HomeMy WebLinkAboutInvitation for BidsCity of Miami
Purchasing Department
Glenn Marcos, CPPB, Director/Chief Procurement Officer
Miami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/procurement
Number:
Title:
Issue Date/Time:
Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E-Mail Address:
Buyer Facsimile:
45014,1
Invitation for Bids for Police Uniforms
and Accessories
24-SEP-2007
22-OCT-2007 @ 13:00:00
None
Tuesday, October 2, 2007 @ 5:00 p.m.
Suarez, Maritza
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
msuarez@ci.miami.fl.us
(305) 400-5025
Page 1 of 100
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination.
The City reserves the right to accept or reject all or any part of this submission. Prices should be
firm for a minimum of 120 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose
to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph
and section).
EXCEPTIONS -
We (I) certify that any and all information contained in this submission is true; and we (I) further
certify that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms
and conditions of this solicitation and certify that I am authorized to sign this submission for the
submitter. Please print the following and sign your name:
SUPPLIER NAME.
ADDRESS.
PHONE: FAX
EMAIL: BEEPER.
SIGNED BY.
TITLE: DATE.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS BID.
Page 2 of 100
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance
No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source
Hiring Agreement.": (Yes or No)
Do you expect to create new positions in your company in the event your company was awarded a
Contract by the City? (Yes or No)
In the event your answer to question above is yes, how many new positions would you create to
perform this work?
Please list the title, rate of pay, summary of duties, number of positions, and expected length or
duration of all new positions which might be created as a result of this award of a Contract.
Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None,
Page 3 of 100
Will Subcontractor(s) be used? (Yes or No)
Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section
1.40 of the General Terms and Condtions) (Yes or No)
Service Total Contract Amount( which includes base term and renewal options):
Is this service contract a citywide contract? (Yes or No)
If the above answer is no, please indicate the name of the city (end user) department that your
contract will serve:
Provide brief description of the project or service to be provided
I/We hereby state compliance with the City of Miami Living Wage Ordinance, Section 18-556
through Section 18-559 as summarized in Section 1.40 of the General Terms and Condtions? (Yes
or No)
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number
and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued,
please insert N/A.
Reference No. 1: Name of Company
Reference No. 1: Contact Person and Telephone Number
Reference No. 2: Name of Company
Reference No. 2: Contact Person and Telephone Number
Page 4 of 100
Reference No. 3: Name of Company
Reference No. 3: Contact Person and Telephone Number
Physical address of Tailor facility located within the City of Miami limits:
Tailor's Name, if other than bidder:
If location of tailor facility is not within the City of Miami limits at time of bid, will you be able to
provide a storefront service site after bid award, as required? Yes or No
Physical address of planned storefront service site to be operational 15 days after award, as
required:
Number of calendar days required for delivery or ready for pick-up of items, after measurements,
not requiring alternations:
Number of calendar days required for delivery or ready for pick-up for items, after measurements,
requiring alterations:
Number of calendar days required for delivery or ready for pick-up for Special Order items:
Number of calendar days required for delivery or ready for pick-up of Emergency Order items (not
to exceed 24 hours):
Does your company have a web -based on-line ordering system? Yes or No
Percentage of increase over the first year of the contract, to take effect on the 1st renewal period
(not to exceed 3%). Percentage increases for each year of the contract will be considered in
Page 5 of 100
determination of low bidder.
Percentage of increase over the 2nd year of the contract, to take effect on the 3rd renewal period
(not to exceed 3%). Percentage increases for each year of the contract will be considered in
determination of low bidder.
Percentage of increase over the 3rd year of the contract, to take effect on the 4th renewal period
(not to exceed 3%). Percentage increases for each year of the contract will be considered in
determination of low bidder.
Percentage of increase over the 4th year of the contract, to take effect on the 5th renewal period (not
to exceed 3%). Percentage increases for each year of the contract will be considered in
determination of low bidder.
Page 6 of 100
Line: 1
Description: Police Uniforms. Pants: 100% Texturized Polyester. Men's Uniform Trousers,
Midnight Blue. As or equal to Fechheimer Model TR020 - Shade 7470-2142 LAPD Navy.
SAMPLE REQUIRED.
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,000 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 2
Description: Police Uniforms. Pants: 100% Texturized Polyester Uniforms. Men's Uniform
Trousers with Silver or Gold Braid. Midnight Blue. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. TR020 Shade 7470-2142 LAPD Navy. SAMPLE REQUIRED.
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 3
Description: Police Uniforms. Pants: 100% Texturized Polyester Uniforms. Women's Uniform
Trousers, Midnight Blue. As or equal to Fechheimer. Mfg. Style No. TR020 WT Shade
7470-2142 LAPD Navy. SAMPLE REQUIRED
Category: 20087-00
Unit of Measure: Each
Page 7 of 100
Unit Price: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 4
Number of Units: 500 Total: $
Description: Police Uniforms. Pants: 100% Texturized Polyester Uniforms. Women's Uniform
Trousers with Silver or Gold Braid. Midnight Blue. As or equal to Fechheimer. Mfg. Style No.
TR020 WT Shade 7470-2142 LAPD Navy. SAMPLE REQUIRED.
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 5
Description: Police Uniforms. Skirts: 100% Texturized Polyester Uniforms. Womens Skirt
Midnight Blue. As or equal to Mfg. Name: Fechheimer. Mfg. Style No. 30833. Shade
7470-2142 LAPD Navy. SAMPLE REQUIRED.
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 8 of 100
Line: 6
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms. Mens Shirt, Long
Sleeve, Midnight Blue. As or equal to Mfg: Fechheimer. Mfg. Style No. 334X7886Z Shade
5660-2142 LAPD Navy. SAMPLE REQUIRED.
Category: 20087-73
Unit of Measure: Each
Unit Price: $ Number of Units: 900 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 7
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms, Men's Shirt, Long
Sleeve, White. As or equal to Mfg. Fechheimer. Mfg. Style No. 334X7886Z - Shade
5660-9113. SAMPLE REQUIRED.
Category: 20087-73
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 8
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms. Men's Shirt, Short
Sleeve, Midnight Blue. As or equal to Mfg: Fechheimer. Mfg. Style No. 687X 7886Z Shade
5660-2142 LAPD Navy. SAMPLE REQUIRED.
Category: 20087-74
Unit of Measure: Each
Page 9 of 100
Unit Price: $ Number of Units: 2,400 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 9
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms. Men's Shirt, Short
Sleeve, White. As or equal to Mfg: Fechheimer. Mfg. Style No. 687X 7886Z Shade 5660-9113.
SAMPLE REQUIRED.
Category: 20087-80
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 10
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms. Women's Shirt, Short
Sleeve, Midnight Blue. As or equal Mfg: Fechheimer. Mfg. Style #. 227X 7886Z Shade
5660-2142 LAPD Navy. SAMPLE REQUIRED
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 10 of 100
Line: 11
Description: Police Uniforms. Shirts: 100% Texturized Poly, Uniforms. Women's Shirt, Long
Sleeve, White. As or equal to Mfg: Fechheimer. Mfg. Style No. 227X 7886Z Shade 5660-9113.
SAMPLE REQUIRED
Category: 20087-80
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 12
Description: Police Uniforms. Shirts: 100% Texturized Poly, Uniforms. Women's Shirt, Long
Sleeve, Midnight Blue. As or equal to Mfg: Fechheimer. Mfg. Style No. 227X 7886Z Shade
5660-2142 LAPD Navy. SAMPLE REQUIRED
Category: 20087-00
Unit of Measure: Each
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 13
Description: Police Uniforms. Shirts: 100% Texturized Poly. Uniforms. Women's Shirt, Short
Sleeve, White. As or equal to Mfg: Fechheimer. Mfg. Style No. 687X 7886Z Shade 5660-9113.
SAMPLE REQUIRED.
Category: 20087-74
Page 11 of 100
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 14
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Men's Shirt, Short Sleeve, Medium Blue, Police Style. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 85R5435Z Shade Racquet 11950V. SAMPLE REQUIRED.
Category: 20085-73
Unit of Measure: Each
Unit Price: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 15
Number of Units: 450 Total: $
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Men's Shirt, Short Sleeve, White, Police Style. As or equal to Mfg. Name: Fechheimer. Mfg.
Style No. 85R5400Z. SAMPLE REQUIRED.
Category: 20085-73
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 12 of 100
Line: 16
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Women's Shirt, Short Sleeve, Medium Blue, Police Style. As or equal to Mfg. Name:
Fechheimer. Mfg. Style No. 176R5435Z Shade Racquet 11950V. SAMPLE REQUIRED.
Category: 20085-73
Unit of Measure: Each
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 17
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Women's Shirt, Short Sleeve, White, Police Style. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 176R5400Z. SAMPLE REQUIRED.
Category: 20085-73
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 18
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Men's Shirt, Long Sleeve, Medium Blue, Police Style. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 35W5435Z Shade Racquet 11950V. SAMPLE REQUIRED
Page 13 of 100
Category: 20085-72
Unit of Measure: Each
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 19
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35°A) Combed Cotton.
Men's Shirt, Long Sleeve, White, Police Style. As or equal to Mfg. Name: Fechheimer. Mfg.
Style No. 35W5400Z. SAMPLE REQUIRED
Category: 20085-72
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 20
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Women's Shirt, Long Sleeve, Medium Blue, Police Style. As or equal to Mfg. Name:
Fechheimer. Mfg. Style No. 126R5435Z Shade Racquet 11950V. SAMPLE REQUIRED
Category: 20085-72
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Page 14 of 100
Order (Calendar Days)
Line: 21
Description: Police Uniforms. Shirt, Civilian: Poplin: 65% Polyester, 35% Combed Cotton.
Women's Shirt, Long Sleeve, White, Police Style. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 126R5400Z. SAMPLE REQUIRED
Category: 20085-72
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 22
Description: Police Uniforms. Supplemental. Tactical BDU Trouse K-9 (Class C). BDU name
tape and rank embroidery Sgt. and above. As or equal to Mfg. Name: Fechheimer, Mfg. Style
No. Urban Defender UD4000BK Black (BDU Nametape). SAMPLE REQUIRED.
Category: 20085-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,300 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 23
Description: Police Uniforms. Supplemental. Tactical BDU Shirt, Long or Short, K-9 (Class
C). Miami Police K-9 on back, includes patches and nametape, collar rank Sgt. and above,
BDU name tape. As or equal to Mfg. Name: Fechheimer, Mfg. Style No. Urban Defender
Page 15 of 100
UD4200BK Black. SAMPLE REQUIRED.
Category: 20085-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 24
Number of Units: 1,300 Total: $
Description: Police Uniforms. Supplemental: T-Shirt - Long Sleeve Colored. 50% cotton, 50%
Polyester; Medium Weight. Mfg. Name: Hanes. Mfg. Style No.. NO SUBSTITUTIONS
Category: 20070-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 25
Number of Units: 200 Total: $
Description: Police Uniforms. Supplemental: Military Fatigue Trousers 65% Polyester & 35%
Cotton Lightweight Rip stop Poplin, Black. As or equal to Mfg. Name: Propper. or Mfg.
Name: Tru-Spec At]anco. SAMPLES REQUIRED FOR BOTH BLACK AND URBAN
DIGITAL.
Category: 20085-88
Unit of Measure: Each
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 16 of 100
Line: 26
Description: Police Uniforms. Supplemental: Military Fatigue Shirts, Propper. 65% Polyester
& 35% Cotton Lightweight Rip Stop Poplin, Black Includes BDU TAPES and DYED
PATCHES -SWAT. As or equal to Mfg. Name: Propper or Mfg. Name: Tru-Spec Atlanco.
SAMPLES REQUIRED FOR BLACK AND URBAN DIGITAL
Category: 20085-00
Unit of Measure: Each
Unit Price: $ Number of Units: 750 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 27
Description: Police Uniforms. Supplemental: Military Nomex Flight Suit, Includes BDU Name
Tapes, Color Patch. Mfg. Name: Propper. Mfg. Style No. CWU 27 P. NO SUBSTITUTIONS
Category: 20085-00
Unit of Measure: Each
Unit Price: $
Number of Units: 18 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 28
Description: Police Uniforms. Supplemental: Bike Shorts. Mfg. Name: Mocean. Mfg. Style No.
1150-PN. Cloth: Navy. NO SUBSTITUTIONS.
Category: 20092-84
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Number of Units: 350 Total: $
Page 17 of 100
Order (Calendar Days)
Line: 29
Description: Police Uniforms. Supplemental: Bike Pants. Mfg. Name: Mocean, Mfg. Style No.
2150. NO SUBSTITUTIONS
Category: 20092-84
Unit of Measure: Each
Unit Price: $
Number of Units: 180 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 30
Description: Police Uniforms. Supplemental: Men's/Women's Tactical Pant BDU. 65 Poly,
35Cotton-Black. BDU name tape and Rank embroidery, Sgt. and above. Mfg. Name:
Pro -Tuff. Mfg. Style No. MS109. NO SUBSTITUTIONS.
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 1,500 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 31
Description: Police Uniforms. Supplemental: Men's/Women's Tactical Shirt Long Sleeve BDU.
