HomeMy WebLinkAboutInvitation for BidANNIE PEA RJaZ, CPPO DANIEL J. ALFONSO
Proc•urcmeirtOfficer City Manager
ADDENDUM NO. 3
RFP No. 486326 July 27, 2015
Invitation for Bid Police Uniforms and Accessories
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the RFP documents of the above
captioned RFP, and shall become an integral part of the Contract Documents, Words and/or figures
stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining
provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on
the documents you have on hand.
Addendum No. 3 has been issued, to correct a software problem that is preventing submission for less than
all lines and all groups.
Therefore the closing date has been changed to 7/29/2015 at 3PM.
ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME.
Sincerely,
ie PerezOP
ief Procurement Officer,
AP:yc
Cc: RFP File
ANNIE PEREZ,..CPPO DANIEL T. ALFONSO
Chief Procormint Officer City Witmer
ADDENDUM NO. 2
RFP No. 486326 July 21, 2015
Invitation for Bld Police Uniforms and Accessories
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the RFP documents of the above
captioned RFP, and shall become an integral part of the Contract Documents. Words anclior, figures
stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining
provisions are now In effect and remain unchanged. Please note the contents herein and reflect same on
the documents you have on hand.
Addendum No. 1 has been issued, Line Item No. 1.6s description has been revised to reflect changes that
were inadvertently omitted.
ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME.
Sincerely,
Ae
le Perez CPPO
ief Procurement Office
AP:yc
Cc: RFP File
AN'NIEs PEREZ, CPT O DANIEL, J. ALFONSO
Chief Procurement. Faker City Manner
ADDENDUM NO, 1
IFB No, 486326 July 20, 2015
Invitation. for Bid (IFB) for Asbestos Police Uniforms and Accessories
TO: ALL PROSPECTIVE. PROPOSERS:
The following changes, additions, clarifications, and deletions amend the IFB documents of the above
captioned IFB, and shall become an integral part of the Contract Documents. Words and/or figures
stricken throughshall be deleted. Underscored words and/or figures shall be added. The
remaining provisions are now in effect and remain unchanged. Please note the contents herein and
reflect same on the documents you have on hand.
A. The following lines in Group 1 have been corrected and should read as follows:
Line item # 1.6
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms, Men's
Shirt, Long Sleeve, NO SUBSTITUTIONS: Mfg,: Fechheimer, Mfg, Style No, 34W.78.86Z
34W 786Z, Shade 5660-2839 LAPD Navy.
Line item 1.10
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Women's
Shirt, Short Sleeve, NO SUBSTITUTIONS: Mfg.: Fechheimer. Mfg.. Style No. 177R7886Z
177R7786Z Shade 5660-2839 LAPD Navy.
Line Item # 1.12
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Women's
Shirt, Long Sleeve, NO SUBSTITUTIONS: Mfg.: Fechheimer. Mfg.. Style No, 127R7886Z
127R7786Z, Shade 5660-2839 LAPD Navy.
Line item # 1.22.
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms, Men's
Shirt, Short Sleeve, NO SUBSTITUTIONS;: Mfg,: Fechheimer. Mfg. Style No. 693R78862
693R7786Z. Stretch panel side, Shade 5660-2839 LAPD Navy.
Line item # 1.23
Description: POLICE UNIFORMS .. SHIRTS: 100% Texturized Poly. Uniforms, Women's
Shirt, Short Sleeve, NO SUBSTITUTIONS: Mfg..: Fechheimer. Mfg. Style No. 293R7886Z
293R7786Z. Stretch panel side, Shade 5660-2839 LAPD Navy.
Page 1
B. The following lines in Group 2 have been corrected and should read as follows:
Line itern # 2,27
Description: POLICE UNIFORMS - ACCESSORIES: Shoulder Boards Staff Ranks Major
-Chief, REQUIRES POLICE APPROVAL A_S OR APPROVED EQUAL -rn, Mfg Name;
C. The following lines in Group 3 have been corrected and should read as follows:
Line item # 3.9
Description: POLICE UNIFORMS - SUPPLEMENTAL; Athletic Coaching Shorts, First-
quality 100% Stretch Nylon. Mfg. Name: Teamwork Mfg. Style No.. EC2404. AS OR
APPROVED EQUAL .
Line item # 3.20
Description: POLICE UNIFORMS - OUTERWEAR: Nylon Windbreaker Raid Jacket 100%
Denier Nylon Taffeta, Includes silkscreen back & front. Mfg. Name: Cardinal. Mfg. Style
No. 302. AS OR APPROVED EQUAL ,.
Line item # 3.26
Description: POLICE UNIFORMS - OUTERWEAR: Coast Lite Waist Pants, Navy. Mfg,
Name: Gill Mfg. Style No. IN31T/IN32T Graphite Only. NO SUBSTITUTION.
Line item # 3.27
Description: POLICE UNIFORMS - OUTERWEAR: Coast Jacket, Navy/Yellow. Includes
Police Logo on back. Mfg. Name: Gill. Mfg., Style No.1N11/IN1.2- Yellow graphite. NO
SUBSTITUTION.
Line item # 3.42
Description: POLICE UNIFORMS - ACCESSORIES: Acrylic Breast Nameplate, Civilian,
Mfg. Name: Classline Inc/Walter Curtis Co.=Glass-Line. NO SUBSTITUTION.
Line item .# 3.91
Description: Police Uniforms- FOOTWEAR; Deck Boots, White Nonskid sole. Mfg. Name:
Cordova, Cordova. Mfg. Style No. BB16. AS OR APPROVED EQUAL NO
SUBSTITUTION,
Line item # 3.119
Description: POLICE UNIFORMS - ACCESSORIES: Shirt Vest. Carrier Mfg.: Fechheimer
Style No. 67V7886 67-W-7-86 Shade 5660-2839 LAPD Navy. NO B238. NO
SUBSTITUTION.
D, The following lines in Group 4 have been corrected and should read as follows:
Page 2
Line Item # 4.9
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg, Name: Point
Blank, Mfg. Style No. Trilhouette GNX Series Level II 1dA, NIJ 0101.06. NO
SUBSTITUTION.
E. Below please find questions from prospective Proposers and the City's answers to those
questions received before the stipulated due date:
1. Regarding the above specified bid, 2,9 of SPECIAL CONDITIONS states ..0 or the Selected Bidder(s)
will provide onsite staff at a room designated by the Police Department for this purpose (Minimum of
16 hours/week, more hours as needed to meet demand). Police will provide 72 hours' notice when
additional hours are required; If bidders are not located within the City Limits, and choose to utilize the
on -site facility offered by the Police Department, will this room need to have on hand a size line of all
garments listed in the bid invitation, including body armor and other items from which officers may
choose from?
Answer: Yes,
2. In the case of multiple bidders resulting from winning different groups, will these selected Bidders, if
they choose the on -site facility, share the space available at the Police Department location? Will there
be a secure area for size lines apart from other vendors utilizing the same space?
Answers: Yes,
The City will attempt to accommodate multiple bidders if that situation presents itself.
3. Is there a minimum time component (i.e. 4 hours) for emergency orders to be delivered upon
demand in certain situations upon request by the police department?
Answer: Refer to Section 2.32 EMERGENCY ORDERS.
4. Provide any and all pictures for patches, embroidery, screen, etc, for all items requesting it,
Answer; Please refer to Attachment No. 1.
The closing date for IFB 486326 has not been changed
AP/rm
Cc: IFB File
Sincerely;
a "C
ie Perez, CPPO
rector/Chief Procurement Officer
Page 3
City of Miami
Purchasing Department
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:
486326,3
Invitation for Bid for Police Uniforms
and Accessories
27-JUL-2015
07/29/2015 @ 15:00:00
None
Tuesday July 14, 2015 at 5 PM
McLaren, Richard
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
RMcLaren@miamigov.com
3054005104
Page 1 of 110
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 shouldbe firm for a
minimum of 180 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.
A.11 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 connectionwith 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 subnai.tter.
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 DISQUALIFY THIS BID.
Page 2 of 110
Certifications
Legal Name of Firm:
Firrn Address, City, State, Contact Name, Contact Title, Contact Phone Number, Contact Fax Number,
Contact Email:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Office Address, including City, State, and Zip Code:
Full Name of Bidder's Representative:
Bidder's Representative Telephone Number, Fax Number, and Email Address:
Occupational License / Business Tax Receipt Number:
Occupational License / Business Tax Receipt Issuing Agency:
Occupational License / Business Tax Receipt Expiration Date:
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/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Page 3 of 110
Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 1: Name of Contact Person, Telephone Number, and E-mail for above referenced No. 1
Reference No. 1: Date of Contract or Sale for above referenced No. 1
Reference No. 2: Name of Company/Agency for whichbidder is currently providing the services/goods
as described in this solicitation, or has provided suchservices/goods in the past:
Reference No. 2: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 2: Name of Contact Person, Telephone Number, and E-mail for above referenced No. 2
Reference No. 2: Date of Contract or Sale for above referenced No. 2
Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 3: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 3: Name of Contact Person, Telephone Number, and E-mail for above referenced No. 3
Reference No. 3: Date of Contract or Sale for above referenced No. 3
For items requiring alterations: please indicate the number of calendar days required to complete and
deliver (or have ready for pick-up) the uniforms, after taking body measurements:
For items NOT requiring alterations: please indicate the number of calendar days required to complete
Page 4 of 110
and deliver (or have ready for pick-up) the uniforms, after taking body measurements:
Balance of Line Percentage Discount (Per Special Condition Section 2.30) - Please indicate the
Percentage Discounts, Manufacturer Names, and Catalog or Price List Numbers:
If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code,
has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office
Certification" form? YES OR NO? (The City of Miami Local Office Certification fowl is located in
the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this
solicitation)
Page 5 of 110
Line: 1
Description: GROUP 1- PANTS AND SHIRTS (NO SUBSTITUTIONS)
Line: 1.1
Description: POLICE UNIFORMS - PANTS: 100%o Texturized Polyester. Men's Uniform
Trousers, Midnight Blue. NO SUBSTITUTIONS: Fechheimer Model TR070 - Shade 7470-2839
LAPD Navy.
Category: 20087-00
Unit of Measure: Each
Unit Price: $
Line: 1.2
Number of Units: 3,500 Total: $
Description: POLICE UNIFORMS - PANTS: 100% Texturized Polyester Uniforms. Men's
Uniform Trousers with Silver or Gold Braid, NO SUBSTITUTIONS: Mfg. Name: Fechheimer.
Mfg. Style No. TR070B, Shade 7470-2839 LAPD Navy.
