwbe@baltimorecountymd.gov or call 410-887-3407.

    Submission Requirements

    • Procurement Affidavit (required)

      Please download the below documents, complete, and upload.

    • Taxpayer Identification Number (TIN) and Certification (required)

      Please download the below documents, complete, and upload.

    • Proposal Signature Page (required)

      Please download the below documents, complete, and upload.

    • References (required)

      Bidders/Offerors must provide at least two (2) references (names of contact persons, email addresses and phone numbers) of contracts with similar size and scope serviced during the past eighteen (18) months.

    • Minority and Women Participation Affidavit (required)

      Please download the below document, complete, and upload.

    • MBE/WBE participation forms (required)

      Please download the below documents, complete, and upload.

    • Is there a MWBE goal? (required)
    • The resulting minority and women business participation requirement for this contract is ___% (required)
    • Will there be a pre-bid conference? (required)
    • The deadline to register for the Pre-Proposal/Pre-Bid conference is __________________________________ (required)

      Example: January 15, 2025 at 5:00 p.m.

    • Will a law office contract be required for award? (required)
    • Are liquidated damages required? (required)
    • Liquidated damages resulting from failure to meet the delivery date shall be charged against the vendor at a rate of $____ per calendar day for each day delivery is not made in accordance with the schedule. (required)

      Example: $50

    • Supplies or Services? (required)
    • Will there be renewals for this contract? (required)
    • The County reserves the right to renew this contract for up to ______ (__) _____________ renewal options under the same terms and conditions. (required)

      Example: four (4) additional one-year

    • The term of the contract shall become effective when executed by the County and shall continue through ___________ (required)

      Example: the final acceptance of the good or service

    • Are samples required? (required)
    • When required, samples shall be furnished within _______ (__) calendar days upon request. (required)

      Example: seven (7)

    Key dates

    1. April 28, 2026Published
    2. May 15, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.