65 Poly, 35Cotton-Black. Collar Rank, Sgt. and above, BDU nametape. Mfg. Name: Pro -Tuff.
Mfg. Style No. US101S. NO SUBSTITUTIONS.
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 1,200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 18 of 100
Line: 32
Description: Police Uniforms. Supplemental. Men's/Women's Knit Polo Shirt -Short Sleeve,
100% Cotton, Navy. Includes embroidery of badge and silk screen on reverse side. Mfg.
Name: 5.11 Tactical. Mfg. Style No. 71048 - Color Code 699 - Navy Blue or other colors when
specified. NO SUBSTITUTIONS.
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 33
Description: Police Uniforms. Supplemental: Men's/Women's Knit Polo Shirt -Short Sleeve,
100% Treated Cotton Navy. Includes embroidery of badge and silk screen on reverse side,
patches. Mfg. Name: 5.11 Tactical (Fiber Shield). Mfg. Style No. 41060 - Color Code 724 -
Dark navy or other colors when specificed. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 34
Number of Units: 2,400 Total: $
Description: Police Uniforms. Supplemental: Navy Blue Turtleneck. Includes embroidery
(SWAT). As or equal to Mfg. Name: Fechheimer Brothers. Mfg. Style No. 52686.
Category: 20000-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Page 19 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 35
Description: Police Uniforms. Supplemental: Sweat Shirt 50% Polyester-50 Cotton. Includes
embroidery, silkscreen. Mfg. Name: Jerzees. Mfg. Style No. 562M. NO SUBSTITUTIONS
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 36
Number of Units: 24 Total: $
Description: Police Uniforms. Supplemental: Athletic Coaching Shorts, First -quality 100%
Stretch Nylon. Mfg. Name: Bike. Mfg. Style No. C2550. NO SUBSTITUTIONS
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Number of Units: 12 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 37
Description: Police Uniforms. Supplemental: Gym Shorts with logo. Mfg. Name: New Balance.
Mfg. Style No. MRS7302 - Navy. NO SUBSTITUTIONS
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Number of Units: 96 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 20 of 100
Line: 38
Description: Police Uniforms. Supplemental: Sweat Pants, 50% Cotton, 50% Polyester Mfg.
Name: Jerzees. Mfg. Style No. 973M. NO SUBSTITUTIONS
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Number of Units: 24 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 39
Description: Police Uniforms. Supplemental. Coveralls Short Sleeve 65% Dacron Polyester,
35% Combed Cotton, Dark Navy Blue. Includes cloth badge and embroidery nametape etc.,
Male and Female Size. Mfg. Name: Pro -Tuff. Mfg. Style No. US101. NO SUBSTITUTIONS
Category: 20092-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 40
Number of Units: 96 Total: $
Description: Police Uniforms. Supplemental: T-Shirt - Short Sleeve Colored. 50% cotton, 50%
Polyester; Medium Weight. Mfg. Name: Hanes. Mfg. Style No. 5170. NO SUBSTITUTIONS
Category: 20070-00
Unit of Measure: Each
Unit Price: $
Number of Units: 1,600 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 41
Description: Police Uniforms: Supplemental: T-Shirt, Long Sleeve, Mfg. Name: Hanes, Mfg.
Style No. 5186, with front and back silkscreens. NO SUBSTITUTIONS
Page 21 of 100
Category: 20070-97
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 42
Description: Police Uniforms. Supplemental: Padded, Chamois Short. Mfg. Name: Mocean.
Mfg. Style No. 1550/1551. NO SUBSTITUTIONS
Category: 20092-00
Unit of Measure: Each
Unit Price: $ Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 43
Description: Police Uniforms. Supplemental: White Shirt Short Sleeve, 65% Poly, 35%
Cotton, Police Style. Add 4 inch wide Cool Max Flex Vent Mesh Under Arm to bottom of
shirt. As or equal to Mfg. Name: Fechheimer. Mfg. Style #85R5400 Bike. SAMPLE
REQUIRED
Category: 20085-73
Unit of Measure: Each
Unit Price: $ Number of Units: 380 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 44
Description: Police Uniforms. Supplemental: White Shirt Long sleeve, 65% Poly, 35% Cotton,
Page 22 of 100
Police Style. Add 4 inch wide Cool Max Flex Vent Mesh Under Arm to bottom of shirt. As or
equal to Mfg. Name: Fechheimer, Mfg. Style No. 35R5400 Bike. SAMPLE REQUIRED
Category: 20085-72
Unit of Measure: Each
Unit Price: $ Number of Units: 180 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 45
Description: Police Uniforms. Honor Guard, Staff/Civilian Clothing. Honor Guard Dress
Coat. As or equal to Mfg. Name: Fechheimer, Mfg. Style no. MPDHGXMC. SAMPLE
REQUIRED.
Category: 20088-00
Unit of Measure: Each
Unit Price: $ Number of Units: 18 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 46
Description: Police Uniforms. Honor Guard, Staff/Civilian Clothing. Honor Guard Dress
Trousers. As or equal to Mfg. Name: Fechheimer, Mfg. Style no. MFLHGTRS. SAMPLE
REQUIRED.
Category: 20088-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Number of Units: 18 Total: $
Page 23 of 100
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 47
Description: Police Uniforms. Honor Guard, Staff/Civilian Clothing. Honor Guard Dress
Cord. As or equal to Mfg. Name: Fechheimer, Mfg. Style no. N2112XXX. SAMPLE
REQUIRED.
Category: 20088-00
Unit of Measure: Each
Unit Price: $
Number of Units: 18 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 48
Description: Police Uniforms. Staff, Civilian Clothing: Staff Men's Dress Uniform Trousers,
55% Dacron Polyester, 45% Worsted Wool, Navy. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 34291. SAMPLE REQUIRED
Category: 20088-88
Unit of Measure: Each
Unit Price: $ Number of Units: 66 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 49
Description: Police Uniforms. Staff, Civilian Clothing: Staff Women's Dress Trousers, 55%
Page 24 of 100
Dacron Polyester, 45% Worsted Wool, Navy. As or equal to Mfg. Name: Fechheimer. Mfg.
Style No. 35291. SAMPLE REQUIRED
Category: 20088-00
Unit of Measure: Each
Unit Price: $ Number of Units: 12 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 50
Description: Police Uniforms. Staff, Civilian Clothing: Staff Womens Dress Skirt, 55%
Polyester, 45% Worsted Wool Blend. As or equal to Mfg. Name: Fechheimer. Mfg. Style No.
38033-5545. SAMPLE REQUIRED
Category: 20088-00
Unit of Measure: Each
Unit Price: $ Number of Units: 12 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 51
Description: Police Uniforms. Staff, Civilian Clothing: Dress Blouse Jacket - Women, Navy
Blue or Black, 55% Polyester, 45% Worsted Wool Blend. As or equal to Mfg. Name:
Fechheimer. Mfg. Style No. 34891WT. SAMPLE REQUIRED
Category: 20088-00
Unit of Measure: Each
Unit Price: $ Number of Units: 6 Total: $
Manufacturer
Page 25 of 100
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 52
Description: Police Uniforms. Staff, Civilian Clothing: Dress Blouse Jacket - Men, Navy Blue
or Black, 55% Polyester, 45% Worsted Wool Blend. As or equal to Mfg. Name: Fechheimer.
Mfg. Style No. 34891. SAMPLE REQUIRED
Category: 20087-85
Unit of Measure: Each
Unit Price: $ Number of Units: 33 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 53
Description: Police Uniforms. Staff, Civilian Clothing: Staff Sweater - Long Sleeve with Felt
Patches, Shoulder epaulets & badge tab. Midnight Blue. Mfg. Name: Blauer. Mfg. Style No.
205. NO SUBSTITUTIONS
Category: 20087-85
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 54
Description: Police Uniforms. Civilian: Mens, Womens Civilian Sweater - Long Sleeve,
Cardigan, Midnight Blue, 100% Low Pill Acrylic. Mfg. Name: SFKM. Style No. 6300. NO
SUBSTITUTIONS
Page 26 of 100
Category: 20078-00
Unit of Measure: Each
Unit Price: $
Number of Units: 120 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 55
Description: Police Uniforms. Staff. Staff Jacket. Mfg. Port Authority, Mfg. Style No. 448. NO
SUBSTITUTIONS
Category: 20087-50
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 56
Description: Police Uniforms. Career Apparel: Mens Trousers Plain or Pleated Front, 55%
Polyester, 45% Worsted Wool Blend. As or equal to Alfani, Style,12FE7551, or Chaps.
SAMPLE REQUIRED IF BIDDING ON OTHER THAN THE MANUFACTURER AND
STYLE SPECIFIED.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 57
Number of Units: 96 Total: $
Description: Police Uniforms. Career Apparel: Women's Trousers, Plain or Pleated Front,
55% Polyester, 45% Worsted Wool Blend. As or equal to Jones of New York, Style No.
3R869, Casper, or Liz Claiborne. SAMPLE REQUIRED IF BIDDING ON OTHER THAN
Page 27 of 100
THE MANUFACTURER AND STYLE SPECIFIED.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 58
Number of Units: 18 Total: $
Description: Police Uniforms. Career Apparel: Women's Skirt, 55% Polyester, 45% Worsted
Wool Blend. As or equal to Jones of New York, Style No. 3J631, Casper, or Liz Claiborne.
SAMPLE REQUIRED IF BIDDING ON OTHER THAN THE MANUFACTURER AND
STYLE SPECIFIED.
Category: 20025-00
Unit of Measure: Each
Unit Price: $ Number of Units: 18 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 59
Description: Police Uniforms. Career Apparel: Men's Blazer 55% Polyester, 45% Worsted
Wool Blend. Basic colors shall be made available upon request. As or equal to Alfani, Style
No. 370-252, or Chaps. SAMPLE REQUIRED IF BIDDING ON OTHER THAN THE
MANUFACTURER AND STYLE SPECIFIED.
Category: 20085-21
Unit of Measure: Each
Unit Price: $
Number of Units: 48 Total: $
Page 28 of 100
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 60
Description: Police Uniforms. Career Apparel: Women's Blazer 55% Polyester, 45% Worsted
Wool Blend. Basic colors shall be made available upon request. As or equal to Jones of New
York, Style No. 2R262, Casper or Liz Claiborne. SAMPLE REQUIRED IF BIDDING ON
OTHER THAN THE MANUFACTURER AND STYLE SPECIFIED.
Category: 20085-21
Unit of Measure: Each
Unit Price: $ Number of Units: 9
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 61
Total: $
Description: Police Uniforms. Career Apparel: Men's Career Shirt - Long Sleeve, 200 Count
Broadcloth, 65% Dacron Polyester, 35% Combed Cotton, White. As or equal to Van Huesen,
Style No. 69563, Alfani, or Chaps. SAMPLE REQUIRED IF BIDDING ON OTHER THAN
THE MANUFACTURER AND STYLE SPECIFIED.
Category: 20070-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 29 of 100
Line: 62
Description: Police Uniforms. Career Apparel: Women's Career Shirt, Long Sleeve, 200
Count Broadcloth, 65% Dacron Polyester, 35% Combed Cotton, White. As or equal to Liz
Claiborne, Style No. REMU1211, Casper, or Jones of New York. SAMPLE REQUIRED IF
BIDDING ON OTHER THAN THE MANUFACTURER AND STYLE SPECIFIED
Category: 20070-00
Unit of Measure: Each
Unit Price: $ Number of Units: 24 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 63
Description: Police Uniforms. Outerwear: Jacket, heavy, with liner, Dark Navy. Mfg. Name:
Spiewak. Mfg Style No. SH3465 HSL-HFL-76R. NO SUBSTITUTIONS.
Category: 20016-50
Unit of Measure: Each
Unit Price: $
Number of Units: 650 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 64
Description: Police Uniforms. Outerwear: Raid Jacket, Navy. Includes silkscreen back and
front. Mfg. Name: Duty Man. Mfg. Style No. J-33 Navy. NO SUBSTITUTIONS.
Category: 20074-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 120 Total: $
Page 30 of 100
Line: 65
Description: Police Uniforms. Outerwear: Lightweight Jacket Reversible with Hood includes
silkscreen black letters by Detail. Mfg. Name: Blauer. Mfg. Style No. FJ 6001-1 / Dark Navy
Sworn. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 66
Number of Units: 450 Total: $
Description: Police Uniforms. Outerwear: Nylon Windbreaker Raid Jacket 100% Denier
Nylon Taffeta, Includes silkscreen back & front. Mfg. Name: Hartwell. Mfg. Style No. 101A.
NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 67
Number of Units: 200 Total: $
Description: Police Uniforms. Outerwear: Lightweight Jacket Navy, Civilian. Mfg. Name:
Blauer. Mfg. Style No. 6120. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 68
Page 31 of 100
Description: Police Uniforms. Outerwear: Raincoat - One Piece, with Snap Cap -Cape Cover.
LIME-silkscreen, logo. Mfg. Name: Neese, Mfg. Style No. 485SC - Coat; 475 - Cape; 475CC -
Cape & Cover. NO SUBSTITUTIONS
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 69
Number of Units: 96 Total: $
Description: Police Uniforms. Outerwear: Raincoat - One Piece - Reversible, Black/F.