Category: 20087-00
Unit of Measure: Each
Unit Price: $
Line: 1.3
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - PANTS: 100% Texturized Polyester Uniforms. Women's
Uniform Trousers, NO SUBSTITUTIONS: Fechheimer. Mfg. Style No. TRO7OWT, Shade
7470-2839 LAPD Navy.
Category: 20087-00
Unit of Measure: Each
Unit Price: $
Line: 1.4
Number of Units: 800 Total: $
Description: POLICE UNIFORMS - PANTS: 100% Texturized Polyester Uniforms. Women's
Uniform Trousers with Silver or Gold Braid, NO SUBSTITUTIONS: Fecheimer. Mfg. Style No.
TRO7OWTB, Shade 7470-2839 LAPD Navy.
Page 6of110
Category: 20087-00
Unit of Measure: Each
Unit Price: $
Line: 1.5
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SKIRTS: 100% Texturized Polyester Uniforms. Womens
Skirt, NO SUBSTITUTIONS: Mfg. Name: Fechheimer. Mfg. Style No. 30833. Shade 7470-2839
LAPD Navy.
Category: 20025-78
Unit of Measure: Each
Unit Price: $
Line: 1.6
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Mens Shirt,
Long Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 34W7886Z, Shade
5660-2839 LAPD Navy.
Category: 20087-73
Unit of Measure: Each
Unit Price: $ Number of Units: 900 Total: $
Line: 1.7
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms, Mens Shirt,
Long Sleeve, White, NO SUBSTITUTIONS: Mfg. Fechheimer. Mfg. Style No. 33W78Z - Shade
5660-9113.
Category: 20087-73
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Page 7 of 110
Line: 1.8
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Men's Shirt,
Short Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 87R7786Z, Shade
5660-2839 LAPD Navy.
Category: 20087-74
Unit of Measure: Each
Unit Price: $
Line: 1.9
Number of Units 350 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Men's Shirt,
Short Sleeve, White, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 85R7800Z, Shade
5660-9113.
Category: 20087-74
Unit of Measure: Each
Unit Price: $
Line: 1.10
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Women's Shirt,
Short Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 177R7886Z Shade
5660-2839 LAPD Navy.
Category: 20087-80
Unit of Measure: Each
Unit Price: $
Line: 1.11
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly, Uniforms. Women's Shirt,
Long Sleeve, White, NO SIBSTITUTIONS: Mfg: Feehheimer. Mfg. Style No.126R7800Z, Shade
5660-9113.
Category: 20087-79
Unit of Measure: Each
Page 8 of 1.10
Unit Price: $ Number of Units: 100 Total: $
Line: 1.12
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Women's Shirt,
Long Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 127R7886Z, Shade
5660-2839 LAPD Navy.
Category: 20087-79
Unit of Measure: Each
Unit Price: $
Line: 1.13
Number of Units: 400 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Women's Shirt,
Short Sleeve, White, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 176R7800Z, Shade
5660-9113.
Category: 20087-80
Unit of Measure: Each
Unit Price: $
Line: 1.14
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65% Polyester, 35% Combed
Cotton. Men's Shirt, Short Sleeve, Medium Blue, Police Style NO SUBSTITUTIONS: Mfg.
Name: Fechheimer. Mfg. Style No. 85R5435Z Shade Racquet 11950V.
Category: 20070-35
Unit of Measure: Each
Unit Price: $
Line: 1.15
Number of Units: 450 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65% Polyester, 35% Combed
Cotton. Men's Shirt, Short Sleeve, White, Police Style, NO SUBSTITUTIONS: Mfg. Name:
Fechheimer. Mfg. Style No. 85R5400Z.
Page 9 of 110
Category: 20070-35
Unit of Measure: Each
Unit Price: $
Line: 1.16
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SIIIRTS: Civilian: Poplin: 65% Polyester, 35% Combed
Cotton. Women's Shirt, Short Sleeve, Medium Blue, Police Style, NO SUBSTITUTIONS: Mfg.
Name: Fechheimer. Mfg. Style No. 176R5435Z Shade Racquet 11950V.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Line: 1.17
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65%0 Polyester, 35% Combed
Cotton. Women's Shirt, Short Sleeve, White, Police Style, NO SUBSTITUTIONS: Mfg. Name:
Fechheimer. Mfg. Style No. 176R5400Z.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Line: 1.18
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65%® Polyester, 35% Combed
Cotton. Men's Shirt, Long Sleeve, Medium Blue, Police Style, NO SUBSTITUTIONS: Mfg.
Name: Fechheimer. Mfg. Style No. 35W5435Z Shade Racquet 11950V.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Number of Units: 150 Total: $
Page 10 of 110
Line: 1.19
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65% Polyester, 35% Combed
Cotton. Men's Shirt, Long Sleeve, White, Police Style, NO SUBSTITUTIONS: Mfg. Name:
Fechheimer. Mfg. Style No. 35W5400Z.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Line: 1.20
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65% Polyester, 35% Combed
Cotton. Women's Shirt, Long Sleeve, Medium Blue, Police Style, NO SUBSTITUTIONS: Mfg.
Name: Fechheimer. Mfg. Style No. 126R5435Z Shade Racquet 11950V.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Line: 1.21
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: Civilian: Poplin: 65%a. Polyester, 35% Combed
Cotton. Women's Shirt, Long Sleeve, White, Police Style, NO SUBSTITUTIONS: Mfg. Name:
Fechheimer. Mfg. Style No. 126R5435Z.
Category: 20085-77
Unit of Measure: Each
Unit Price: $
Line: 1.22
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms. Men's Shirt,
Short. Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 693R7886Z. Stretch panel
side, Shade 5660-2839 LAPD Navy.
Category: 20087-74
Unit of Measure: Each
Page 11 of 110
Unit Price: $ Number of Units: 2,300 Total: $
Line: 1.23
Description: POLICE UNIFORMS - SHIRTS: 100% Texturized Poly. Uniforms, Women's Shirt,
Short Sleeve, NO SUBSTITUTIONS: Mfg: Fechheimer. Mfg. Style No. 293R7886Z. Stretch panel
side, Shade 5660-2839 LAPD Navy.
Category: 20087-80
Unit of Measure: Each
Unit Price: $
Line: 2
Number of Units:- 1,300 Total: $
Description: GROUP 2 - SUPPLEMENTAL, HONOR GUARD, CIVILIAN, CAREER,
EMBLEMS/INSIGNIAS/PATCHES (EQUAL ITEMS ACCEPTED)
Line: 2.1
Description: POLICE UNIFORMS - PANTS: Civilian, Double Knee Work Pants, Dark Navy. AS
OR APPROVED EQUAL TO: Manufacturer: Dickies. Style No: 85283DN. Sizes: 26-58.65%
polyester / 35% Cotton. Weight: 8.5 Oz.
Category: 20092-70
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.2
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Military Fatigue Trousers, 65%
Polyester & 35% Cotton Lightweight Rip stop Poplin, Black. AS OR APPROVED EQUAL TO:
Mfg. Name: Atlanco, Black #1062-AA /1096-AA .
Page 12 of 110
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.3
Number of Units: 2,300 Total: $
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 APPROVED EQUAL TO: Mfg. Name: Atlanco. Black#
1051-AA/1294-AA.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
If Weight
Line: 2.4
Number of Units: 1,300 Total: $
Description: POLICE UNIFORMS SUPPLEMENTAL: Navy Blue Turtleneck, 92% Cotton /
8% Lycra. Includes embroidery (SWAT), NO SUBSTITUTIONS: Mfg. Name: Fechheimer
Brothers. Mfg. Style No. 52600.
Category: 20070-62
Unit of Measure: Each
Page 13 of 110
Unit Price: $
Line: 2.5
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: White Shirt Short Sleeve, 65%o Poly,
35% Cotton, Police Style. Add 4 inch wide Cool Max Flex Vent Mesh Under Arm to bottom of
shirt, NO SUBSTITUTIONS: Mfg. Name: Fechheimer. Mfg. Style #92R78-00Z Bike.
Category: 20085-72
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Line: 2.6
Description: POLICE UNIFORMS - SUPPLEMENTAL: White Shirt Long sleeve, 65% Poly,
35%0 Cotton, Police Style. Add 4 inch wide Cool Max Flex Vent Mesh Under Arm to bottom of
shirt, NO SUBSTITUTIONS: Mfg. Name: Fechheimer. Mfg. Style No. 42W7800Z Bike.
Category: 20085-73
Unit of Measure: Each
Unit Price: $
Line: 2.7
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - HONOR GUARD: Staff/Civilian Clothing. Honor Guard
Dress Coat, NO SUBSTITUTIONS: Mfg. Name: Fechheimer, Mfg. Style no. MPDHGXMC.
Color # 573-30
Category: 20086-24
Unit of Measure: Each
Unit Price: $
Line: 2.8
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - HONOR GUARD: Staff/Civilian Clothing. Honor Guard
Dress Trousers, NO SUBSTITUTIONS: Mfg. Name: Fechheimer, Mfg. Style no. MPDHGXTRS.
Color # 573-30
Page 14 of 110
Category: 20086-24
Unit of Measure: Each
Unit Price: $
Line: 2.9
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - HONOR GUARD: Staff/Civilian Clothing. Honor Guard
Dress Cord, NO SUBSTITUTIONS: Mfg. Name: Fechheimer, Mfg. Style no. MPDHGXLUD.
Color # 573-30
Category: 20086-24
Unit of Measure: Each
Unit Price: $
Line: 2.10
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Staff Men's Dress
Uniform Trousers, 55% Dacron Polyester, 45% Worsted Wool, Navy, NO SUBSTITUTIONS:
Mfg. Name: Fechheimer. Mfg. Style No. 34291W. Color # 8330-8107.
Category: 20088-88
Unit of Measure: Each
Unit Price: $
Line: 2.11
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Staff Women's Dress
Trousers, 55% Dacron Polyester, 45% Worsted Wool, Navy, NO SUBSTITUTIONS: Mfg. Name:
Fechheimer. Mfg. Style No. 38D-33-5545, .Color# 8330-8107.
Category: 20088-88
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Page 15 of 110
Line: 2.12
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Staff Womens Dress Skirt,
55% Polyester, 45% o Worsted Wool Blend, NO SUBSTITUTIONS: Mfg. Name: Fechheimer. Mfg.
Style No. X34891W, Color # 8330-8107.