Yellow -with hood cover includes silkscreen/logos. Mfg. Name: Blauer. Mfg. Style No. 733,
123. NO SUBSTITUTIONS
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Number of Units: 400 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 70
Description: Police Uniforms. Outerwear: Bag for Rain suit. Mfg. Name: Neese. Mfg. Style No.
475BG. NO SUBSTITUTIONS
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 71
Number of Units: 150 Total: $
Description: Police Uniforms. Outerwear: Bag for Rain suit . Mfg. Name: Blauer. Mfg. Style
No. ZB1814. NO SUBSTITUTIONS
Page 32 of 100
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 72
Number of Units: 500 Total: $
Description: Police Uniforms. Outerwear: Leather Motor Jacket with applied 3 inch letters
"MIAMI POLICE". Mfg. Name: Taylor. Mfg. Style No. 4473Z. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 73
Description: Police Uniforms. Outerwear: Coast Lite Waist Pants, Navy. Mfg. Name: Gill
Mfg. Style No. IN6TN. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 74
Number of Units: 24 Total: $
Description: Police Uniforms. Outerwear: Coast Jacket, Navy/Yellow. Includes Police Logo on
back. Mfg. Name: Gill. Mfg. Style No. IN5J. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Page 33 of 100
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 75
Number of Units: 24 Total: $
Description: Police Uniforms. Outerwear: Bike High Impact Jacket with patch on back
reflective "POLICE" 9.5X4. Two Tone Yellow/Blue. Mfg. Name: Mocean. Mfg. Style No.
5050AC. NO SUBSTITUTIONS
Category: 20000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 76
Description: Police Uniforms. Outerwear: Raincoat Two Piece Yellow (PSA). Includes
silkscreen 3-M on back and front. Mfg. Name: Neese. Mfg. Style No. Coat 9102 APK, Pants
9100 ET Hi-Vis. NO SUBSTITUTIONS
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Number of Units: 48 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 77
Description: Police Uniforms. Outerwear: SWAT Raingear Jacket. Mfg. Name: Monarch.
Mfg. Style No. 1564 Black, all velcro. NO SUBSTITUTIONS
Category: 20165-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Number of Units: 36 Total: $
Page 34 of 100
Order (Calendar Days)
Line: 78
Description: Police Uniforms. Outerwear. Rain Suit - Two Piece. Includes silkscreen, logos, 1
Nametape & Suspenders. Mfg. Blauer #9691 (Jacket); 9834 (Pants). NO SUBSTITUTIONS
Category: 20165-81
Unit of Measure: Each
Unit Price: $
Number of Units: 96 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 80
Description: Police Uniforms. Accessories. Cap to include chinstrap (Police Explorer), Cloth
Top shall be 100% Polyester Blend. Midnight Blue. Mfg. Name: Midway Cap Company. Mfg.
Style No. Eight Point Cap. NO SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 81
Description: Police Uniforms. Accessories. Uniform Cap, to include chinstrap- Cloth Top.
Midnight Blue. Mfg. Name: Midway Cap Company. Mfg. Style Regular, Sgt. NO
SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $
Number of Units: 900 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 35 of 100
Line: 82
Description: Police Uniforms. Accessories. Uniform Cap to include chinstrap -Cloth Top. Mfg.
Name: Midway Cap Company. Mfg. Style No. Lieutenant and above. NO SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 83
Number of Units: 200 Total: $
Description: Police Uniforms. Accessories. Uniform Cap with Embroidered Bullion Visor to
include Bullion Style Color Number 573-610, Tropical 3 Ply, 11 oz., 55% Dacron Polyester,
45% Wool. Mfg. Name: Midway Cap Company. Mfg. Stye No. Commander through Chief.
NO SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 84
Description: Police Uniforms. Accessories. Baseball Style Cap Custom Embroidered Miami
Police, City Seal, Dark Navy Inside all Navy. Mfg. Name: Blauer, Mfg. Style No. 8154X. NO
SUBSTITUTIONS.
Category: 20130-00
Unit of Measure: Each
Unit Price: $
• Number of Units: 1,650 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 36 of 100
Line: 85
Description: Police Uniforms. Accessories. Baseball Style Cap Custom Embroidered Miami
Police, City Seal, Scrambled Eggs insignia. Mfg. Name: Blauer. Mfg. Style No. 8154X. NO
SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 86
Number of Units: 120 Total: $
Description: Police Uniforms. Accessories: Hat, Navy Blue Navy Straw Lawman Hat with or
without eyelet. Mfg. Name: Straton. Mfg. Style No. Lawman Double Brim. NO
SUBSTITUTIONS.
Category: 20146-00
Unit of Measure: Each
Unit Price: $
Number of Units: 12 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 87
Description: Police Uniforms. Accessories: School Crossing Guard, Injection molded plastic
helmet. Mfg. Name: Bayly. Mfg. Style No: Pith Helmet. NO SUBSTITUTIONS
Category: 89574-47
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 24 Total: $
Line: 88
Description: Police Uniforms. Accessories: Traffic Safety Vest. Med, Large, XL, XXL.
Page 37 of 100
Includes Logos Front and Back Miami Police, Crime Scene Technician, Public Service Aide &
Badge Silkscreen. Mfg. Name: Blauer. Mfg. Style No: 339. NO SUBSTITUTIONS.
Category: 34592-00
Unit of Measure: Each
Unit Price: $
Number of Units: 750 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 89
Description: Police Uniforms. Accessories. Hydra Storm Predator, includes SWAT or Police
Patch. Mfg. Name: Black Hawk. Mfg. Style No. 65SPOOBK. NO SUBSTITUTIONS
Category: 20130-00
Unit of Measure: Each
Unit Price: $
Number of Units: 750 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 90
Description: Police Uniforms. Accessories. Adaptor for Hydra Storm Predator. Mfg Name:
Hydra Storm Black Hawk, Mfg. Style No. 2490. NO SUBSTITUTIONS
Category: 68000-00
Unit of Measure: Each
Unit Price: $
Number of Units: 750 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 91
Description: Police Uniforms. Accessories: Gloves - White, with wrist snap. As or equal to
Mfg. Name: S. Broome. SAMPLE REQUIRED
Category: 20137-00
Page 38 of 100
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 92
Description: Police Uniforms. Accessories: Scarf -Scots, white or gold. As or equal to Mfg.
Name: S. Broome. SAMPLE REQUIRED
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 93
Description: Police Uniforms. Accessories: Citation Rope and Cord - White or Gold. As or
equal to Mfg. Name: Greene, Mfg. Style No. 3-SC422A. SAMPLE REQUIRED
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 39 of 100
Line: 94
Description: Police Uniforms. Accessories: Tie - Ready -Made Choke -Proof Black. As or equal
to Mfg. Name: S. Broome. SAMPLE REQUIRED
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 95
Description: Police Uniforms. Accessories: Tie- Cross Over and Foreign Hands. Male &
Female. As or equal to Mfg. Name: S. Broome. Mfg. Style No. 90156 (Male) 90072 (Female).
SAMPLE REQUIRED is bidding on other than the manufacturer and style numbers
specified.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 24 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 96
Description: Police Uniforms. Accessories. Acrylic Breast Nameplate, Civilian. Mfg. Name:
Class Line. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Page 40 of 100
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 97
Number of Units: 12 Total: $
Description: Police Uniforms. Accessories: Acrylic Breast Nameplate, Sworn. Mfg. Name:
V.H. Blackington - B532. Mfg. Style No: Blue Rim City Seal. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 98
Number of Units: 12 Total: $
Description: Police Uniforms. Accessories: Shoulder Boards Staff Ranks Major -Chief. As or
equal to Mfg. Name: Harrison. Mfg. Style No. SB-MPD. SAMPLE REQUIRED
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 24 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 99
Description: Police Uniforms. Accessories: Uniform Black Crew Socks Dress Padded. Mfg.
Name: Thorolo. Mfg. Style No. DLTX-952 Black. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Pair
Unit Price: $ Number of Units: 700 Total: $
Page 41 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 100
Description: Police Uniforms. Accessories. Uniform Navy Crew Socks Dress Padded. Mfg.
Thorolo, Mfg. Style No. DLTX-953. NO SUBSTITUTIONS
Category: 20151-73
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 101
Number of Units: 700 Total: $
Description: Police Uniforms. Accessories: Uniform Black Socks. Mfg. Name: 5.11. Mfg. Style
No. 590.48-590.47. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 500 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 102
Description: Police Uniforms. Accessories: Uniform Black Crew Socks Dress Padded. Mfg.
Name: Magnum Mfg. Style No. 1041 - Black. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 500 Total: $
Page 42 of 100
Line: 103
Description: Police Uniforms. Accessories. Men's/Women's Socks. Mfg. Jox. Mfg. Style No. 1/4
Crew or Ped JSM-JSL. NO SUBSTITUTIONS
Category: 20151-73
Unit of Measure: Pair
Unit Price: $
Number of Units: 500 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 104
Description: Police Uniforms. Accessories: Tactical Vest Black Silkscreen. Mfg. Name: 5.11
Tactical, SWAT. Mfg. Style No. 80001-019. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 24 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 105
Description: Police Uniforms. Accessories: Men's Tactical Pant BDU (Bomb Squad) 100%
Cotton Black, BDU name tape and Rank embroidery. Mfg. Name: 5.11 Tactical. Mfg. Style
No. 74251-019. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 106
Description: Police Uniforms. Accessories. Women's Tactical Pant BDU (Bomb Squad). 100%
Page 43 of 100
Cotton. Black. BDU name tape and rank embroidery. Mfg. 5.11 Tactical. Mfg. Style no.
64355. NO SUBSTITUTIONS
Category: 20044-58
Unit of Measure: Each
Unit Price: $
Number of Units: 12 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 107
Description: Police Uniforms. Accessories: Men's/Women's Tactical Shirt, Long Sleeve, BDU
(Bomb Squad) 100% Cotton -Black Collar Rank, BDU, 2 nametape. Mfg. Name: 5.11 Tactical.
Mfg. Style No. 72157-019. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 48 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 108
Description: Police Uniforms. Accessories. Gloves. Traffic Gloves Hi-Vis. Mfg. Name:
Monarch Safety, Mfg. Style No. GL-1. NO SUBSTITUTIONS
Category: 20140-52
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 109
Number of Units: 75 Total: $
Description: Police Uniforms. Accessories. Glove. Black leather. Mfg. Hatch #PM555. NO
SUBSTITUTIONS
Page 44 of 100
Category: 20140-52
Unit of Measure: Pair
Unit Price: $
Number of Units: 75 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 110
Description: Police Uniforms. Accessories. Tactical Glove, Black. Mfg. Name: 5.11, Mfg. Style
No. 59300. NO SUBSTITUTIONS
Category: 20140-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 350 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 111
Description: Police Uniforms. Emblems, Insignias and Patches: Miscellaneous Emblems. Mfg.
Name: Florida Embroidered Patch & Emblem, Inc. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 112
Number of Units: 6,500 Total: $
Description: Police Uniforms. Emblems, Insignias and Patches: Bicycle Patrol Detail Patch
Fabric with 3-M Letters 3 inch POLICE. Mfg. Name: Florida Embroidered Patch &
Emblem, Inc. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 450 Total: $
Page 45 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 113
Description: Police Uniforms. Emblems, Insignias and Patches: Sleeve Stripe Gold, Black
Mohair. As or equal to Mfg. Name: Rice, Mfg. Style No. AC405. SAMPLE REQUIRED
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 114
Description: Police Uniforms. Emblems, Insignias and Patches: BDU Tapes For Previously
Issued Shirts. SAMPLE REQUIRED.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 120 Total: $
Manufacturer
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 115
Page 46 of 100
Description: Police Uniforms. Emblems, Insignias and Patches: P Buttons for Uniform Shirts.
Mfg. Name: Waterbury, Mfg. Style No. P-24. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 116
Number of Units: 500 Total: $
Description: Police Uniforms. Emblems, Insignias and Patches: Police Patch Police, Swat
Large PVC. Mfg. Name: SymbolArts, LLC. Mfg. Style No. 300. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 700 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 117
Description: Police Uniforms. Emblems, Insignias and Patches: Police Patch Police, Swat
Small PVC. Mfg. Name: SymbolArts, LLC. Mfg. Style No. 200. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 118
Number of Units: 700 Total: $
Description: Police Uniforms. Emblems, Insignias and Patches: Police Patch Small self stick
Police, Swat. Mfg. Name: Florida Embroideed Patch & Emblem, Inc. NO SUBSTITUTIONS
Category: 20137-00
Page 47 of 100
Unit of Measure: Each
Unit Price: $ Number of Units: 1,200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 119
Description: Police Uniforms. Emblems, Insignias and Patches: Single Corporal Stripe, Sgt
Rocker Panel Stripe, to include sewing onto previously issued shirts. Mfg. Name: Florida
Embroidered Patch & Emblem, Inc. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 120
Description: Police Uniforms. Emblems, Insignias and Patches: Hash marks gold or black.
Mfg. Name: Florida Embroidered Patch & Emblem, Inc. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 121
Number of Units: 210 Total: $
Description: Police Uniforms. Emblems, Insignias and Patches: Name Tapes, Midnight Blue to
match the uniform shirts.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 120 Total: $
Page 48 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 122
Description: Police Uniforms. Duty Gear: Honor Guard Cross Strap. Mfg. Name: Gould and
Goodrich. Mfg. Style No. B-99. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 123
Number of Units: 48 Total: $
Description: Police Uniforms. Duty Gear: D-Ring. Mfg. Name: Gould and Goodrich. Mfg.
Style No. B-99. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 124
Number of Units: 96 Total: $
Description: Police Uniforms. Duty Gear: Belt, Civilian, Silver or Gold, 1 3/4". Mfg. Name:
Duty Man. Mfg. Style No. 1611-T or Mfg. Name: Boston, Mfg. Style No. 6505-1.NO
SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Style Number
Page 49 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 125
Description: Police Uniforms. Duty Gear: Staff Trouser Belt, Basket Weave. Mfg. Name:
Gould and Goodrich. Mfg. Style No. NGS. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 126
Number of Units: 24 Total: $
Description: Police Uniforms. Duty Gear: Staff Trouser Plain. Mfg. Name: Gould and
Goodrich. Mfg. Style No. NGT. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 24 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 127
Description: Police Uniforms. Duty Gear: Staff Magazine, Single Pouch, Basket Weave. Mfg.
Name: Gould and Goodrich. Mfg. Style No. B628-7W. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 24 Total: $
Page 50 of 100
Line: 128
Description: Police Uniforms. Duty Gear: Staff Magazine, Single Pouch, Plain. Mfg. Name:
Gould and Goodrich. Mfg. No. Style No. NGZ. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 24 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 129
Description: Police Uniforms. Duty Gear: Staff Duty Holster, Basket Weave. Mfg. Name:
Gould and Goodrich. Mfg. Style No. ORY. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 130
Number of Units: 24 Total: $
Description: Police Uniforms. Duty Gear: Staff Duty Holster, Plain. Mfg. Name: Gould and
Goodrich, Mfg. Style No. ORX. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 131
Number of Units: 24 Total: $
Description: Police Uniforms. Duty Gear: High Gloss Duty Holster Hi -Ride. Mfg. Name:
Gould and Goodrich. Mfg. Style No. NGP. NO SUBSTITUTIONS
Page 51 of 100
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 132
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: High Gloss Duty Belt, 2 1/4"; Black, Mfg. Name:
Bianchi. Mfg. Style No. 7960. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 500 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 133
Description: Police Uniforms. Duty Gear: High Gloss Single -Column Magazine Pouch, Black.
Mfg. Name: Bianchi. Mfg. Style No. 722301or snap brass/chrome. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 134
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: High Gloss Belt Keeper, 4-pack. Mfg. Name:
Bianchi. Mfg. Style No. 22306. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 700 Total: $
Page 52 of 100
Delivery Time from Receipt of
Order (Calendar Days)
Line: 135
Description: Police Uniforms. Duty Gear: High Gloss Handcuff Case. Mfg. Name: Bianchi.
Mfg. Style No. 22297. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 500 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 136
Description: Police Uniforms. Duty Gear: Nylon Duty Belt Ergo Tek. Mfg. Name: Bianchi.
Mfg. Style No. 7200. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 700 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 137
Description: Police Uniforms. Duty Gear: Nylon Duty High -Rise Holster. Mfg. Name: Gould
and Goodrich. Mfg. Style No. NGQ. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 500 Total: $
Page 53 of 100
Line: 138
Description: Police Uniforms. Duty Gear: Nylon Magazine Pouch: Single. Mfg. Name:
Bianchi. Mfg. Style No. 17427. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 139
Number of Units: 700 Total: $
Description: Police Uniforms. Duty Gear: Nylon Magazine Pouch: Single. Mfg. Name:
Bianchi, Mfg. Style No. 17427. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 350 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 140
Description: Police Uniforms. Duty Gear: Nylon Keepers, Set of 4. Mfg. Name: Bianchi. Mfg.
Style No. 15634. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 700 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 141
Description: Police Uniforms. Duty Gear: Nylon Handcuff Case. Mfg. Name: Bianchi. Mfg.
Style No. 17390. NO SUBSTITUTIONS
Page 54 of 100
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 142
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: Nylon PR24 Baton Holder. Mfg. Name: Bianchi.
Mfg. Style No. 14414. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 300 Total: $
Delivery Time from Receipt ,of
Order (Calendar Days)
Line: 143
Description: Police Uniforms. Duty Gear: Nylon Tactical Baton Holder. Mfg. Name: Bianchi.
Mfg. Style No. 18453. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 144
Number of Units: 300 Total: $
Description: Police Uniforms. Duty Gear: Nylon Glove Holder. Mfg. Name: Bianchi. Mfg.
Style No. 18480. NO SUBSTITUTIONS.
Category: 20137-00
Unit of Measure: Each
Page 55 of 100
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 145
Number of Units: 300 Total: $
Description: Police Uniforms. Duty Gear: Nylon Radio Holder, Motorola Astro x3000. Mfg.
Name: Bianchi. Mfg. Style No. 22703. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 146
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: High Gloss Radio Case, Motorola Astro x3000. Mfg.
Name: Bianchi. Mfg. Style No. 22706. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 147
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: Nylon Under Belt. Mfg. Name: Bianchi. Mfg. Style
No. 7205. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 550 Total: $
Page 56 of 100
Line: 148
Description: Police Uniforms. Duty Gear: Nylon Mace Holder. Mfg. Name: Bianchi. Mfg.
Style No. 18205. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 149
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: High Gloss Mace Holder. Mfg. Name: Bianchi. Mfg.
Style No. 22308. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 150
Number of Units: 500 Total: $
Description: Police Uniforms. Duty Gear: Motorcycle Hi -Ride Duty Holster Swivel High
Gloss. Mfg. Name: Gould and Goodrich. Mfg. Style No. NGR. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 24 Total: $
Line: 151
Description: Police Uniforms. Duty Gear: Web Belt Recruit Black 1 1/4" wide woven of 100%
Page 57 of 100
nylon material with Solid Brass Buckle. Mfg. Name: PM Belt Company. Mfg. Style No. 60W.
NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 96 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 152
Description: Police Uniforms. Duty Gear: Leather under Belt Plain. Mfg. Name: Duty Man,
Mfg. Style No. 1311 or Mfg. Name: Boston, Mfg. Style No. 6530-1. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Style Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 153
Description: Police Uniforms. Duty Gear: Assault Holster Left, Right, SWAT. Mfg. Name:
Omega. Mfg. Style No. 40QD00BK. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 154
Description: Police Uniforms. Duty Gear: CQB Emergency Rescue Belt, SWAT. Mfg. Name:
Page 58 of 100
Black Hawk. Mfg. Style No. 41CQ01BKL. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 155
Number of Units: 96 Total: $
Description: Police Uniforms. Duty Gear: SLS Tactical Holster, SWAT. Mfg. Name: Safari
Land, Mfg. Style No. 6004. NO SUBSTITUTIONS
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 36 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 156
Description: Police Uniforms. Duty Gear. Baton Holder. Mfg. G.G. #B560-21 NO
SUBSTITUTIONS
Category: 68012-00
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 157
Number of Units: 150 Total: $
Description: Police Uniforms. Duty Gear. Magazine Holder Double. Nylon. Mfg. Bianchi
#7302. NO SUBSTITUTIONS
Category: 68012-41
Unit of Measure: Each
Page 59 of 100
Unit Price: $ Number of Units: 75 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 158
Description: Police Uniforms. Duty Gear. Shoulder Holster. Black. Nylon. Mfg. Bianchi #4601
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 6 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 159
Description: Police Uniforms. Duty Gear. Ce11 Phone Holster. Black. Mfg. Desantis, Mfg. Style
No. N89. NO SUBSTITUTIONS
Category: 00514-11
Unit of Measure: Each
Unit Price: $
Number of Units: 150 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 160
Description: Police Uniforms. Footwear: Boat Shoe Marine Patrol. Mfg. Name: Spery Top
Sider, Mfg. Style No: SB1070. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 18 Total: $
Page 60 of 100
Line: 161
Description: Police Uniforms. Footwear: Danner Arcadia Boot, SWAT. Mfg. Name: Danner.
Mfg. Style No: 69210. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 162
Number of Units: 36 Total: $
Description: Police Uniforms. Footwear: Deck Boots, White Nonskid sole. Mfg. Name:
Cordova, Cordova. Mfg. Style No. BB16. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 163
Number of Units: 24 Total: $
Description: Police Uniforms. Footwear: Men's/Women's Bike Patrol Shoes,Black-Sport-
Grain. Mfg. Name: Magnum. Mfg. Style No: 5144. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 164
Description: Police Uniforms. Footwear: Men's Shoes, Dress. Mfg. Name: Thorogood, Mfg.
Page 61 of 100
Style No: 8316803. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 300 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 165
Description: Police Uniforms. Footwear. Women's Shoes, Dress. Mfg. Name: Thorogood, Mfg.
Style No. 5316103. NO SUBSTITUTIONS
Category: 80072-54
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 166
Number of Units: 50 Total: $
Description: Police Uniforms. Footwear: Men's Shoes, Dress. Mfg. Name: Bates. Mfg. Style
No: 942. NO SUBSTITUTIONS.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 167
Number of Units: 300 Total: $
Description: Police Uniforms. Footwear. Women's Shoes, Dress. Mfg. Name: Bates, Mfg. Style
No. 742L. NO SUBSTITUTIONS
Category: 80072-54
Unit of Measure: Pair
Page 62 of I00
Unit Price: $
Number of Units: 50 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 168
Description: Police Uniforms. Footwear: Men's Shoes, Dress, Honor Guard. Mfg. Name:
Bates, Mfg. Style No. 7. NO SUBSTITUTIONS.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 169
Number of Units: 18 Total: $
Description: Police Uniforms. Footwear: Women's Shoes, Dress, Honor Guard. Mfg. Name:
Bates, Mfg. Style No. 1208. NO SUBSTITUTIONS
Category: 80072-54
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 170
Number of Units: 6 Total: $
Description: Police Uniforms. Footwear: Men's/Women's Safety Shoe, Low. Mfg. Name:
Thorogood. Mfg. Style No: 8046190. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 18 Total: $
Page 63 of 100
Line: 171
Description: Police Uniforms. Footwear: Men's/Women's Safety Shoe, High. Mfg. Name:
Thorogood. Mfg. Style No: 8046191. NO SUBSTITUTIONS.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 18 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 172
Description: Police Uniforms. Footwear: Men's, Sneaker Uniform Shoe. Mfg. Name:
Thorogood. Mfg. Style No: 8346333. NO SUBSTITUTIONS.
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 173
Number of Units: 12 Total: $
Description: Police Uniforms. Footwear. Women's Sneaker Uniform Shoe. Mfg. Thorogood,
Mfg. Style No. 5346333. NO SUBSTITUTIONS.
Category: 80040-85
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 174
.Number of Units: 6 Total: $
Page 64 of 100
Description: Police Uniforms. Footwear. Men's/Women's 6" Boot. Supplier should have
available any of the following manufacturers and style number to select from, at the price
bid: Mfg. A.T.A.C. 5.11, Style 12002; Mgf. Name: Hi Tec, Style 8200-8201; Mfg. Name:
Thorogood, Style 834-6290; Mfg. Bates, Style 2262-2762; Mfg. Altama, Style 3466; and Mfg.
Name: Converse, Style C8678. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 900 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 175
Description: Police Uniforms. Footwear: Men's Low Top Shoe, Mfg. Name: Thorogood, Mfg.
Style No: 8346180. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 176
Number of Units: 60 Total: $
Description: Police Uniforms. Footwear: Women's Low Top Shoe. Mfg. Name: Thorogood,
Mfg. Style No. 5346180. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 177
Number of Units: 15 Total: $
Description: Police Uniforms. Footwear. Men's Safety Toe Shoe, 6" side zip. Mfg. Name:
Bates, Mfg. Style No. 2264. NO SUBSTITUTIONS
Page 65 of 100
Category: 80072-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 178
Number of Units: 20 Total: $
Description: Police Uniforms. Footwear: Women's Safety Shoe, 6" side zip. Mfg. Name: Bates,
Mfg. Style No. 2263. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 179
Number of Units: 6 Total: $
Description: Police Uniforms. Footwear. Safety Toe Boot, 8" waterproof (Mounted). Mfg.
Name: Bates, Mfg. Style No. 2268. NO SUBSTITUTIONS
Category: 80072-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 180
Number of Units: 8 Total: $
Description: Police Uniforms. Footwear: Men's Low top Shoe. Mfg. Name: Bates, Mfg. Style
No. 2302. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Page 66 of 100
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 181
Number of Units: 60 Total: $
Description: Police Uniforms. Footwear: Women's Lop Top Shoe. Mfg. Name: Bates, Mfg.