Category: 20088-80
Unit of Measure: Each
Unit Price: $
Line: 2.13
Number of Units: 100 Total: $
Description: POLICE UNIFORMS STAFF, CIVILIANN CLOTHING: Dress Blouse Jacket -
Women, Navy Blue or Black, 55% Polyester, 45% Worsted Wool Blend, NO SUBSTITUTIONS:
Mfg. Name: Fechheimer. Mfg. Style No. 3489, Color # 8330-8107.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 2.14
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Dress Blouse Jacket -
Men, Navy Blue or Black, 55% Polyester, 45% Worsted Wool Blend, NO SUBSTITUTIONS:
Mfg. Name: Fechheimer. Mfg. Style No. 34891Co1or # 8330--8107.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 2.15
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - CAREER APPAREL: Mens Trousers Plain or Pleated
Front, 55% Polyester, 45% Worsted Wool Blend, AS OR APPROVED EQUAL TO: Allard,
Chaps Joseph Abboud Style No. 2L10 or #2L12 in Black, Charcoal or Navy.
Category: 20088-88
Unit of Measure: Each.
Page 16 of 110
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.16
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - CAREER APPAREL: Women's Trousers, Plain or Pleated
Front, 55%0 Polyester, 45% Worsted Wool Blend, AS OR APPROVED EQUAL TO: Jones of
New York, , Casper, or Liz Claiborne. Style No. Joseph Abboud #2L13 in Black, Charcoal or
Navy.
Category: 20088-88
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.17
Description: POLICE UNIFORMS - CAREER APPAREL: Women's Skirt, 55% Polyester, 45%
Worsted Wool Blend, AS OR APPROVED EQUAL TO: Jones of New York, Style ,Casper, Liz
Claiborne, Joseph Abboud #9L11 in Black, Charcoal or Navy.
Category: 20088-80
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Number of Units: 100 Total: $
Page 17 of 110
Fabric Content
Weight
Line: 2.18
Description: POLICE UNIFORMS - CAREER APPAREL: Men's Blazer 55% Polyester, 45%
Worsted Wool Blend. Basic colors shall be made available upon request. AS OR APPROVED
EQUAL TO: Alfani, Chaps, Joseph Abboud #4L12 in Black, Charcoal or Navy.
Category: 20085-21
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.19
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - CAREER APPAREL: Women's Blazer 55% Polyester, 45%
Worsted Wool Blend. Basic colors shall be made available upon request. AS OR APPROVED
EQUAL TO: Jones of New York, Casper , Liz Claiborne.Joseph Abboud #4L13 in Black,
Charcoal or Navy.
Category: 20085-21
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Page 18 of 110
Line: 2.20
Description: POLICE UNIFORMS - CAREER APPAREL: Men's Career Shirt - Long Sleeve,
200 Count Broadcloth, 60% Dacron Polyester, 40% Combed Cotton, White. AS OR
APPROVED EQUAL TO: Van Huesen, Style No, 13V0022 Alfani, or Chaps.
Category: 20070-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.21
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - CAREER APPAREL: Women's Career Shirt, Long Sleeve,
200 Count Broadcloth, 65% Dacron Polyester, 35% Combed Cotton, White. AS OR APPROVED
EQUAL TO: Style No. 13V0051 Van Huesen , Casper, or Jones of New York.
Category: 20070-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.22
Number of Units: 100 Total: $
Description.: POLICE UNIFORMS - ACCESSORIES: Gloves - Whi.te, with wrist snap. AS OR
APPROVED EQUAL TO: Mfg. Name: S. Broome.Style # 99050.
Page 19 of 110
Category: 20139-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.23
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Scarf -Scots, white or gold. AS OR
APPROVED EQUAL TO: Mfg. Name: S. Broome. Style # 99005.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.24
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Citation Rope and Cord - White or Gold.
AS OR APPROVED EQUAL TO: Mfg. Name: Ludmar, Mfg. Style No. 3-SC422A.
Category: 20100-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Page 20 of 110
Manufacturer Style Number
Fabric Content
Weight
Line: 2.25
Description: POLICE UNIFORMS ACCESSORIES: Tie - Ready -Made Choke -Proof Black. AS
OR APPROVED EQUAL TO: Mfg. Name: S. Broome, 90051-90063
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.26
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Tie - Cross Over and Foreign Hands. Male
& Female. AS OR APPROVED EQUAL TO: Mfg. Name: S. Broome. Mfg. Style No. 90156
(Male) 90072 (Female). Up to 61"
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Number of Units: 100 Total: $
Page 21 of 110
Line: 2.27
Description: POLICE UNIFORMS - ACCESSORIES: Shoulder Boards Staff Ranks Major
-Chief. REQUIRES POLICE APPROVAL.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.28
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - POLICE STAFF: Long Sleeve Shirt. Navy. Manufacturer:
Spiewak. Style No: SU115MZ (Men's); SU116MZ (Ladies), Model SPDU15Z, Color code 2645,
AS OR APPROVED EQUAL.
Category: 20087-73
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.29
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - POLICE STAFF: Short Sleeve Shirt Navy Manufacturer
Spiewak, Style No: SU110MZ (Men's); SU111MZ (Ladies), Model. SPDU1OZ, Color Code 2645,
AS OR APPROVED EQUAL.
Page 22 of 110
Category: 20087-74
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.30
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - POLICE STAFF: Uniform Pants, Mens/Ladies Navy Pants,
Style No: SU122M, Manufacturer: Spiewak, Model: SPDU22, Color Code 2645, AS OR
APPROVED EQUAL.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.31.
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Sleeve Stripe
Gold, Black Mohair. AS OR APPROVED EQUAL TO: Mfg. Name: Ludmar, Mfg. Style :No.
AC405
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Page 23 of 110
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.32
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: BDU Tapes For
Previously Issued Shirts.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.33
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Name Tapes,
Midnight Blue to match the uniform shirts UX743S.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Number of Units: 200 Total: $
Page 24 of 110
Line: 2.34
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: SWAT
Emblems (4" Patch). Mfg. Name: Florida Embroidered Patch & Emblem, Inc, AS OR
APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.35
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Miami Police
Department (MPD) Emblems (4" Patch). Mfg. Name: Florida Embroidered Patch & Emblem,
Inc, AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.36
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Bomb Squad
Emblems (4" Patch). Mfg. Name: Florida Embroidered Patch & Emblem, Inc, AS OR
APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Page 25 of 110
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.37
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: B537 logo Cloth
Badge (4" Patch). Mfg. Name: Florida Embroidered Patch & Emblem, Inc, AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.38
Number of Units: 250 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Police (4"
Patch). Mfg. Name: Florida Embroidered Patch & Emblem, Inc, AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,200 Total: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.39
Page 26 of 110
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Police 24
Self -Stick Patch. Mfg. Name: Florida Embroidered Patch & Emblem, Inc, AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,250 Total: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.40
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: SWAT 24
Self -Stick Patch. Mfg. Name: Florida Embroidered Patch & Emblem, Inc., AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $ Number of Units: 750 Total: $
Manufacturer
Manufacturer. Style Number
Fabric Content
Line: 2.41
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Insignias
Rocker. Panel under Patch or Oblong. Mfg. Name: Florida Embroidered Patch & Emblem, Inc.
AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Page 27 of 110
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.42
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. 11- 3/4x 31/2. AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.43
Number of Units: 450 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: P Buttons for
Uniform Shirts. Mfg. Name: Waterbury, Mfg. Style No. P-24-G AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.44
Number of Units: 500 Total: $
Page 28 of 110
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Police Patch
Police, Swat Large PVC. Mfg. Name: SymbolArts, .LLC. Mfg. Style No, 300. AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.45
Number of Units: 700 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Police Patch
Police, Swat Small PVC. Mfg. Name: SymbolArts, LLC. Mfg. Style No. 200. AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.46
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. AS OR
APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Number of Units: 1,200 Total: $
Page 29 of 110
Manufacturer Style Number
Fabric Content
Line: 2.47
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. AS OR APPROVED EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.48
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - EMBLEMS, INSIGNIAS, AND PATCHES: Hash marks
gold or black. Mfg. Name: Florida Embroidered Patch & Emblem, Inc. AS OR APPROVED
EQUAL.
Category: 20137-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Line: 2.49
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Sew on MPD Patch - Civilian. (This
Page 30 of 110
cost shall only be applied for items where patches are not already included in the price of the
garment)
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.50
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Sew on Police Patch (Sworn). (This
cost shall only be applied for items where patches are not already included in the price of the
garment)
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.51
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Sew on Nametapes. (This cost shall
only be applied for items where patches are not already included in the price of the garment)
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.52
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration - Shorten sleeves
Category: 96278-64
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Lin.e: 2.53
Page 31 of 110
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration - Sew down Pocket Flaps.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.54
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration Sew down Epaulets.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.55
Number of Units: 100 Total: $
Description POLICE UNIFORMS OPTIONAL ITEMS: Alteration - Waist.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.56
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration - Custom Piping on Pocket
Flaps for Police Honor Guard Uniform.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.57
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration - Custom Epaulet for Police
Page 32ofia0
Honor Guard Uniform.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.58
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OPTIONAL ITEMS: Alteration - Removal of Existing
Collar and Installation of New Collar to Honor Guard Coat Collar and Change of Color Trim to
Honor Guard Coat Sleeves and Trousers.
Category: 96278-64
Unit of Measure: Each
Unit Price: $
Line: 2.59
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Traffic Gloves Hi-Vis. Mfg. Name:
Monarch Safety, Mfg. Style No. GL-1, AS OR,APPROVED EQUAL
Category: 20100-00
Unit of Measure: Pair
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.60
Description: POLICE UNIFORMS - SUPPLEMENTAL: Gym Shorts with logo. Mfg. Name:
Intensity Athletics. Mfg. Style No. N6850 - Navy AS OR APPROVED EQUAL
Page 33of110
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Style Number
Fabric Content
Weight
Line: 2.61
Number of Units: 100 Total: $
Description: POLICE UNIFORMS PANTS: Bid. Item # 2.61- Men's Tactical Pant (lightweight),
Propper, Style # F525250-330. (Nametapes on rear right pocket indicating name and/or rank) OR
AS SPECIFIED BY THE POLICE DEPARTMENT AT TIME OF ORDER.
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 2.62
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - SHIRTS Item # 2.62 Tactical Dress Shirt, LS, Propper #
F530238-330 w/patches on sleeves, 2 BDU nametapes and rank insignia, SWAT embroidered
design on front chest; OR AS SPECIFIED BY THE POLICE DEPARTMENT AT TIME OF
ORDER.
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 2.63
Number of Units: 400 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Item # 2.63 TAC. U Combat Shirt,
Propper # F541738-330, patches on sleeves, 2 BDU nametapes & rank insignias, SWAT
embroidered design front chest; OR AS SPECIFIED BY THE POLICE DEPARTMENT AT
TIME OF ORDER.