Style No. 2302. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 15 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 182
Description: Police Uniforms. Footwear. Men's/Women's Chukka Boots (Staff High Top).
Black, Hi -Gloss. Supplier should have available any of the following manufacturers and style
numbers to select from, at the price bid. Mfg. Thorogood, Style 831-6114; Mfg. Name Bates,
Style 53. NO SUBSTITUTIONS
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 183
Number of Units: 12 Total: $
Description: Police Uniforms. Footwear: Thorogood: NEOS Voyager, (Enforcement). Mfg.
Name: Thorogood, Mfg. Style No: 200. NO SUBSTITUTIONS
Category: 80005-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Number of Units: 36 Total: $
Page 67 of 100
Order (Calendar Days)
Line: 184
Description: Police Uniforms. Footwear. Safety Toe 6" Boot. Mfg. Name: Thorogood, Mfg.
Style No. 67400-076-46091. NO SUBSTITUTIONS
Category: 80072-00
Unit of Measure: Pair
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 185
Number of Units: 6 Total: $
Description: Police Uniforms. Optional Item. Sew on MPD Patch - Civilian. (This cost shall
only be applied for items where patches are not already included in price of garment)
Category: 20137-58
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 186
Number of Units: Total: $
Description: Police Uniforms. Optional Item. Sew on Police Patch (Sworn). (This cost shall
only be applied for items where patches are not already included in price of garment)
Category: 20137-58
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: Total: $
Page 68 of 100
Line: 187
Description: Police Uniforms. Optional Item. Sew on Nametapes. (This cost shall only be
applied for items where nametapes are not already included in price of garment)
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 188
Number of Units: Total: $
Description: Police Uniforms. Optional Item. Alteration - Shorten sleeves
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 189
Number of Units: Total: $
Description: Police Uniforms. Optional Item. Alteration - Sew down Pocket Flaps.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Number of Units: Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 190
Description: Police Uniforms. Optional Item. Alteration - Sew down Epaulets.
Category: 96278-64
Unit of Measure: Each
Page 69 of 100
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 191
Number of Units: Total: $
Description: Police Uniforms. Optional Item. Alteration - Waist.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: Total: $
Page 70 of 100
45014,1
Table of Contents
Terms and Conditions 72
1. General Conditions 72
1.1. GENERAL TERMS AND CONDITIONS 72
2. Special Conditions 91
2.1. PURPOSE 91
2.2. SUBMISSION OF BID RESPONSES 91
2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 91
2.4. PRE-BID/PRE-PROPOSAL CONFERENCE 91
2.5. TERM OF CONTRACT 91
2.6. CONDITIONS FOR RENEWAL 91
2.7. SCHEDULE OF ESCALATION 91
2.8. EQUITABLE ADJUSTMENT 92
2.9. NON -APPROPRIATION OF FUNDS 92
2.10. METHOD OF AWARD 92
2.11. BIDDER MINIMUM QUALIFICATIONS 92
2.12. DELIVERY 93
2.13. FAILURE TO PERFORM 93
2.14. EQUAL PRODUCT 93
2.15. METHOD OF PAYMENT 94
2.16. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS 94
2.17. CONTRACT ADMINISTRATOR 94
2.18. TIE BIDS 94
2.19. BID BOND 94
2.20. PERFORMANCE BOND 95
2.21. NO SUBSTITUTION 95
2.22. PRODUCT/CATALOG INFORMATION 95
2.23. REFERENCES 95
2.24. TAILORING SERVICES 95
2.25. SPECIFICATION EXCEPTIONS 96
2.26. TERMINATION 96
2.27. ADDITIONAL TERMS AND CONDITIONS 96
2.28. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 96
2.29. EMERGENCY ORDERS 97
2.30. QUALITY AND SIZE STANDARDS 97
2.31. STOCK PRODUCT 97
2.32. LIMITED WARRANTY 97
2.33. SAMPLES 97
2.34. TESTING, INSPECTION AND ACCEPTANCE OF SAMPLE 98
2.35. PATROL "C"/MIDNIGHT SHIFT 98
3. Specifications 99
3.1. SPECIFICATIONS/SCOPE OF WORK 99
Page 71 of 100
45014,1
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terms and Conditions described herein apply to the acquisition of
goods/equipment/services with an estimated aggregate cost of $25,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals,
Request for Qualifications, or Request for Letters of Interest pursuant to the City of
Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be
defined in the same manner herein.
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this
formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and
actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with
the terms herein and be fully in accordance with specifications and of the highest quality. In the event the
goods/equipment supplied to the City are found to be defective or does not conform to specifications, the
City reserves the right to cancel the order upon written notice to the Contractor and return the product to the
Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall
be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon
issuance by the City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or
parts of after opening/closing date and request re -issuance on the goods/services described in the formal
solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected
bidders/proposers and make available a written explanation for the rejection. The City also reserves the
right to reject the response of any bidder/proposer who has previously failed to properly perform under the
terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a
position to perform the requirements defined in this formal solicitation. The City further reserves the right
to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its
discretion, re -issue this formal solicitation.
1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are
available at the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate
response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate
response offers a different product that meets or exceeds the formal solicitation requirements. In order for
the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form
and shall mark "Alternate Response". Alternate response shall be placed in the same response. This
provision only applies to formal solicitations for the procurement of goods, services, items, equipment,
materials, and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise
dispose of the.resu]ting Contract, or any or all of its right, title or interest herein, without City of Miami's
prior written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this
Contract, the prevailing party shall be entitled to recover its costs and reasonable attomey's fees through
and including appellate litigation and any post -judgment proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to
provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any
books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation,
for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall
maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for
Page 72 of 100
45014,1
three (3) years after the City makes final payment and all other pending matters are closed. Contractor's
failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract
by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s)
established herein, when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and
resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its
own purchase orders, be invoiced there from and make its own payments, determine shipping terms and
issue its own exemption certificates as required by the successful bidder(s)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement,
amendment or addenda.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference
to Businesses with Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required by
the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may
accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to
the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution
from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or
increased costs sustained as a result of the Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or
contract award sheet.
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120)
calendar days beyond the stated contract term in order to provide City depai talents with continual service
and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised,
the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price,
terms and conditions for a specific number of days. Additional extensions over the first one hundred
twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual
agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude
upon completion of the expressed or implied warranty periods.
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis,
or such combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon
the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City
reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is
determined to be in the City's best interests. Such agreement will be furnished by the City, will contain
certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City
Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check
or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it
is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award
Page 73 of 100
45014,1
contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the
right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful
bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract
has been awarded, all bid deposits will be returned on demand.
Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by
contacting the Minority/Women Business Affairs office.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and
submitted accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement
and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the
annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be
considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the
next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may
be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of
establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only.
When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is
added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response,
complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the
City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of
equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be
requested if the proposed brand is other than specified by the City. Such samples are to be furnished after
formal solicitation opening/closing only upon request of the City. If samples should be requested, such
samples must be received by the City no later than seven (7) calendar days after a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its
opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all
prospective bidders/proposers and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm
makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a
business risk which the contractor must assume. The City will not be obligated to reimburse amortized or
unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has
been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall
not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City
be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to
any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction
or other legal or equitable proceedings or on account of any delay for any cause over which the City has no
control.
1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a
response for the same items/services or with the City of Miami's Purchasing Department or initiating
department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other
illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of
Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the
City reserves the right to reject any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subject to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect
the goods or equipment offered, including but not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
Page 74 of 100
45014,1
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following:
employment practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as
amended, as applicable to this Formal Solicitation.
E. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
F. Uniform Commercial Code (Florida Statutes, Chapter 672).
G. Americans with Disabilities Act of 1990, as amended.
H. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
I. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
J. City Procurement Ordinance City Code Section 18, Article III.
K. Conflict of Interest, City Code Section 2-611;61.
L. Cone of Silence, City Code Section 18-74.
M. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
N. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a
condition precedent to the execution of service contracts including professional services.
Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility.
Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds
for termination of contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City
Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be
applicable only to Contracts for the provision of goods and services and public works or improvements for
amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs,
RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff
including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City
Commissioners, or their respective staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral communications with the City purchasing staff regarding Minority/Women Business Enterprise
(M/WBE) and local vendor outreach programs; oral communications, provided the communication is
limited strictly to matters of process or procedure already contained in the formal solicitation document; the
provisions of the Cone of Silence do not apply to oral communications at duly noticed site
visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation
committees, contract negotiations during any duly noticed public meeting, or public presentations made to
the Miami City Commission during a duly noticed public meeting; or communications in writing or by
email at any time with any City employee, official or member of the City Commission unless specifically
prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special
Conditions); or communications in connection with the collection of industry comments or the performance
of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,
which shall be made available to any person upon request. The City shall respond in writing and file a copy
with the Office of the City Clerk, which shall be made available to any person upon request. Written
communications maybe in the form of e-mail, with a copy to the Office of the City Clerk.
Page 75 of 100
45014,1
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or
bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent,
lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person
having personal knowledge of a violation of these provisions shall report such violation to the State
Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference
Section 18-74 of the City of Miami Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. PIease review City of
Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may
contact the City Clerk at 305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida
Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it
shall have no application when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify
that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami
is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal
Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in
writing to the City. Further, you must disclose the name of any City employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation
of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or
services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City
harmless from any and all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and
submission of Responses to the City, or any work performed in connection therewith shall be borne by the
B i dder(s)/Propos er(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective
Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after
consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a
Contractual Party, for the causes listed below, from consideration for award of city Contracts. The
debarment shall be for a period of not fewer than three years. The City Manager shall also have the
authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable
cause for debarment, pending the debarment determination. The authority to debar and suspend contractors
shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer
after approval by the City Manager, the city attorney, and the City Commission.
(b) Causes for debarment or suspension. Causes for debarment or suspension include the following:
(1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a
public or private Contract or subcontract, or incident to the performance of such Contract or
subcontract.
(2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification
or destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty.
(3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or
Proposals.
(4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terms and conditions of a Contract or to perform within the time limits provided in
a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debarment or suspension.
(5) Debarment or suspension of the Contractual Party by any federal, state or other governmental
entity.
Page 76 of 100
45014,1
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which the violation remains noncompliant.
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which a civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the Contractual Party performing city Contracts.
(c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the Contractual Party nor any of its principal owners or personnel have been
convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall
render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall
be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial
relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of
Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction
or repair of a public building or public work, may not submit response on leases of real property to a public
entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract
with any public entity, and may not transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which
shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify
the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays
excluded) to remedy the default. Failure on the contractor's part to correct the default within the required
three (3) days shall result in the Contract being terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the
time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to
the degree specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or
making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the
successful Bidder/Proposer incapable of performing the work in accordance with and as required by the
Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default. incurred beyond the time
limits stated, together with the cost of completing the work, shall be deducted from any monies due or
which may become due on this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it
is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is
one which follows the requirements of the formal solicitation, includes all documentation, is submitted in
the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as
required on each document. Failure to comply with these requirements may deem a Response
Page 77 of 100
45014,1
non -responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the
response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms
and Conditions. Price discounts off the original prices quoted in the response will be accepted from
successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for
a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer
to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in
the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing
Department. Should it be found necessary, a written addendum will be incorporated in the Formal
Solicitation and will become part of the purchase agreement (contract documents). The City will not be
responsible for any oral instructions, clarifications, or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving
precedence to the following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency
or disaster situation, the successful vendor shall provide the City with the commodities/services defined
within the scope of this formal solicitation at the price contained within vendor's response. Further,
successful vendor shall deliver/perform for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this
City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response
and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,
RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect
to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any,
made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or
changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal
Solicitation and then the Response shall control. This Contract may be modified only by a written
agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your
guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the
contract period. The City is not obligated to place an order for any given amount subsequent to the award
of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most
advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities
at the prices bid/proposed or at lower prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may
reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best
interest of the City.
B. Elimination From Consideration
Page 78 of 100
45014,1
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or
contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or firm which has failed to perform under the terms and
conditions of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract may not be awarded to any person or firm which has been debarred by the City in
accordance with the City's Debarment and Suspension Ordinance.
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing
the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to
demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms
"equipment and organization" as used herein shall be construed to mean a fully equipped and well
established entity in line with the best industry practices in the industry as determined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications
and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other
governmental entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an
authorized representative of a manufacturer or supplier which is the actual source of supply, if required by
the Formal Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any
exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered
non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if
exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating
negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices
quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery
costs and charges included in the bid/proposal price, unless otherwise specified in this Formal
Solicitation. Failure to do so may be cause for rejection of bid/proposal.
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its
response will be firm throughout the duration of the contract unless otherwise specified in the Formal
Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or
contracts, which are to be performed or supplied over a period of time.
1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105)
(a) The Commission approves implementation of the first -source hiring agreement policy and requires
as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants
and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring
agreements between the organization or individual receiving said contract and the authorized representative
unless such an agreement is found infeasible by the city manager and such finding approved by the City
Commission at a public hearing.
(b) For the purpose of this section, the following terms, phrases, words and their derivations shall have
the following meanings:
Authorized representative means the Private Industry Council of South Florida/South Florida Employment
and Training Consortium, or its successor as local recipient of federal and state training and employment
funds.
Facilities means all publicly financed projects, including but without limitation, unified development
projects, municipal public works, and municipal improvements to the extent they are financed through
public money services or the use of publicly owned property.
Grants and loans means, without limitation, urban development action grants (UDAG), economic
development agency construction loans, loans from Miami Capital Development, Incorporated, and all
federal and state grants administered by the city.
Page 79 of 100
45014,1
Service contracts means contracts for the procurement of services by the city which include professional
services.
Services includes, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
(c) The authorized representative shall negotiate each first -source hiring agreement.
(d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city
training and employment programs, and other residents of the city.
1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24,
states that employers shall pay employee wages no less than the minimum wage for all hours worked in
Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and
comply with this Florida constitutional minimum wage requirement and pay its employees the current
established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using
the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as
calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall
be determined and published by the Agency Workforce Innovation on September 30th of each year and
take effect on the following January 1st.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full
responsibility to determine whether any of its employees may be impacted by this Florida Law at any given
point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that
the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of
any contractual price increase request(s). The City reserves the right to request and successful
bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)
determination.
1.40 CITY OF MIAMI LIVING WAGE ORDINANCE- The City of Miami adopted a living wage
ordinance for city service contracts awarded by the city containing a total contract value exceeding
$ I00,000 annually for the following services: food preparation and/or distribution; security services;
routine maintenance services such as custodial, cleaning, computers, refuse removal, repair, refinishing and
recycling; clerical or other non -supervisory office work, whether temporary or permanent; transportation
and parking services; printing and reproduction services; landscaping, lawn, and or agricultural services.
If this solicitation requires the aforementioned services, effective on April I, 2007, contractors must pay
its' employees a living wage no less than $10.92 an hour with a health benefit plan and not less than $12.17
an hour without health benefits, which shall be adjusted annually by no later than April 1st following the
publication of the U.S Department of Health and Human Services Poverty Guidelines, as published from
time to time.
A service contractor is defined as any "for profit" individual, business entity, corporation, partnership,
limited liability company, joint venture, or similar business: (1) Paid in whole or part from one or more of
the city's general funds, capital project funds, special revenue funds, or any other funds either directly or
indirectly, whether by competitive bid process, informal bids, requests for proposals, some form of
solicitation, negotiation, or agreement, or any other decision to enter into a contract; and, (2) The service
contractor is engaged in the business of, or part of, a contract or a subcontract to provided covered services,
either directly or indirectly, for the benefit of the city. This does not aply to contracts related primarily to
the sale of products or goods.
The service contractor, prior to entering any such contract, must certify to the city that it will pay each of
its covered employees no less than the living wage. A copy of this certificate must be made available to the
public upon request. The certificate, at a minimum, must include the following:
(1) The name, address, and phone number of the employer, a contact person, and the specific project for
which the service contract is sought;
(2)
(3)
(4)
The amount of the service contract and the city department the contract will serve.
A brief description of the project or service provided;
A statement of the wage levels for all covered employees; and
Page 80 of 100
45014,1
(5) A commitment to pay all covered employees the living wage.
A copy of the living wage rate shall be kept posted by the service contractor at the site of the work in a
prominent place where it can easily be seen and read by the covered employees and shall be supplied to
such employees within a reasonable time after a request to do so. Additionally, service contractors shall
furnish a copy of the requirements of the City of Miami Living Wage Ordinance to any entity submitting a
bid for a subcontract on any service contract subject to this article. Posting requirements will not be
required where the service contractor prints the following statements on the front of the covered employee's
first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage
Ordinance to be paid a Living Wage. If you do not believe you being paid at the Living Wage rate, contact
your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and
Creole.
Service Contractors and their subcontractors agree to produce all documents and records relating to payroll
and compliance this Ordinance. Each service contractor shall maintain payroll records for all covered
employees and basic records relating thereto and shall preserve them for a period of three (3) years from
the date of termination or expiration of the service contract. The records shall contain:
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
The name and address of each covered employee;
The job title and classification;
The number of hours worked each day;
The gross wages eamed and deductions made;
Annual wages paid;
A copy of the social security returns and evidence of payment thereof;
A record of fringe benefit payments including contributions to approved plans; and
Any other data of information the city require from time to time.
Every six months, the service contractor shall file with the city's procurement director a listing of all
covered employees together with a certification of compliance with this article. Upon request from the
city, the service contractor shall produce for inspection and copying its payroll records for any or all of its
covered employees for any period covered by the service contract. The city may examine payroll records as
needed to ensure compliance.
Failure to comply with the City of Miami Living Wage Ordinance may result in legal action by the
covered employee or former covered employee as allowed by Florida Law, court impose sanctions, city
impose sanctions, such as pay wage restitution, impose monetary damages, suspension or termination of
payment, termination of contract, and debarment.
Please review City of Miami Code Section 18-556 through Section 18-559 for a complete and thorough
description of the City of Miami Living Wage.
1.41. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by
the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this
Contract shall take place in Miami -Dade County, Florida.
1.42. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been
inserted for convenient reference only and shall not in any manner be construed as modifying, amending or
affecting in any way the expressed terms and provisions hereof.
1.43. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any
person or entity that performs or assists the City of Miami with a function or activity involving the use or
disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI)
shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City
of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards,
which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to
Page 81 of 100
45014,1
the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for
compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (paper records,
and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its
privacy information practices including specifically, a description of the types of uses and disclosures that
would be made with protected health information.
1.44. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all
the City's agents, officers and employees from and against all charges or claims resulting from any bodily
injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the
Contractor shall become defendant in every suit brought for any of such causes of action against the City or
the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs,
attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting
investigation.
1.45. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all
information requested in the spaces provided in the Formal Solicitation. Further, as may be specified
elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical
specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered.
Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this
provision.
1.46. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods
and/or services required to be provided by the Contractor under this Contract conform to the terms and
conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities
and assistance to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance
No. 12271 (Section 18-79), as same may be amended or supplemented from time to time.
1.47. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation
will not be made available until such time as the City provides notice of a decision or intended decision or
within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be
furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation.
Tabulations also are available on the City's Web Site following recommendation for award.
1.48. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor,
shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of
coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled
"Insurance Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the
insurance certificate is received within the specified time frame but not in the manner prescribed in this
Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5)
calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required
insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after
receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall
not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from
submitting future responses to the City. Information regarding any insurance requirements shall be directed
to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami,
Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in effect for the duration of the contractual period; including any and
all option terms that may be granted to the Bidder/Proposer.
Page 82 of 100
45014,1
1.49. INVOICES - Invoices shall contain purchase order number and details of goods and/or services
delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida
Statutes (Prompt Payment Act).
1.50. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a
responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a
bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten
percent (10%) in excess of the lowest other responsible and responsive bidder/proposer.
1.51. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from
bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal.
Failure to provide such certification may result in the rejection of bid/proposal or termination of
contract/agreement, for which the bidder/proposer must bear full liability.
1.52. MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, titled
the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida, sets
forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures
for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis."
A minority business enterprise is defined as a business firm "...in which at least 51 percent of said
enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations
are controlled by one or more Blacks, Hispanics or Women."
To achieve the goal established by these Ordinances, participation in providing goods and services to the
City by minorities is being encouraged in a number of ways. All bidders/proposers doing business with the
City are encouraged to include the participation of minority firms in their response. In evaluating
bids/proposals for determination of awards, minority participation may be a factor. Failure to adequately
involve minority firms may be a basis for rejecting any and all responses.
Possible ways to include minority participation would involve:
A. Joint venture with a minority firm(s)
B. Utilizing minority firm(s) as subcontractor(s).
C. Utilizing minority firm(s) to supply goods and/or services.
D. Successful implementation of well defined affirmative action program.
E. Other forms of minority participation, if properly documented.
Successful bidder(s)/proposer(s) shall be required to establish an Affirmative Action Plan, if not, an
Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date
of implementation must be indicated on the policy.
A "Minority Status Information Sheet" is provided to assist bidders/proposers in presenting information
concerning minority participation.
Minority and women -owned business firms are encouraged, but not required, to register with the City prior
to submitting a response. The Purchasing Department, Minority/Women Business Affairs Office, will
provide the necessary forms and instructions upon request. All bidders/proposers are urged to submit
responses for any goods or services that they are able to supply, regardless of minority classification.
However, compliance with all requests for information regarding Minority/Women Status or Participation
is required. Bidder's/Proposer's cooperation is greatly needed to aid the City in achieving its goal.
Bidders/Proposers may contact this Office at (305) 416-1913 for information.
1.53. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No
contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if
applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City
of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the
contract, purchase order or award sheet as appropriate.
1.54. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed
or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create
any other similar relationship between the parties.
1.55. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance
with specifications under the direction of the Florida Department of Agriculture and Consumer Services or
Page 83 of 100
45014,1
by other appropriate testing Laboratories as determined by the City. The data derived from any test for
compliance with specifications is public record and open to examination thereto in accordance with
Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and
returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in
the response and/or Purchase Order may result in bidder/proposer being found in default in which event
any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these
stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list.
1.56. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex,
color, age, religion, national origin, marital status, or disability in connection with its performance under
this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall
solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be
excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any
program or activity.
In connection with the conduct of its business, including performance of services and employment of
personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be
afforded equal opportunity for employment.
1.57. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its
best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts
for these herein goods and/or services, and to make use of other competitively bid (governmental)
contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be
available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of
the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction
with this Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with
construction projects are solicited under a distinctly different solicitation process and shall not be purchased
under the terms, conditions and awards rendered under this solicitation, unless such purchases are
determined to be in the best interest of the City.
1.58. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business
location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the
City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of
Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational
License Tax requirements. A copy of the license must be submitted with the response; however, the City
may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City
during the evaluation period, but prior to award.
1.59. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or
joint venture will be considered in response to this Formal Solicitation. When submitting an alternate
response, please refer to the herein condition for "Alternate Responses May Be Considered".
1.60. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents,
records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer
pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by
the Bidder/Proposer for any other purposes whatsoever without the written consent of the City.
1.61. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person
or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of
such provision to persons or circumstances other than those as to which it is held invalid shall not be
affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent
permitted by law.
1.62 PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a
Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred
percent (100%) of the contract price.
1.63. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
Page 84 of 100
45014,1
examine the specifications, required delivery, drawings, and all special and general conditions. All
bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink.
Failure to do so will be at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The
Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address,
and telephone number on the face page and on each continuation sheet thereof on which he/she makes an
entry, as required.
B. If so required, the unit price for each unit offered shall be shown, and such price shall include
packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise
specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If
applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated
quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case
of a discrepancy between the unit price and extended price, the unit price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods
and/or services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in
ink with the firm's name and by an officer or employee having authority to bind the company or firm by
his/her. signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person
signing the response or the response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the
Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS,
UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE
RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE.
1.64. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by
reason of market change or on the part of the contractor to other customers shall be passed on to the City of
Miami.
1.65. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's
product becomes unavailable during the term of the Contract, the Contractor awarded that item may
arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or
lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds
alI quality requirements.
1.66. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS -
Contractor represents and warrants to the City that it has not employed or retained any person or company
employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to
pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in
connection with, the award of this Contract.
1.67. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for
the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is
understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final
acceptance by the City, whichever is later.
When the City is entitled to a cash discount, the period of computation will commence on the date of
delivery, or receipt of a correctly completed invoice, whichever is later. if an adjustment in payment is
necessary due to damage, the cash discount period shall commence on the date final approval for payment
Page 85 of 100
45014,1
is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful
bidders/proposers during the term of the contract.
1.68. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such
property famished to a Contractor for repair, modification, study, etc., shall remain the property of the City
of Miami. Damages to such property occurring while in the possession of the Contractor shall be the
responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami
shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total
loss, the Contractor shall be responsible for replacement value of the property at the current market value,
less depreciation of the property, if any.
1.69. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all
covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the
benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns.
1.70. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit responses on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
1.71. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable
times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter
119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the
City and the public to all documents subject to disclosure under applicable law. Contractor's failure or
refusal to comply with the provision of this section shall result in the immediate cancellation of this
Contract by the City.
1.72. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All
materials used in the manufacturing or construction of supplies, materials, or equipment covered by this
solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality,
and of the highest grade of workmanship, unless as otherwise specified in this Solicitation.
1.73. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality
and workmanship. Materials furnished to complete the service shall be new and of the highest quality
except as otherwise specified in this Solicitation.
1.74. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a
formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be
cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be
applicable, or revised to comply with the law.
1.75. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city
attorney, shall have the authority to resolve controversies between the Contractual Party and the city which
arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater
than $25,000, the City Commission must approve the City Manager's decision. Such authority extends,
without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of
complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City
Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall
promptly render a written report stating the reasons for the action taken by the City Commission or the City
Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the
protesting party, along with a notice of such parry's right to seek judicial relief, provided that the protesting
Page 86 of 100
45014,1
party shall not be entitled to such judicial relief without first having followed the procedure set forth in this
section.