Page 34 of 110
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 3
Number of Units: 400 Total: $
Description: GROUP 3 - SUPPLEMENTAL, OUTERWEAR, ACCESSORIES, DUTY GEAR,
FOOTWEAR (NO SUBSTITUTION)
Line: 3.1
Description: POLICE UNIFORMS - SUPPLEMENTAL: Military Nom.ex Flight Suit, Includes
BDU Name Tapes, Color Patch. Mfg. Name: Propper. Mfg. Style No. CWU 27/P. NO
SUBSTITUTION.
Category: 20092-61
Unit of Measure: Each
Unit Price: $
Line: 3.2
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Bike Shorts. Mfg. Name: Mocean. Mfg.
Style No. 1150-PN. Cloth: Navy. NO SUBSTITUTION.
Category: 20044-00
Unit of .Measure: Each
Unit Price: $
Line: 3.3
Number of Units: 350 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Bike Pants. Mfg. Name: Mocean, Mfg.
Style No. 2150-PN. NO SUBSTITUTION.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Number of Units: 200 Total: $
Page 35 of 110
Line: 3.4
Description: POLICE UNIFORMS - SUPPLEMENTAL: Performance Polo w/ Embroidered
Badge and the words "Training Unit" beneath on Chest. Short Sleeve, Synthetic Knit, Color: Red
(#477). Manufacturer: 5.11. Style No. 71049. includes other colors and logos on the back NO
SUBSTITUTION..
Category: 20010-76
Unit of Measure: Each
Unit Price: $ Number of Units: 200 Total: $
Line: 3.5
Description: POLICE UNIFORMS - SUPPLEMENTAL: Vertx, VTX-4000, Short Sleeve Action
Polo with badge embroidered on the front and either patches on sleeves or silk screen on the
back, as specified at time of order. Size and Color to be specified at time of order. Manufacturer:
Vertx by Fechheimer. (Black, Navy, Tan, White Red ) NO SUBSTITUTION.
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 3.6
Number of Units: 475 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Vertx, VTX-4020 Long Sleeve, Action
Polo with badge embroidered on the front and either patches on sleeves or silk screen on the
back, as specified at time of order. Size and Color to be specified at time of order. Manufacturer:
Vertx by Fechheimer. (Black, Navy, Tan, White Red) NO SUBSTITUTION.
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 3.7
Number of Units: 300 Total: $
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,
Page 36 of 110
patches. Mfg. Name: 5.1.1 Tactical (Fiber Shield). Mfg. Style No. 41060 - Color Code 724 - Da. NO
SUBSTITUTION.
Category: 20010-76
Unit of Measure: Each
Unit Price: $
Line: 3.8
Number of Units: 2,100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Sweat Shirt 50% Polyester-50 Cotton.
Includes embroidery, Silkscreen. Mfg. Name: Jerzees. Mfg. Style No. 562M. NO
SUBSTITUTION.
Category: 20010-90
Unit of Measure: Each
Unit Price: $
:Line: 3.9
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Athletic Coaching Shorts, First -quality
100% Stretch Nylon. Mfg. Name: Teamwork Mfg. Style No. EC2404. AS OR APPROVED
EQUAL.
Category: 20010-00
Unit of Measure: Each
Unit Price: $
Line: 3.10
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Sweat Pants, 50% Cotton, 50%
Polyester Mfg. Name: Jerzees. Mfg. Style No. 973M. NO SUBSTITUTION.
Category: 20010-83
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Page 37 of 110
Line: 3,11
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: 5.11 Mfg. Style No. 75013-724. NO SUBSTITUTION.
Category: 20092-48
Unit of Measure: Each
Unit Price: $
Line: 3.12
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: T-Shirt - Short Sleeve Colored. 50%
cotton, 50% Polyester; Medium Weight. Mfg. Name: Hanes. Mfg. Style No. 5170. NO
SUBSTITUTION.
Category: 20070-87
Unit of Measure: Each
Unit Price: $
Line: 3.13
Number of Units: 1,600 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: T-Shirt, Long Sleeve, 100% Cotton,
Mfg. Name: Hanes, Mfg. Style No. 5186, 100 % Cotton, with front and back silkscreens. NO
SUBSTITUTION.
Category: 20070-84
Unit of Measure: Each.
Unit Price: $
Line: 3.14
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Padded, Chamois Short. Mfg. Name:
Mocean. Mfg. Style No. 1550/1551. NO SUBSTITUTION.
Category: 20044-00
Unit of Measure: Each
Page 38 of 110
Unit Price: $ Number of Units: 100 Total: $
Line: 3.15
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Staff Sweater - Long
Sleeve with Felt Patches, Shoulder epaulets & badge tab. Midnight Blue. Mfg. Name:
Fechheimer. Mfg. Style No. 79010. NO SUBSTITUTION.
Category: 20078-00
Unit of Measure: Each
Unit Price: $
Line: 3.16
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Mens, Womens Civilian
Sweater - Long Sleeve, Cardigan, Midnight Blue, 100% Low Pill Acrylic. Mfg. Name: A+ Career
Apparel. Style No. 6300. NO SUBSTITUTION.
Category: 20078-00
Unit of Measure: Each
Unit Price: $
Line: 3.17
Number of Units: 120 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Staff Jacket. Mfg. Port
Authority, Mfg. Style No. J753DN with embroidery name rank and logo . NO SUBSTITUTION.
Category: 20016-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Line: 3.18
Description: POLICE UNIFORMS - OUTERWEAR: Jacket, heavy, with liner, Dark Navy. Mfg.
Name: Spiewak. Mfg. Style No.SH3466/S327 Navy with badge tab on outer shell and pull down
panels front and back. NO SUBSTITUTION.
Page 39 of 110
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.19
Number of Units: 650 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Raid Jacket, Navy. Includes silkscreen back
and front. Mfg. Name: Duty Man. Mfg. Style No. J33 Navy. NO SUBSTITUTION.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.20
Number of Units: 120 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Nylon Windbreaker Raid Jacket 100')/0
Denier Nylon Taffeta, Includes silkscreen back & front. AS OR APPROVED EQUAL.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.21
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Rain Suit - Two Piece. Includes silkscreen,
logos, 1 Nametape & Mfg.Spiewak Jacket SH3466/S327, NO SUBSTITUTION.
Category: 20165-10
Unit of Measure: Each
Unit Price: $
Line: 3.22
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Raincoat - One Piece - Reversible, Black/F.
Yellow -with hood cover includes silkscreen/logos. Mfg. Name: Duty Man. Mfg. Style No. J33, NO
Page 40 of 110
SUBSTITUTION.
Category: 20165-10
Unit of Measure: Each
Unit Price: $
Line: 3.23
Number of Units: 400 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Raincoat -One Piece with Snap Cap -Cape
Cover Lime Silkscreen, Logo. Mfg.Name Neese Mfg Style No 566CC- Cape and Cover NO.
SUBSTITUTION.
Category: 20165-10
Unit of Measure: Each
Unit Price: $
Line: 3.24
Number of Units: 150 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Bag for Rain suit . AS OR APPROVED
EQUAL Mfg. Name: Blauer. Mfg. Style No. ZB1814.
Category: 20165-10
Unit of Measure: Each
Unit Price: $
Line: 3.25
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 SUBSTITUTION.
Category: 20016-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Line: 3.26
Page 41 of 110
Description: POLICE UNIFORMS - OUTERWEAR: Coast Lite Waist Pants, Navy. Mfg. Name:
Gill Mfg. Style No. IN31T/IN32T, Graphite Only . NO SUBSTITUTION.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Line: 3.27
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Coast Jacket, Navy/Yellow. Includes Police
Logo on back. Mfg. Name: Gill. Mfg. Style No.1N11/IN12- Yellow graphite. NO
SUBSTITUTION.
Category: 20016-00
Unit of Measurer Each
Unit Price: $
Line: 3.28
Number of Units: 100 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 SUBSTITUTION.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.29
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Raincoat Two Piece Yellow (PSA). Includes
silkscreen 3-M on backand front. Mfg. Name: Neese. Mfg. Style No. Coat 9102 APK, Pants 9100
ET Hi-Vis. NO SUBSTITUTION.
Category: 20165-10
Unit of Measure: Each.
Unit Price: $
Number of Units: 100 Total: $
Page 42 of 110
Line: 3.30
Description: POLICE UNIFORMS - OUTERWEAR: Mocean Zip in Liner, Style 6524, for
Mocean Bike High Impact Jacket Style 5050AC. NO SUBSTITUTION..
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.31
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Rain Suit - Two Piece. Includes silkscreen,
logos, 1 Nametape & . AS OR APPROVED EQUAL Mfg. Blauer Jacket, Style # 9820; Pants,
Style # 9825Z w/ hood snaps HF9970.
Category: 20165-10
Unit of Measure: Set
Unit Price: $
Line: 3.32
Number of Units: 100 Total: $
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 SUBSTITUTION.
Category: 20130-88
Unit of Measure: Each
Unit Price: $
Line: 3.33
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Uniform Cap, to include chinstrap- Cloth
Top. Midnight Blue. Mfg. Name: Midway Cap Company, Mfg. Style No. #5-Star, Regular and
Sergeant. NO SUBSTITUTION.
Category: 20130-88
Page 43 of 110
Unit of Measure: Each
Unit Price: $
Line: 3.34
Number of Units: 900 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Uniform Cap to include chinstrap -Cloth
Top. Midnight Blue. Mfg. Name: Midway Cap Company. Mfg. Style No. #5-Star, Lieutenant and
above. NO SUBSTITUTION.
Category: 20130-88
Unit of Measure: Each
Unit Price: $
Line: 3.35
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. #5. Commander
through Chief. NO SUBSTITUTION.
Category: 20130-88
Unit of Measure: Each
Unit Price: $
Line: 3.36
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Baseball Style Cap, with Velcro closure,
Custom Embroidered Miami Police, City Seal, Dark Navy Inside all Navy. Mfg. Name: 5.11, Mfg.
Style No. 89260, Color Code: 04, Dark Navy . NO SUBSTITUTION.
Category: 20074-20
Unit of Measure: Each
Unit Price: $ Number of Units: 1,650 Total: $
Line: 3.37
Page 44 of 110
Description: POLICE UNIFORMS - ACCESSORIES: Baseball Style Cap, with Velcro closure,
Custom Embroidered Miami Police, City Seal, Scrambled Eggs insignia. Mfg. Name: 5.11. Mfg.
Style No. 89260, Color Code: 04 Dark Navy . NO SUBSTITUTION.