1.76. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and
awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does
not exceed $25,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing.
1.Protest of Solicitation.
i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications
or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to
file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the
Chief Procurement Officer within three days after the solicitation is published in a newspaper of genera]
circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement
Officer.
2. Protest of Award.
i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of
Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be
filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the
• City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be
confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's
determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be
confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer
within five (5) days after the date the notice of protest was filed. A written protest is considered filed when
received by the Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for
assigning points in making an award determination.
The written protest shall state with particularity the specific facts and law upon.which the protest of the
solicitation or the award is based, and shall include all pertinent documents and evidence and shall be
accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review
of the written protest and no facts, grounds, documentation or evidence not contained in the protester's
submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the
consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed
or allowed by this section, the day of the act, event or default from which the designated period of time
begins to run shall not be included. The last day of the period so computed shall be included unless it is a
Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is
neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be
excluded in the computation of the time for filing.
(b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the
approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief
Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting
party and shall submit said decision to the City Commission within 30 days after he/she receives the
Page 87 of 100
45014,1
protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be
submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by
the city attorney and the City Manager.
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a
protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the
Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of
such parry's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek
judicial relief without first having followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the
requirements of this section, the city shall not proceed further with the solicitation or with the award of the
Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided
in subsection (b) above, unless the City Manager makes a written determination that the solicitation process
or the Contract award must be continued without delay in order to avoid an immediate and serious danger
to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or
cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed
Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which
may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by
the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded
to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee
shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by
subsection (e) above.
1.77. SAMPLES - Samples of items, when required, must be submitted within the time specified at no
expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples,
at their expense, within 30 days after notification. Failure to remove the samples will result in the samples
becoming the property of the City.
1.78. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell,
assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or
assign any portion of the performance required by this contract, except under and by virtue of written
permission granted by the City through the proper officials, which may be withheld or conditioned, in the
City's sole discretion.
1.79. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty,
service and replacements that will be provided. Bidders/Proposer must explain on the Response to what
extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable,
should be submitted with your response.
1.80. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any
supplemental specification as to any detail or the omission from it of detailed description concerning any
point shall be regarded as meaning that only the best commercial practices are to prevail and that only
materials of first quality and correct type, size and design are to be used. All workmanship and services is
to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the
items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply
with this request will result in disqualification of bid/proposal.
1.81. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via
the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500
Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as
designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend
the solicitation closing; however, no award will be made. at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope,
box or package must show the hour and date specified for receipt of responses, the solicitation number and
Page 88 of 100
45014,1
title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the
requisite Response Forms may be rejected. Hardcopy responses received at any other location than the
specified shall be deemed non -responsive.
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. USI SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1
BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN
AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN
AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and
strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by
the United States mail delivery or caused by any other occurrence. Responses received after the
solicitation closing date and time will be returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the
time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle
System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider
any subsequent submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be
placed in a separate envelope, box, or package and each envelope, box or package must contain the
information previously stated in 1.82.A.
1.82. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal
Govemment. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers
should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for
the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,
Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer.
1.83. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate
this contract by written notice to the contractor effective the date specified in the notice should any of the
following apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the
contract.
B. The City has determined that such termination will be in the best interest of the City to terminate the
contract for its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is
contingent upon the availability of appropriate funds.
1.84 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded
to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of
damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of
Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection
and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable
law.
1.85. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this
Page 89 of 100
45014,1
solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if
delivery is not made within the time(s) specified on their Response. Deliveries are to be made during
regular City business hours unless otherwise specified in the Special Conditions.
1.86. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted
the goods/equipment or used the goods, whichever comes first.
1.87.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses
submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An
exception may be made for "trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for
exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE
SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the
outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any
person. By your designation of material in your Response as a "trade secret" you agree to indemnify and
hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and
attorney's fees incurred by the City by reason of any legal action challenging your claim.
1.88. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified
Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a
change order or purchase order is issued and received by the Contractor. The qualified
Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the
contract or any work performed by an employee not otherwise previously authorized.
1.89. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other
publicity purposes. No advertising, sales promotion or other publicity materials containing information
obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express
written permission of the City Manager or the City Commission.
1.90. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers
must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If
variations are not stated on their Response, it will be assumed that the product fully complies with the
City's specifications.
Page 90 of 100
45014,1
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for the furnishing of Police Uniforms and
Accessories, as specified herein, from a source(s) of supply that will give prompt and efficient service fully
complilant with the terms, conditions and stipulations of the solicitation.
2.2. SUBMISSION OF BID RESPONSES
Due to the large number of line items contained in this Invitation for Bid, the City will only accept
responses submitted electronically via the Oracle System. Responses submitted in hardcopy format will be
deemed non -responsive.
For instructions on how to submit your bid electronically via the Oracle System, please access
the ISupplier/Sourcing User Guide at the following link:
http://www.miamigov.com/Procurement/docs/iSupplier-Sourcing%20Guide.pdf
2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Maritza Suarez, CPPB; fax: (305) 400-5025 or
email: msuarez@ci.miami.fl.us. The solicitation title and number shall be referenced on all
correspondence. All questions must be received no later than Tuesday, October 2, 2007 @ 5:00 p.m.. All
responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO
QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.4. PRE-BID/PRE-PROPOSAL CONFERENCE
None
2.5. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for one (1) year with
the option to extend for four (4) additional one (1) year periods, subject to the availability of funds for
succeeding fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
2.6. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(1) Continued satisfactory performance compliance with the specifications, terms and conditions
established herein.
(2) Availability of funds
In the event the Contractor is unable to extend the contract for any subsequent period under the above
conditions, or for whatever cause, advance written notice and explanation must be submitted to the Chief
Procurement Officer, no later than ninety (90) days prior to the annual expiration date. Such notification is
subject to the acceptance of the City, or the Contractor may be found to be in default.
2.7. SCHEDULE OF ESCALATION
Page 91 of 100
45014,1
Bidders are requested to bid firm prices for each item, for as many years as possible, up to five years, but in
all cases firm pricing must be given for the first year of the Contract. Additional contract year prices may
be subject to escalation, to a maximum of 3% per year and bidders shall indicate on the Price Sheet the
percentage increase for the 2nd, 3rd, 4th, and 5th year of the contract for each item.
Percentage increases for the 2nd, 3rd, 4th, and 5th year of the contract will be considered in determining
the low bidder.
2.8. EQUITABLE ADJUSTMENT
The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms
and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the
marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to
circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry,
not just the particular contract source of supply, (3) the effect on pricing or availability of supply is
substantial, and (4) the volatility so affects the successful bidder(s) that continued performance of the
contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to
justify any requested percentage increase in cost to the City of Miami.
2.9. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in
any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or
his assignee of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any
project(s) will be awarded to any firm(s).
2.10. METHOD OF AWARD
Award of this contract will be made to the lowest responsive and responsible bidder on a group by group
basis, or on a total of the two groups, whichever is in the best interest of the City. In order to be considered
for award of a group, bidders must bid on all items within that group. Failure to bid on all items within a
group shall deem your bid non -responsive for that group.
Group 1
Uniform Pants/Skirts and Shirts (Items 1-20)
Supplemental Uniforms (Items 21-43)
Honor Guard, Staff/Civilian Clothing (Items 44-61)
Group 2
Outerwear (Items 62-78)
Accessories (ITems 79-109)
Emblems, Insignias and Patches (Items 110-119)
Duty Gear (Items 120-157)
Footwear (Items 158-182)
2.11. BIDDER MINIMUM QUALIFICATIONS
Bids will be considered only from firms that are regularly engaged in the business of providing goods
and/or services as described in this Bid for at least two (2) years; furthermore, the bidder shall:
(1) Have sufficient financial support, equipment and organization to insure that they can satisfactorily
provide the goods and/or services if awarded a Contract under the terms and conditions herein stated.
Bidder shall:
(2) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract
involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to
perform faithfully on any previous contract with the City.
(3) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt.
Page 92 of 100
45014,1
2.12. DELIVERY
A) Point: Delivery of the items shall be made to individuals either at the contractor's facility, or to the
Police Department Central Headquarters or Substations, as may be required. The Contractor shall notify the
Police Property Unit Quartermaster when the items are ready for pick-up or delivery. The successful bidder
will be furnished with the addresses of the Central Headquarters and Substations, upon issuance of
Purchase Order(s).
B) Delivery Schedule: Bidders shall indicate on their response the number of calendar days required to
complete and deliver (or have ready for pick up) the uniforms after measurements have been taken.
Bidders shall indicate delivery days for uniforms requiring alteration, and for those requiring no alterations.
C) Verification: The Contractor shall be responsible for dating the item request chit with the date
of measurement and shall indicate whether alterations are required. Each chit shall then be initiated by the
using officer. The Contractor shall further ensure that invoices are signed and dated by the individual
officer upon final receipt of items. Chits and invoices shall be submitted in duplicate to the City Police
Department.
D) Delays - Date of delivery or pick up may be extended for a specific period of time when the
delay is the result of an Act of God, war, civil commotion, strike or any other condition beyond the control
of the Contractor, and provided that written notice of such delay is given to the City Purchasing Agent, and
verbal notice to the using department, immediately upon knowledge of delay.
E) Liquidated damages - Bidder shall provide all items at the guaranteed delivery time specified by
the City in the Delivery Section of this solicitation. If the successful bidder fails to deliver within the
specified delivery time, it is understood that 1% of the unit price per calendar day per item will be
deducted, as liquidated damages, for each day beyond the specified delivery time (not to exceed the total
amount of the contract), not as a penalty but as a form of compensation for the loss of not having the ability
to use the product.
F) Prohibition against the sale -The successful bidder will not sell or distribute any item or items
with The City of Miami name or logo thereon to the general public. Police Department identification will
be required for item pick-ups.
The City of Miami fully intends to enforce liquidated damages for noncompliance of any portion of
these specifications or Delivery Schedules. Bidders should carefully consider all terms before submitting
their bid.
2.13. FAILURE TO PERFORM
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, the City reserves the right to declare
Contractor in default of the contract or make appropriate reductions in the contract payment.
2.14. EQUAL PRODUCT
Manufacturer's name, brand name and model/style number when used in these specifications are for the
sole purpose of establishing minimum requirements of levels of quality, standards of performance and
design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal
material, unless otherwise indicated. Equal (substitution) may be bid, provided product so bid is found to
be equal in quality, standards of performance, design, etc. to item specified, unless otherwise indicated.
Where equal is proposed, bid submittal must be accompanied by a sampe (see the listed item for
specific requirements) and complete sets of necessary data (i.e. factory information sheets,
specifications, brochures, etc.) in order for the City to evaluate and determine the quality of the
item(s) bid. The City shall be the sole judge of equality and its decision shall be final. Samples shall
be submitted no later than seven (7) calendar days after a formal request is made. NOTE:
Substituted item(s) that are not deemed as "Approved Equal" by the City, shall cause the bid to be
non -responsive.
Page 93 of 100
45014,1
2.15. METHOD OF PAYMENT
Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down
payments will be made.
2.16. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS
Although this Solicitation identifies specific items/products to be supplied, it is hereby agreed and
understood that any items/products may be added/deleted to/from this contract at the option of the City.
When an additional item/product to the contract is required, the successful bidder(s) under this contract
shall be invited to submit price quotes for these new items/products. If these quotes are comparable,
competitive market prices for similar items/products, the item/product shall be added to the contract and an
addendum and a separate purchase order shall be issued by the City
2.17. CONTRACT ADMINISTRATOR
Upon award, contractor shall report and work directly with the Police Quartermaster, who shall be
designated as the Contract Administrator.
2.18. TIE BIDS
Whenever two or more Bids which are equal with respect to price, quality and service are received by the
City for the procurement of commodities or contractual services, a Bid received from a business that
certifies that is has implemented a drug -free workplace program shall be given preference in the award
process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a
drug -free workplace program. In order to have a drug -free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the action that
will be taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a
copy of the statement specified in subsection (I).
(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under Bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is so
convicted.
(6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this
section.
2.19. BID BOND
All bids must be accompanied by a Bid Bond in the amount of $5,000.00, to be in the form of a Cashier's
Check or Money Order made payable to the City of Miami; a bond written by a surety company authorized
to do business in the State of Florida and shall comply with State Statute 287.0935. The bond, from all
unsuccessful bidders, if in the form of a Cashier's Check, will be returned after bid award.
Bidders are to submit the Bid Bond prior to the closing date and time to: Maritza Suarez, City of Miami
Page 94 of 100
45014,1
Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130.
2.20. PERFORMANCE BOND
Within ten (10) working days following notice of award by the City, the successful bidder shall furnish to
the City of Miami, a Performance Bond in the total amount of the Cost to the City for the period of the
contract (to be determined at the time of award). The Performance Bond can be in the form of a Cashier's
Check, made payable to the City of Miami; a bond written by a surety company authorized to do business
in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If
the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amount of the
contract and should clearly and expressly state that it cannot be revoked until express written approval has
been given by the City of Miami. The City, to draw on same, would merely have to give written notice to
the bank with a copy to the successful contractor.