Category: 20074-20
Unit of Measure: Each
Unit Price: $
Line: 3.38
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Hat, Navy Blue Navy Straw Lawman Hat
with or without eyelet. Mfg. Name: Straton. Mfg. Style No. S42DB. Lawman Double Brim. NO
SUBSTITUTION.
Category: 20146-00
Unit of Measure: Each
Unit Price: $
Line: 3.39
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: School Crossing Guard, Injection molded
plastic helmet. Mfg. Name: Bayly. Mfg. Style No: 9283 Pith. Helmet. NO SUBSTITUTION.
Category: 20085-00
Unit of Measure: Each
Unit Price: $
Line: 3.40
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Traffic Safety Vest. Med, Large, XL, XXL.
Includes Logos Front and. Back Miami Police, Crime Scene Technician, Public Service Aide &
Badge Silkscreen. Mfg. Name: Fechheimer. Mfg. Style No: 71500P. NO SUBSTITUTION.
Category: 34592-00
Unit of Measure: Each
Unit Price: $
Number of Units: 750 Total: $
Page 45 of 110
Line: 3.41
Description: POLICE UNIFORMS - ACCESSORIES: Hydration Pack, Hydra Storm Predator,
includes SWAT or Police Patch. Mfg. Name: Black Hawk. Mfg. Style No. 65SPOOBK. NO
SUBSTITUTION.
Category: 68000-00
Unit of Measure: Each
Unit Price: $
Line: 3.42
Number of Units: 750 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Acrylic Breast Nameplate, Civilian. Mfg.
Name: Classline/Walter Curtis Co.. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.43
Number of Units: :100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Acrylic Breast Nameplate, Sworn. Mfg.
Name: V.H. Blackington - B532. Mfg. Style No: Blue Rim City Seal. NO SUBSTITUTION.
Category; 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.44
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Tactical Vest Black Silkscreen. Mfg.
Name: 5.11 Tactical, SWAT. Mfg. Style No. 74251, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Page 46 of 110
Line: 3.45
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 SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.46
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Women's Tactical Pant BDU (Bomb
Squad). 100% Cotton. Black. BDU name tape and rank embroidery. Mfg. 5.11 Tactical. Mfg.
Style no. 64358. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.47
Number of Units: 100 Total: $
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, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Line: 3.48
Description: POLICE UNIFORMS - ACCESSORIES: Glove. Black leather. Mfg. Hatch
#NS430L NO SUBSTITUTION.
Page 47 of 110
Category: 20100-00
Unit of Measure: Pair
Unit Price: $
Line: 3.49
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Tactical Glove, Black. Mfg. Name: 5.11,
Mfg. Style No. 59340. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Pair
Unit Price: $
Line: 3.50
Number of Units: 350 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Honor Guard Cross Strap. Mfg. Name:
Gould and Goodrich. Mfg. Style No. B-99. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.51
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: D-Ring. Mfg. Name: Gould and Goodrich.
Mfg. Style No. B-99D. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.52
Number of Units: 100 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
SUBSTITUTION.
Page 48 of 110
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.53
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Trouser Belt, Basket Weave. Mfg.
Name: Gould and Goodrich. Mfg. Style No. NGS. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.54
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Trouser Plain. Mfg. Name: Gould and
Goodrich. Mfg. Style No. NGT. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.55
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Magazine, Single Pouch, Basket Weave.
Mfg. Name: Gould and Goodrich. Mfg. Style No. B628-7W. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.56
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Magazine, Single Pouch, Plain. Mfg.
Page 49 of 110
Name: Gould and Goodrich. Mfg. No. Style No. NGZ. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit nice: $
Line: 3.57
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Duty Holster, Basket Weave. Mfg.
Name: Gould and Goodrich. Mfg. Style No. ORY, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.58
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Staff Duty Holster, Plain. Mfg. Name: Gould
and Goodrich, Mfg. Style No. ORX, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.59
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Handcuff Case, Lieutenant and above, Black
Basketweave, Round Bottom w/Flap, Hidden Snap, Mfr: G&G, Item # B583W. NO
SUBSTITUTION
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.60
Number of Units: 1.00 Total: $
Page 50 of 110
Description: POLICE UNIFORMS - DUTYGEAR: High Gloss Duty Holster Hi -Ride. Mfg.
Name: Gould and Goodrich. Mfg. Style No. NGP. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.61
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Duty Belt, 21/4"; Black, Mfg.
Name: Bianchi. Mfg. Style No. 7960. BKHG. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.62
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Single -Column Magazine Pouch,
Black. Mfg. Name: Bianchi. Mfg. Style No. 7903-22935 or snap brass/chrome. NO
SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.63
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Belt Keeper, 4-pack. Mfg. Name:
Bianchi. Mfg. Style No. 7906-22306. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $ Number of Units: 700 Total: $
Page 51 of 110
Line: 3.64
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Handcuff Case. Mfg. Name:
Bianchi. Mfg. Style No. 7900-22297. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.65
Number of Units: 500 Total: $
Description.: POLICE UNIFORMS - DUTY GEAR: Nylon Duty Belt Ergo Tek. Mfg. Name:
Bianchi. Mfg. Style No. 7200-BKNW. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.66
Number of Units: 700 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Gun Belt w/ Easy Slide Buckle.
Nickel or Brass Hardware. Size: All. Mfg. Name: G&G, Style H49FL. NO SUBSTITUTION
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.67
Number. of Units: 100 Total: $
Description: POLICE UNIFORMS DUTY GEAR: Nylon Duty High -Rise Holster. Mfg. Name:
Safariland. Mfg. Style No. 6280. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Number of Units: 500 Total: $
Page 52 of 110
Line: 3.68
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Magazine Pouch: Single. Mfg. Name:
Bianchi. Mfg. Style No. 7303-18201. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.69
Number of Units: 700 Total: $
Description; POLICE UNIFORMS - DUTY GEAR: High Gloss Double -Column Magazine Pouch,
Black. Mfg. Name: Bianchi. Mfg. Style No. 7902-22300or snap brass/chrome. NO
SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.70
Number of Units: 350 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Keepers, Set of 4. Mfg. Name: Bianchi.
Mfg. Style No. 7406-15635. NO SUBSTITUTION..
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.71
Number of Units: 700 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Handcuff Case. Mfg. Name: Bianchi.
Mfg. Style No. 7300-18190..NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Number of Units: 500 Total: $
Page 53 of 110
Line: 3.72
Description: POLICE UNIFORMS - DUTY GEAR: Nylon PR24 Baton Holder. Mfg. Name:
Bianchi. Mfg. Style No. 6404-14414. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.73
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Tactical Baton Holder. Mfg. Name:
Bianchi. Mfg. Style No. 7312-24016. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.74
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Glove Holder. Mfg. Name: Bianchi.
Mfg. Style No. 7315-18481. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.75
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Radio Holder, Motorola Astro x3000.
Mfg. Name: Bianchi. Mfg. Style No.7323-22703. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Page 54 of 110
Unit Price: $
Line: 3.76
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Radio Case, Motorola Astro
x3000. Mfg. Name: Bianchi. Mfg. Style No, 7923-22706. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.77
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Under Belt. Mfg. Name: Bianchi. Mfg.
Style No. 7205-BKNW. NO SUBSTITUTION,
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.78
Number of Units: 550 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Nylon Mace Holder. Mfg. Name: Bianchi.
Mfg. Style No. 7307-23263. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.79
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: High Gloss Mace Holder. Mfg. Name:
Bianchi. Mfg. Style No.7907-23266. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Page 55 of 110
Unit Price: $
Line: 3.80
Number of Units: 500 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Motorcycle Hi -hide Duty Holster Swivel
High Gloss. Mfg. Name: Gould and Goodrich. Mfg. Style No. NGR. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.81
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Web Belt Recruit Black 1 1/4" wide woven of
100% nylon material with Solid Brass Buckle. Mfg. Name: PM Belt Company. Mfg. Style No.
60W.:NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.82
Number of Units: 100 Total: $
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 SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.83
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Assault Holster Left, Right, SWAT. Mfg.
Name: Omega. Mfg. Style No. 40QD02BK. NO SUBSTITUTION.
Page 56 of 110
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.84
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: CQB Emergency Rescue Belt, SWAT. Mfg.
Name; Black Hawk. Mfg. Style No. 41CQ01BKL. Sizes 01-02-03. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.85
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: SLS Tactical Holster, SWAT. Mfg. Name:
Safari Land, Mfg. Style No. 6004-6. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.86
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Baton Holder. Mfg. G.G. #B560-21 NO
SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit :Price: $
Line: 3.87
Number of Units: 150 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Magazine Holder Double. Nylon. Mfg.
Bianchi #7302-18472 . NO SUBSTITUTION.
Page 57 of 110
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.88
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Shoulder Holster. Black. Nylon. Mfg. Bianchi
#4620, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.89
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - DUTY GEAR: Ce11 Phone Holster. Black. Mfg. Desantis,
Mfg. Style No. N89. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.90
Number of Units: 150 Total: $
Description: Police Uniforms - FOOTWEAR: Danner Arcadia Boot, SWAT. Mfg. Name: Danner.
Mfg. Style No: 69210. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.91
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Deck Boots, White Nonskid sole. Mfg. Name:
Cordova, Cordova. Mfg. Style No. BB16. OR AS APPROVED EQUAL.
Page 58 of 110
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.92
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's/Women's SOCKS.Tactical Recon, Mfg.
Name: 5.11. Mfg. Style No: 10010. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.93
Number of Units: 200 Total: $
Description: Police Uniforms - FOOTWEAR: Men's Shoes, Dress. Mfg. Name: Thorogood, Mfg.
Style No: 8316803. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.94
Number of Units: 300 Total: $
Description: Police Uniforms - FOOTWEAR: Women's Shoes, Dress. Mfg. Name: Thorogood,
Mfg. Style No. 5316103. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.95
Number of Units: 100 Total: $
Description.: Police Uniforms FOOTWEAR: Men's Shoes, Dress. Mfg. Name: Bates. Mfg. Style
Page 59 of 110
No: 942. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.96
Number of Units: 300 Total: $
Description: Police Uniforms - FOOTWEAR: Women's Shoes, Dress. Mfg. Name: Bates, Mfg.
Style No. 742-BS. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.97
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's Shoes, Dress, Honor Guard. Mfg. Name:
Bates, Mfg. Style No. #07-BS. NO SUBSTITUTIONS.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.98
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Athletic Uniform Sneaker Color: Black, Mfr:
Under Armor Brand : Item # 0840942- NO SUBSTITUTIONS.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.99
Number of Units: 100 Total: $
Page 60 of 110
Description: Police Uniforms FOOTWEAR: Bid Item # 3.105. Athletic Uniform Sneaker. Mfg.