2.21. NO SUBSTITUTION
When "No Substitution" is used in combination with a manufacturer's name, brand name and/or model
number that named item is the only item that will be accepted by the City.
2.22. PRODUCT/CATALOG INFORMATION
For substituted items, bidder must submit product information on the items they propose to furnish on this
bid. Any bid received not containing this information may be rejected for that reason. If catalog numbers
shown in this bid are incorrect or obsolete, it is the responsibility of the vendor to update or advise the City
of this problem. The City will issue an addendum to correct and update catalog numbers, when applicable.
The catalognumber you show on your bid is the one the City will expect to receive.
2.23. REFERENCES
Each bid must be accompanied by a list of references, which shall include the name of the company, dates
of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE
CONSIDERED WITHOUT THIS LIST.
2.24. TAILORING SERVICES
A) Bidders will not be eligible for award unless they provide, within the City of Miami, the services of
tailor to take measurements, fit and perform alterations as required for all garments during the term of the
contract. Vendor's whose facility is located outside the jurisdictional boundaries of the City of Miami must
provide a storefront service site physically located within the City of Miami within 15 days after bid award.
The successful bidder shall provide tailoring and uniform pick-up services five days a week, Monday
through Friday, 7:00 a.m. through 4:00 p.m.
The tailor shall:
1. Be fully licensed.
2. Have a facility located within the City of Miami, and said facility shall have adequate dressing
rooms. All bidders shall have in addition to a local office, a local tailor to represent them. Such a local
tailor shall be equipped to make all alterations and fittings required by the City during normal hours of
operation.
3. Take all measurements and perform all alterations at the local facility, with the exception of
services provided for "C" Patrol which is detailed below.
B) Bidders shall indicate on the Bid Response the name and City of Miami address of the tailor to be used
for this contract and the number of calendar days required to complete alterations after the taking of
measurements.
C) Tailoring Procedure
Page 95 of 100
45014,1
1. The Contractor shall make arrangements to begin taking measurements immediately upon notice of
Performance Guarantee approval.
2. Upon measurement, the contractor shall indicate on each uniform request "chit", any alterations
required and shall have the officer/recipient initial those remarks. These chits shall be dated with the date
measurements are taken.
3. Alternations shall be performed within the time stipulated in this bid, and shall notify the contract
administrator upon completion.
4. Uniforms shall be tried on by the individual officer to assure satisfactory fit. The Contractor shall
require each officer to sign the "chit" for any and all garments received indicating the date received.
5. It is the Contractor's responsibility to insure that all uniforms fit properly and to the acceptance of
the individual officer.
2.25. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami
Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any
change in the manufacturers' specifications which conflict with the specifications. Bidders must also
explain any deviation from the specifications in writing as a footnote on the applicable specification page
and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her
submission. Additionally, bidders must indicate any options requiring the addition of other options, as well
as those which are included as a part of another option. Failure of bidders to comply with these provisions
will result in bidders being held responsible for all costs required to bring the item(s) in compliance with
contract specifications.
2.26. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 days
after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon
written notice without penalty to the City of Miami. In such event the Contractor shall be liable for
damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is
determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is
without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a
termination for the convenience of the City of Miami.
B. FOR CONVENIENCE
The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when
it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or
software, and so terminated for the convenience by the City of Miami the Contractor will be compensated
in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so
terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions
of the Contract for those services rendered prior to termination.
2.27. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included with the bid response shall be evaluated or considered, and
any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
bid. If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the
General and Special Conditions in this bid solicitation are the only conditions applicable to this bid and that
the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this.
2.28. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS
Page 96 of 100
45014,1
The Bidder hereby acknowledges and agrees that all materials/products, except where recycled content is
specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their
merchantability, and fit for a particular purpose. In the event any of the materials/products supplied to the
City by the Bidder are found to be defective or do not conform to specifications, the City reserves the right
to cancel the order and retum such materials/products to the Bidder to replace the materials/products at the
Bidder's expense.
2.29. EMERGENCY ORDERS
During the term of the contract the Department will require the vendor to issue uniform patns, shirts that
require alterations and any necessary items within 8 to 24 hours.
2.30. QUALITY AND SIZE STANDARDS
The successful bidder shall provide uniforms of sizing USA and quality equal to the samples submitted to
and accepted by the City. Any items not conforming to the samples submitted to and approved by the City
will not be accepted and will be returned to the bidders as exchange for suitable merchandise or for full
credit at no additional cost to the City. Failure on the bidder's part to immediately correct this problem will
be grounds for default and subsequent cancellation of contract.
2.31. STOCK PRODUCT
To insure availability of style and color for the purpose of maintaining departmental uniformity for future
purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that
this item is currently available on an "as needed" basis. The bid sample must be provided from current
manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run
of try -on garments within I0 days for agency approval, sizing of personnel, and for further evidence of
in -stock availability.
2.32. LIMITED WARRANTY
All items will be warranted against defects in materials, parts and construction for the duration of the
contract. The sample and contract garments shall carry a manufacturers printed warranty hang tag. A
sample warranty hang tag must accompany the bid package as well. The tag shall instruct the owner of
their rights under the warranty. Warranty information not provided on an item's hang tag may be submitted
on company letterhead. The Limited warranty shall contain at minimum the following:
Coverage: Manufacturer agrees to warrant to the original purchaser that the product will be free from
defects in materials and workmanship for a period of one (1) year from date of purchase.
Service: Should a covered product become defective during the warranty period, the garment shall be
returned to the manufacturer with dated proof of purchase. The manufacturer agrees to repair or replace
any item determined to be defective and will return to purchaser at no charge.
Limitations: this warranty does not cover abnormal wear and tear, or the color fastness of fluorescent
fabrics, nor damage from chemicals, fire, misuse, accident or negligence.
2.33. SAMPLES
Prospective bidders are alerted to the submission requirements for samples or descriptive literature with
pictures (see Bid Form/Specifications for each item bid). These requirements must be met at the time of
bid, if required. Failure to meet any of the submission requirements for samples or descriptive literature
with pictures shall deem your bid non -responsive.
Samples shall be submitted prior to the bid closing date and time to: Maritza Suarez, City of Miami
Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130.
Page 97 of 100
45014,1
2.34. TESTING, INSPECTION AND ACCEPTANCE OF SAMPLE
Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and
components with the standard sample on file with the department. Bid Samples may go under a complete
testing program by an independent laboratory facility designated by the City of Miami to verify that items
meet specifications in both fabric and construction as stated within this contract. Any bidder that submits
products not conforming to specifications assumes financial responsibility for testing costs incurred by the
City.
All items bid "as equal" may be subject to rigid examination and inspection by the Chief of the Department
of Police, or his designee, before final acceptance. Any uniforms not meeting specifications will be
rejected at the contractor's risk.
2.35. PATROL "C"/MIDNIGHT SHIFT
The Contractor will measure these patrolmen at the station or shall arrange to adjust his business hours,
whichever is more convenient to the City. The same shall apply to delivery.
Page 98 of 100
45014,1
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
GROUP 1 (Items 1-21)
All of the below listed specifications shall be adhered to and are applicable regardless of fabric type.
Non-compliance with these specifications shall deem your bid non -responsive:
You are bidding on a stock item with the below listed customizations. Substituted items shall be
based upon the construction and consistency of the design of the listed model(s) for each item.
Please check carefully. Submitted equals that do not conform in the overall design of the listed
model(s) will disqualify your bid.
Two (2) samples of each item (1 — 21) shall be submitted at the time of bid submission. Each sample
must be labeled with the corresponding item number. The sample shall be of the following sizes:
Men - shirt size is 15-1/2", sleeve length for long sleeve is 34", pants size is 34" un-hemmed;
Women - shirt and pant size is 12 and pants are un-hemmed, skirt size is Med.
The successful bidder will receive back one of the samples submitted for each item listed. The
returned sample item will then become the bidder's reference standard from which all ordered
garments would be made to. The second sample will be maintained by the police department who will
periodically audit the ordered garments to insure compliance with the sample on record for
specifications and requirements compliance as listed within the contract.
All samples will be returned to unsuccessful bidders, once the evaluation of bid responses is complete
and award of contract is made.
All U.S.standard manufacturer sizes will be available. No additional charge for oversize.
Sizing and color shall be consistent throughout the life of the contract.
For Items 1-21: Uniform pants and shirts, the reference standard from which the bid or manufactured
garment shall be made from is the Fechheimer brand of the specified model/style numbers or
approved equal. For skirts, any generic uniform brand of similar quality as above will be accepted as
approved equal. The City is the sole judge of "approved equal" item(s).
Emblems, Insignias and Patches (by Florida Embroidery, Inc. - no substitutions): Name tapes,
patches, chevrons, insignias, or silk screening shall be included and attached to all police uniform
shirts and shall be included in the per unit cost of the garment.
Color Matching: all men's and women's midnight blue shirts, pants and skirts must match in color to
the satisfaction of the Police Department for all fabrics.
Sample items not matching_will disqualify your bid.
Fabric Weight: The 100% Texturized Tropical Polyester shirt must be of a weight between 9.5 — 10
ounce per linear yard. Pants shall be100% Gabardine Polyester weighing between 12- 12.5 ounce per
linear yard.
Customization:
The shirts will include a finished pen/pencil pocket in each of the two front pockets,
The shirts will include a two ply collar satin or fabric (blue goods)
The long sleeve shirts will include 2- horizontal buttons for adjustments
Front pocket will be closed using Velcro, no snaps.
The collar stay will be sewn parallel to the leading edge of the collar
The shirts will come with a front zipper closure hidden beneath the shirt buttons.
The epaulet, front pockets, and badge mount will be reinforced or stiffen to prevent curling and
to provide a sturdy support for the attachment of corresponding equipment or insignia
The left and right epaulet inside the shirt will provide a sling that covers the sewn button or P
button from the outer side epaulet.
Men's and Women's uniforms will be designed and cut to correspond to the proper anatomy.
All stitching for the shirts except for the sides and shoulders of the shirt will be single stitched.
Trousers will have "lint -track" in the crease.
Trousers will have a stretch waist band.
All U.S. standard manufacturer sizes will be available. No additional charge for oversize.
The rear pant pockets will be reinforced with a triangular tack on each side of the Reese
opening.
Sizing and color shall be consistent throughout the life of the contract.
Certification of Fabric Content Color from mill used with the mill number and color shade. A
Page 99 of 100
45014,1
36-inch by 36-inch (square yard) sample swatch shall be included for each different material
used in the below listed items. Each swatch must be labeled identifying the corresponding
item.
Creases - Two (2) permanent sewn in creased in the front of shirt, from epaulet to top of pocket
flap and from bottom of pocket flap to tail of shirt for long and short sleeve shirt, to include
pleated pocket and scaIIoped flaps. Three (3) permanent sewn in creases on back of shirt.
Variations or additions beyond the specifications listed above may be cause for bid
disqualification.
GROUP 1 (Items 22-62) and GROUP 2 (Items 63-183
In general, for each item, you are bidding on a specific stock model and or brand. Approved equal
will be considered, when noted. Please check carefully. Bids on approved equals that do not
conform in the overall design, color, features. and or performance capabilities of the listed
brand/model shall deem your bid non -responsive.
Unless noted, samples are not required. However, if the submitted item is of a different brand and
or model number from those listed by the City, in Items 22-183 or a sample is required as listed for
each of the items, then two (2) samples of each item shall be submitted at the time of bid submission
unless noted differently. Each sample must be labeled with the corresponding item number. If the
item is a garment, the sample shall be of the following sizes: Men - shirt size is 15-1/2", sleeve
length for long sleeve is 34", pants size is 34" un-hemmed, Jackets 42 Regular or equivalent size;
Women - shirt and pant size is 12 and pants are un-hemmed, skirt size is Med, Jacket size 12 or
equivalent.
The successful bidder will receive back one of the samples submitted for each item listed. The
returned sample item will then become the bidder's reference standard from which all ordered
garments would be made to. The second sample will be maintained by the police department who will
periodically audit the ordered garments to insure compliance with the sample on record for
specifications and requirements compliance as listed within the contract.
All samples will be returned to unsuccessful bidders, once the evaluation of bid responses is complete
and award of contract is made.
Emblems, Insignias and Patches (by Florida Embroidery, Inc. - no substitutions): Name tapes,
patches, chevrons, insignias, or silk screening shall be included and attached to police uniform shirts,
caps, athletic apparel and other garments, where and in the quantity required, specified, or otherwise
indicated in this bid. The cost of these items, when supplied with a garment, shall be included in the
bid price for the garment. There shall be no additional charge to the city for the furnishing (or for the
attachment, silkscreen or direct embroidery) of these items, when supplied with the shirt, caps,
athletic apparel or other garment.
Additionally, the city will require spare and/or replacement emblems and insignias throughout the
contract period. These items shall be identical to those supplied with garments.
All U.S. standard manufacturer sizes will be available. No additional charge for oversize.
Sizing and color shall be consistent throughout the life of the contract.
Page 100 of 100