Name: Under Armor. Mfg. Style No: 1236890. Color Code 001 NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.100
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's/Women's Safety Shoe, High. Mfg. Name:
Thorogood. Mfg. Style No: 8046191. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.101
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's, Sneaker Uniform Shoe. Mfg. Name:
Thorogood. Mfg. Style No: 8346333. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.102
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Women's Sneaker Uniform Shoe. Mfg. Thorogood,
Mfg. Style No. 5346333. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.103
Number of Units: 100 Total: $
Page 61 of 110
Description: Police Uniforms -FOOTWEAR: MENS OR WOMENS 6" BOOTS: Magnum
5480-HT, 5.11 12002-019,Thorogood 834-6526,Thorogood 834-6290,Bates 2262-BS-2762-BS,
Altama 3466-A, Rebok R8678 (Male Only). NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.104
Number of Units: 900 Total: $
Description: Police Uniforms - FOOTWEAR: Men's Low Top Shoe, Mfg. Name: Thorogood, Mfg.
Style No: 8346180. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.105
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Women's Low Top Shoe. Mfg. Name: Thorogood,
Mfg. Style No. 5346180. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.106
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's Safety Toe Shoe, 6" side zip. Mfg. Name:
Bates, Mfg. Style No. 2264. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 100 Total: $
Page 62 of 110
Line: 3.107
Description: Police Uniforms - FOOTWEAR: Women's Safety Shoe, 6" side zip. Mfg. Name:
Bates, Mfg. Style No. 2263. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.108
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Safety Toe Boot, 8" waterproof (Mounted). Mfg.
Name: Bates, Mfg. Style No. 2268. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.109
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Men's Low top Shoe. Mfg. Name: Bates, Mfg. Style
No. 3204 . NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.110
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Women's Low Top Shoe. Mfg. Name: Bates, Mfg.
Style No.3204. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Number of Units: 100 Total: $
Page 63 of 110
Line: 3.111
Description: Police Uniforms FOOTWEAR: Men's/Women's Chukka Boots (Staff High Top).
Black, Hi -Gloss. Mfg. Thorogood, Style 831-6114; Mfg. Name: Bates. NO SUBSTITUTION
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.112
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Thorogood: NEOS Voyager, (Enforcement). Mfg.
Name: Thorogood, Mfg. Style No: 200. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.113
Number of Units: 100 Total: $
Description: Police Uniforms - FOOTWEAR: Mens ASV Athletic Boat Shoe, All Sizes, Color:
Gray/Blue, Manufacturer: Sperry Top -Sider, Mfr Style #0308015. NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.114
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Felt Campaign Hat w/Badge Eyelet, Color:
Navy. Mfr: Stratton, Mfr. Style No. F40-NB). NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Number of Units: 100 Total: $
Page 64 of 110
Line: 3.115
Description: POLICE UNIFORMS - ACCESSORIES: Leather 3-Piece Campaing Hat
Chin -Strap, Color: Black. Mfr: Stratton, Mfr. Style No. 3PLS. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.116
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Mylar Hat Cord w/Acorns, Gold. Mfr:
Stratton Corporation, Mfr. Item # ACCORN-GOLD. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.117
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Mylar Hat Cord w/Acorns, Gold. Mfr:
Stratton Corporation, Mfr. Item # ACCORN-SILVER. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.118
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: White Polo Vest Carrier, Manufacturer:
Mocean, Style # 0568, NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Number of Units: 150 Total: $
Page 65 of 110
Line: 3.119
Description: POLICE UNIFORMS - ACCESSORIES: Shirt Vest Carrier MFG: Fechheimer
Model # 67V7886 Shade 5660-2839 LAPD Navy. NO B238. NO SUBSTITUTION.
Category: 20100-00
Unit of Measure: Each
Unit Price: $
Line: 3.120
Number of Units: 300 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Lightweight Jacket Reversible with Hood
includes silkscreenblack letters by Detail. OR APPROVED EQUAL Mfg. Name: Blauer. Mfg.
Style No. FJ 6001-52 / Dark Navy Sworn.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.121
Number of Units: 450 Total: $
Description: POLICE UNIFORMS - FOOTWEAR: Bid Item # 3.128 - Crossfit Shoe, 5.11
RECON Trainer, Style # 16001, Color Black (019), All Sizes, NO SUBSTITUTION.
Category: 80000-00
Unit of Measure: Pair
Unit Price: $
Line: 3.122
Number of Units: 300 Total: $
Description: POLICE UNIFFORMS - SUPPLEMENTAL: T-Shirt, UA Tech SS Navy w/ MPD
Logo, Mfg. Name: Under Armour. Mfg. Style No.1228539. NO SUBSTITUTION
Category: 20070-87
Unit of Measure: Each
Page 66 of 110
Unit Price: $
Line: 3.123
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: T-Shirt, UA Women's Locker Shirt SS
Navy w/ MPD Logo, Mfg. Name: Under Armour. Mfg. Style No.1268481. NO SUBSTITUTION
Category: 20070-87
Unit of Measure: Each
Unit Price: $
Line: 3.124
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SU.PPLEMENTAL: Shorts, Men's UA Micro Team 10" Navy
w/ MPD Logo, Mfg. Name: Under Armour. Mfg. Style No.1238430. NO SUBSTITUTION.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Line: 3.125
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: Shorts, Women's UA Alpha Mesh
Relaxed Navy w/ MPD Logo, Mfg. Name: Under Armour. Mfg. Style No.1265169. NO
SUBSTITUTION.
Category: 20044-00
Unit of Measure: Each
Unit Price: $
Line: 3.126
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: DUTY GEAR, Quick Release Tactical
Thigh Holster, Mfg. Name: Safariland. Mfg. Style No.6005 SLS. NO SUBSTITUTION.
Page 67 of 110
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 3.127
Number of Units: 200 Total: $
Description: POLICE UNIFORMS - STAFF, CIVILIAN CLOTHING: Clivilian Duty Jacket
Daek Navy. AS OR APPROVED EQUAL MFG.Name:Spiewak. Mfg. Style No. S3616.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.128
Number of Units: 100 Total: $
Description: POILCE UNIFORMS - OUTERWEAR: Duty Jacket Dark Navy, AS OR
APPROVED EQUAL Mfg. Name Spiewak, Mfg. Style No. SH3466.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.129
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - OUTERWEAR: Reversable Duty Jacket Dark Navy/Yellow
MIAMI POLICE on yellow side), AS OR APPROVED EQUAL Mfg. Name Spiewak Mfg. Syyle
No. S315V.
Category: 20016-00
Unit of Measure: Each
Unit Price: $
Line: 3.130
Number of Units: 100 Total: $
Description: POLICE UNIFORMS - ACCESSORIES: Public Safety Vest Yellow/Black (MIAMI
POLICE on front & back), AS OR. APPROVED EQUAL Mfg. Name Spiewak Mfg. Style No.
Page 68 of 110
S912.
Category: 34592-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Line: 3.131
Description: POLICE UNIFORMS - FOOTWEAR: Pursuit Oxford (Patent Leather) AS OR
APPROVED EQUAL Mfg. 5.11 Mfg Style No. 12143.
Category: 80000-00
Unit of Measure: Each
Unit Price: $
Line: 4
Number of Units: 100 Total: $
Description: GROUP 4 POLICE UNIFORMS - SUPPLEMENTAL - BODY ARMOR NO
SUBSTITUTION.
Line: 4.1
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR, Alpha Elite II Mfg.
Name: Point Blank. Mfg. Style No. 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.2
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR, Mfg. Name: Point
Blank. Mfg. Style No GNX Level II, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Number of Units: 50 Total: $
Page 69 of 110
Line: 4.3
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No GNX Level IIIA, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.4
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No Trufit Alpha Elite Level II, NIJ 0101.06. NO SUBSTTTUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.5
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No Trufit GNX Series Elite Level II, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.6
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No Trufit GNX Series Elite Level III, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Page 70 of 110
Unit Price: $
Line: 4.7
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR. Mfg. Name: Point
Blank. Mfg. Style No Python Flat Female Alpha Elite Level II, NIJ 0101.06. NO
SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.8
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No. Trilhouette DXF-1 Series Level II, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.9
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No. Trilhouette GNX Series Level II, NIJ 0101.06, NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.10
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR. Mfg. Name: Point
Blank. Mfg. Style No. Python Alpha Elite AXII Level II, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Page 71 of 110
Unit of Measure: Each
Unit Price: $
Line: 4.11
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No. Python GNXII Level II, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.12
Number of Units: 50 Total: $
Description: POLICE UNIFORMS SUPPLEMENTAL: BODY ARMOR Mfg. Name: Point
Blank. Mfg. Style No. Python GNX Level IIIA, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.13
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: GH
Armor Systems. Mfg. Style No. Level II Lite X, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.14
Number of Units: 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: GH
Armor Systems. Mfg. Style No. Level IIIA Lite X, NIJ 0101.06. NO SUBSTITUTION.
Page 72 of 110
Category: 68008-00
Unit of Measure: Each
Unit Price: $
Line: 4.15
Number of Units 50 Total: $
Description: POLICE UNIFORMS - SUPPLEMENTAL: BODY ARMOR Mfg. Name: GH
Armor Systems. Mfg. Style No. Level II Helix, NIJ 0101.06. NO SUBSTITUTION.
Category: 68008-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Page 73 of 110
486326,3
Table of Contents
Terms and Conditions 75
1. General Conditions 75
1.1. GENERAL TERMS AND CONDITIONS 75
2. Special Conditions 95
2.1. PURPOSE 95
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 95
2.3. TERM OF CONTRACT 95
2.4, CONDITIONS FOR RENEWAL 95
2.5, EQUITABLE ADJUSTMENT 95
2.6, NON -APPROPRIATION OF FUNDS 95
2.7, METHOD OF AWARD 96
2,8. BIDDER'S MINIMUM QUALIFICATIONS 96
2.9. MEASURING AND/OR TAILORING SERVICES 97
2.10, DELIVERY REQUIREMENTS 97
2.11, CONTRACT ADMINISTRATOR 98
2.12. ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/SUPPLIERS 98
2.13. EQUAL PRODUCT 99
2.14. SAMPLES 99
2.15. TESTING, INSPECTION AND ACCEPTANCE OF SAIVIPLE 100
2.16. NO SUBSTITUTION 100
2.17. INSURANCE REQUIREMENTS 100
2.18. METHOD OF PAYMENT 102
2.19. ORDERING METHOD 102
2.20. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY 102
2.21. PRE-BID/PRE-PROPOSAL CONFERENCE 103
2.22. TIE BIDS 103
2.23. PERFORMANCE BOND 103
2.24. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 104
2.25. LIMITED WARRANTY 104
2.26. QUALITY AND MANUFACTURE 104
2.27. PRODUCT/CATALOG INFORMATION 104
2.28. QUALITY AND SIZE STANDARDS 105
2,29. PRODUCT SUBSTITUTES 105
2.30. BALANCE OF LINE 105
2.31. REFERENCES 105
2.32. EMERGENCY ORDERS 105
2.33. STOCK PRODUCT 106
2.34, SPECIFICATION EXCEPTIONS 106
2.35. TERMINATION 106
2,36. ADDITIONAL TERMS AND CONDITIONS 106
2.37. PRIMARY CLIENT (FIRST PRIORITY) 107
3. Specifications 108
3.1. SPECIFICATIONS/SCOPE OF WORK 108
Page 74 of 110
486326,3
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 shallbe 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 andrequest 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 andmake 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 WILL NOT BE CONSIDERED.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of
the resulting 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,
each party shall bear their ownattorney'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
Page 75 of 110
486326,3
the books, documents, papers and records pertinent to the Contract for 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 actiontaken 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 departments 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 termshall 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
Page 76 of 110
486326,3
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 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.
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 shouldbe 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
Page 77 of 110
486326,3
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 occurredand 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 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. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
I. City Procurement Ordinance City Code Section 18, Article III.
J. Conflict of Interest, City Code Section 2-611;61.
K. Cone of Silence, City Code Section 18-74.
L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
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 1FB 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:
Page 78 of 110
486326,3
oral communications with the City purchasing staff, 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-bidconferences, oral
presentations before selection/evaluation committees, contract negotiations during any duly noticedpublic 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 may be in the
form of e-mail, with a copy to the Office of the City Clerk.
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. Please 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 shallhave 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.
A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may
be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for
himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of
the general public and gained by reason of his/her/its position, except for information relating exclusively to
governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person
or business entity.
B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the
City or any person or agency acting for the City, and has not appeared in representation of any third party before any
board, commission or agency of the City within the past two years. Bidder/Proposer further' warrants that he/she/it
is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission;
(ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City.
C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional
services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law.
Page 79 of 110
486326,3
Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on
Ethics.
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
Bidder(s)/Proposer(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-1.07)
(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 perfoiut 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.
(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) Foundin 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
Page 80 of 110
486326,3
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 o 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 willbe 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
Page 81 of 110
486326,3
to comply with these requirements may deem a Response 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 acceptedfrom successful Bidder(s)/Proposer(s)
during the term of the contract. Such discounts shall remain in effect for a minirnum 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 ;
Page 82 of 110
486326,3
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
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 andintegrity; 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 frilly 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. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that
Page 83 of 110
486326,3
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 minimumwage 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.
1.39. 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.
1.40. 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.
1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) - 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 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.
1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers,
Page 84 of 110
486326,3
agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable
attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of
Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify,
hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions,
statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that
the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this
Contract. In the event that any action or proceeding is brought against City by reasonof any such claim or demand,
Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory
to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or
otherwise provided. by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate,
supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against City whether
perfotured by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06
and/or §725,08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City.
The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may
result from any actions or omissions of the Contractor in which the City participated either through review or
concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or
other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or
Sub -Contractor, under this Agreement.
1.43. FORMATION 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.
1.44. 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.
1.45. 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 30 days
after bidclosing, 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.
1.46. 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
Page 85 of 110
486326,3
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 shallbe
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.
1.47. 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).
1.48. LOCAL PREFERENCE
A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid
price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as
defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, thenthat
non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to
submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local
bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and
final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award
shall be made to the local bidder."
B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable
professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer,
include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in
Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local
office will be specifically defined in. the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply.
1.49. 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.
1.50. 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 inwriting 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.
1.51. 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.
Page 86 of 110
486326,3
1.52. 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 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.
1.53. 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..54. 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.
1.55. 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.
1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture
will be considered in response to this Formal Solicitation.
1.57. 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.
1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or
Page 87 of 110
486326,3
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.
1.59. 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.
1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
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.
1.61. 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.
1.62. 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 all quality requirements.
Page 88 of 110
486326,3
1.63. 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.
1.64. 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 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.
1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property
furnished 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.
1.66. 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.
1.67. 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.
1.68. 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 shall additionally comply with the provisions of
Section 119.0701, Florida Statutes, entitled "Contracts; public records". 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.
Page 89 of 110
486326,3
1.69. 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.
1.70. 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.
1.71. 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.
1.72. 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
Commissionmust 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
witha notice of such party's right to seek judicialrelief, provided that the protesting party shall not be entitled to
such judicial relief without first having followed the procedure set forth in this section.
1.73. 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 general circulation. A notice of intent
to file a protest is considered filed whenreceived by the Chief Procurement Officer.
2. Protest of Award.
i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after
Page 90 of 110
486326,3
receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be
posted on the City of Miami Purchasing Department website, in. the Supplier Comer, Current Solicitations and
Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by
selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and
Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the
Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the
responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to
receive the notice; or
il. 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 consideredfiled when
received by the Chief Procurement Officer.
ill. 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 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 party'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 writtenprotest filed pursuant to the requirements of this
section, the city shall not proceed farther with the solicitation or withthe 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
Page 91 of 110
486326,3
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.
1.74. 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.
1.75. 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.
1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define allwarranty, 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.
1.77. 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 find 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.
1.78. 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 shallbe 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 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.
Page 92 of 110
486326,3
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US 1 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: US1 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.
1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government.
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,
1.80. 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.
1,81. 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
Page 93 of 110
486326,3
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.
1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this 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.
1.83. 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.
1.84.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.
1.85. 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.
1.86. 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.
1.87. 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 statedon their Response, it will be assumed that the product fully complies with the City's specifications.
Page 94 of 1:10
486326,3
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Police Uniforms and Accessories, as specified herein,
from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and
stipulations of the solicitation.
2.2. 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: Richard McLaren, C.P.M.; fax: (305) 400-5104 or email: rmclaren@miamigov.com.
miamigov.com.
The solicitation title and number shall be referenced on all correspondence. All questions must be received no later
than Tuesday July 14, 2015 at 5 PM. 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.
2.3. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the
option to extend for two (2) additional two (2) years 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.
2.4. 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
2.5. EQUITABLE ADJUSTMENT
The Procurement 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 selected
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. Selected bidder(s) might have
to supply documentation to justify any requested percentage increase in cost to the City of Miami.
2.6. NON -APPROPRIATION OF FUNDS
Page 95 of 110
486326,3
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).
2.7. METHOD OF AWARD
Award of this contract will be made to one or multiple lowest responsive and responsible bidder(s). The City may
award a contract to a Primary, Secondary and Tertiary Bidder. A Bidder can bid on either of the following
scenarios: 1) All items in Groups 1, 2 and 3, no exceptions; 2) All items in Group 4 only; or 3) Bidder can bid on
all Groups (1, 2, 3 and 4). See below for details on the specific groups. In order to be considered for award, Bidders
must bid on all items withinthe group(s) as specified in the scenarios above,
Group 1: Pants and Shirts (Line Item Nos 1.1 through 1.23. (No Substitutions)
Group 2: Supplemental, Honor Guard, Civilian, Career, Emblems/Insignias/Patches (Line Item Nos 2.1 through
2.63. (Equal Items Accepted)
Group 3: Supplemental, Outerwear, Accessories, Duty Gear, Footwear (Line Item Nos 3.1 through 3.31. (No
Substitutions)
Group 4: Supplemental, Body Armor (Line Item Nos 4,1 through 4.15. (No Substitutions)
Notes: A) If bidding on scenario No. 1, Bidder must bid on all items in Groups 1, 2 and. 3, or the bid may be
deemed non -responsive. B) If bidding on scenario No. 2, Bidder must bid on all items in Group 4, or the bid may be
deemed non -responsive. C) If bidding on scenario No. 3, Bidder must bid on all items in Groups 1, 2, 3, and 4, or
the bid may be deemed non -responsive.
2.8. BIDDER'S 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 Bidfor at least three (3) consecutive 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;
(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 96 of 110
486326,3
(4) Be a Manufacturer OR Manufacturer/Distributor Authorized Reseller/ Dealer of the items specified in this
Invitation for Bid;
(5) Within fifteen. (15) calendar days after receipt of Notice of Award, have either a Store Front Facility located
within the jurisdictional limits of the City of Miami or provide an onsite staff member at the office provided by the
Police Department, who is ready to deliver uniform garments, provide tailoring services, have personnel try on
uniform garments to ensure proper fit, and perform on -site alterations as needed.
2.9. MEASURING AND/OR TAILORING SERVICES
A) Bidders willnot be eligible for award unless they provide the services of a fully licensed tailor to take
measurements, fit, and perform alterations as required for all garments during the term of the contract. Additionally,
they should have a Brannock Device or some other shoe fitting device to precisely measure feet for the shoes. These
services shall be available either at a store -front location within the City limits or the Selected Bidder(s) will provide
onsite staff at a roomdesignated by the Police Department for this purpose (Minimum of 16 hours/week, more hours
as needed to meet demand). Police will provide 72 hours notice when additional hours are required;
B) Bidder's facility shall have adequate dressing rooms. Fit line shall be available to allow officers to try on
garments, shoes and body armor to insure proper fit. Tailor shall be fully equipped take all measurements including
shoe sizes and be able to make emergency alterations as required by the City during normal hours of operation.
C) Alterations can be made at the local facility or at a centralized location.
D) Bidders shall indicate in the Bid Response number of calendar days required to deliver correctly altered garments
after the taking of measurements and processing the order.
E) Tailoring Procedure:
1. The Selected Bidder(s) shall make arrangements to begin taking measurements immediately upon Notice of
Award.
2. Alternations shall be performed within the time stipulated in the Bidder(s) response, and shall notify the Contract
Administrator upon completion.
3. It is the selected Bidder's responsibility to insure that all uniforms fit properly and to the acceptance of the
individual officer,
2.10. DELIVERYY REQUIREMENTS
A) Point: Delivery of the items shall be made to individuals either at the selected. Bidder(s) facility, or to the Police
Department Central. Headquarters or Substations, as may be required. The selected Bidder(s) shall notify the Police
Property Unit Quartermaster (Contract Administrator) and requesting officer when the items are ready for pick-up or
Page 97 of 110
486326,3
delivery. The selected Bidder(s) 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 selected Bidder(s) shall be responsible for dating the item request with the date of measurement
and shall indicate whether alterations are required. The selected Bidder(s) shall further ensure that invoices are
signed and dated by the individual officer upon final receipt of items. Invoices shall be submitted in duplicate to the
Police Department. Police Department identification will be required for items picked up.
D) Delays - Date of delivery or pick up may be extended for a specific period of time when the delay is the result of
a natural disaster, war, civil commotion, strike or any other condition beyond the control of the selected Bidder(s),
provided that written notice (via email) and verbal notice (via the telephone) is provided to the Contract
Administrator immediately upon knowledge of the delay. The written and verbal notice shall include the estimated
delivery time and the reason for the delivery delay. Written approval of the delay must be provided by the Contract
Administrator to the selected Bidder(s).
E) Liquidated damages - Selected Bidder(s) shall provide all items at the guaranteed delivery time specified by the
selected Bidder(s) in its bid response. If the selected Bidder(s) fails to deliver within the specified delivery time, it is
understood that $150.00 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 Selected Bidder will not sell or distribute any item(s) with The City of Miami
name or logo thereon to the general public.
The City of Miami fully intends to enforce liquidated damages for noncompliance of any portion of these
specifications or delivery/pick-up requirements. Prospective Bidders should carefully consider all terms before
submitting their bid.
2.11. CONTRACT ADMINISTRATOR
Upon award, selected Bidder(s) shall report and work directly with David Evans, Police Property
Manager/Quartermaster, who shall be designated as the Contract Administrator.
2.12. ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/SUPPLIERS
Page 98 of 110
486326,3
Although this Solicitation identifies specific facilities/products to be serviced, it is hereby agreed and understood
that any facilities/products/suppliers may be added/deleted to/from this contract at the option of the City. When an
additional product to the contract is required, the suppliers shall be invited to submit price quotes for these new
product(s). If prices are not competitive or not carried, the City maintains the right to add additional suppliers to the
contract to carry those items required. If these quotes are comparable withmarket prices offered for similar
facilities/products/suppliers, they shall be added to the contract, whichever is in the best interest of the City, and an
addendum and a separate purchase order shall be issued by the City.
2.13. 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 foundto be equal in quality, standards of
performance, design, etc. to item specified, unless otherwise indicated.
Where equal is proposed, bidmust be accompanied by complete sets of necessary data (i.e. factory
information sheets, specifications, brochures, pictures, etc.) in order for the City to evaluate and determine
the equality of the item(s) bid. The City shall be the sole judge of equality and its decision shall be final.
Bidder's are not required to submit uniform samples at time of bid.
submittal. Instead, the City will notify Prospective Bidder (s) in writing, after the bid closing date and time,
should samples of equal items be needed. Samples shall be submitted no later than seven (7) calendar days
after a formal request is made by the City.
NOTE: Items(s) that are not deemed as "Approved Equal" by the City, may cause the bidder's response to be
deemed non -responsive.
2.14. SAMPLES
Samples, as stipulated herein, are to be submitted at the time indicated herein. Failure to meet any of the submission
requirements for samples may deem your bid non -responsive. Please note that a sample shall not be required for any
item that represents the manufacturer and brand name specified in the bid.
Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name
and brand name, style number, and its corresponding item number from the Lines section of the Invitation. for
Bid. Two (2) samples of each item shall be submitted. After the City has completed its evaluation, the Selected
Bidder(s) will receive back one of the samples submitted for each item. The sample item returned shall become the
Bidder's reference standard from which all ordered garments would be made. The second sample willbe maintained
by the Police Department who will periodically audit the ordered garments to ensure compliance with the sample on
record and for specifications and requirements compliance as listed within the contract.
If the selected Bidder(s) fails to submit the "equal item" samples, properly labeled, the City may deem the
bidder non -responsive.
Page 99 of 110
486326,3
Selected Bidder(s) shall also submit comparable samples of Sleeve Emblems/City Patch that indicate quality, style
and design as required. (The City shall further require actual samples of this item from the selected Bidder(s) after
award, and production is subject to the approval and acceptance of the City.)
2.15. TESTING, INSPECTION AND ACCEPTANCE OF SAMPLE
Samples submitted by bidders willbe compared for tailoring, styling, construction, materials, andcomponents 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 selected Bidder(s) risk.
2.16. 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.
2.17. INSURANCE REQUIREMENTS
INDEMNIFICATION
Selected Bidder(s) shall pay on behalf of, indemnify and save City and its officials harmless, from and against any
and all claims, liabilities, losses, and causes of action, which may arise out of selected Bidder(s) performance under
the provisions of the contract, including all acts or omissions to act on the part of selected Bidder(s), including any
person performing under this Contract for or on selected Bidder(s) behalf, provided that any such claims, liabilities,
losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and
against any orders, judgments or decrees which may be entered and which may result from this Contract, unless
attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and
liabilities incurred in the defense of any such claim, or the investigation thereof.
The bidder shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami,
Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the
requirements as outlined below:
(1) Commercial General Liability
A. Limits of Liability: (Primacy and Non -Contributory)
Bodily Injury and Property Damage Liability, Each Occurrence: $1,000,000
General Aggregate Limit: $2,000,000
Personal and Adv. Injury: $ 1,000,000
Products/Completed Operations: $1,000,000
B. Endorsements Required:
City of Miami listed as additional insured
Page 100of110
486326,3
Employees included as insured
Contingent and Contractual Liability
(2) Business Automobile Liability
A. Limits of Liability:
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto
Including Hired, Borrowed or Non -Owned Autos
Any One Accident: $1,000,000
B. Endorsements Required:
City of Miami included as an Additional insured.
(3) Worker's Compensation
A. Limits of Liability
Statutory -State of Florida
Waiver of Subrogation
Employer's Liability
A. Limits of Liability
Bodily injury caused by an accident, each accident: $100,000
Bodily injury caused by disease, each employee: $100,000
Bodily injury caused by disease, policy limit: $500,000
The above policies shall be provided to the City of Miami with written notice of cancellation or material
change from the insurer in accordance to policy provisions.
BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals,
which most nearly reflect the operations of the bidder.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the
State of Florida, with the following qualifications:
The Company must be rated no less than "A-" as to management, and no less than "Class V" as to financial strength,
by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Ol.dwick, New Jersey, or its
equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management
prior to insurance approval.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this
section or under any other section of this Agreement.
--If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for
Page 101 of 110
486326,3
submitting new or renewed insurance certificates to the City at a minimum of ten (1:0) calendar days in advance of
such expiration.
--In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual
period, the City shall:
(1) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner
prescribed in the Invitation To Bid.
(2) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the
Bidder in conjunction with the General and Special Terms and Conditions of the Bid.
The selected Bidder(s) shall be responsible for assuring that the insurance certificates required in conjunction with
this section remain in force for the duration of the contractual period; including any and all option terms that may be
granted to the selected Bidder(s).
2.18. METHOD OF PAYMENT
Payment willbe made upon receipt and acceptance of goods ordered via a Blanket Agreement Release (i.e.
"Purchase Order"). No down or partial down payments will be made.
2.19. ORDERING METHOD
1. All orders/requests for items covered under this contract will require the issuance of a Blanket Agreement
Release (i.e. "Purchase Order") prior to delivery. Items ordered and delivered without the prior issuance of Blanket
Agreement Release shall be considered UNAUTHORIZED, in accordance with General Terms and Conditions
Section 1.85 of the IFB.
2. The City of Miami is looking toward streamlining the ordering process, therefore the selected Bidder(s) shall
provide the following ordering process:
a. Selected Bidder(s) must be able to provide a web based ordering system for the purchase of Police uniforms;
b. The website must have a mobile version (app) available;
c. When an order is placed by the officer, the appropriate quartermaster must approve the order throughthe
website prior to the order progressing through each chain. Once the final approval is made, the order is released
immediately into the vendor's system for processing.
d. The website must have the capability to perform the following functions, but not limited to:
1. To fully customize uniforms according to job classification or rank. Custom options such as hemming,
specific name embroidery, and sleeve length must be available;
2. Must possess the capability to generate on demand reports such as itemized sales reports and global
approval history reports;
3. Must have the capability for each employee to track and view their order history and for
administrators to track and view all order history;
4. Must possess an inventory management system that allows the Miami Police Department the ability to
manage current inventory levels of items purchased from the selected Bidder(s);
5. System must be able interact with City of Miami's Oracle system via punch out.
2.20. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY
Page 102 of 110
486326,3
The selected Bidder(s) shall enclose a complete packing slip or delivery ticket with any items to be delivered in
conjunction with this bid solicitation. The packing slip/delivery ticket shall be attached to the shipping carton(s) or
uniform garments and shall be made available to the City's Contract Administrator during delivery. The packing slip
or delivery ticket shall include, at a minimum, the following information: name of employee(s) receiving uniform
garments, purchase order number; date of order; a complete listing of items being delivered; and backorder
quantities and estimated delivery of back -orders, if applicable.
2,2L PRE-BID/PRE-PROPOSAL CONFERENCE
None
2.22, 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 engagedin providing the commodities or contractual services that are under Bid a copy of
the statement specified in subsection (1),
(4) Inthe 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.
2.23. PERFORMANCE BOND
Within ten (10) working days following notice of award by the City, the selected Bidder(s) shall furnish to the City
of Miami, Procurement Depau twent, a Performance Bond in the totalamount of $250,000 (At no cost to the City for
the duration of the contract). The Performance Bond can be in the form of a Cashier's Check, made payable to the
City of Miami, a Bond writtenby 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
Page 103 of 110
486326,3
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 selected Bidder(s).
2.24. MATERIALS SHALL BE NEW AND WARRANTED .AGAINST DEFECTS
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 return such materials/products to the Bidder to replace the materials/products at the Bidder's expense.
2.25. 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 shallcarry a manufacturer's 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, nor the color fastness of fluorescent fabrics, nor
damage from chemicals, fire, misuse, accident or negligence.
2.26. QUALITY AND MANUFACTURE
The apparent silences of these specifications as to any details or the apparent omission from it ofa detailed
description concerning any point, shall be regarded as meaning that only materials and workmanship of first quality
are to be used. All interpretations of these specifications shall be made upon the basis of this statement.
Specifications, brands and manufacturers' names, where given, are to establish product type and quality required.
Any equal thereto will be considered, subject to the approvalof the City of Miami. Bidders shall indicate on the Bid
Sheets, the manufacturer, brand and model or style number they intend to supply to the City, for each item bid. All
materials shall be new, of current manufacture, and shall carry standard warranties. No substitutions shall be allowed
after the bid is awarded unless so authorized by the City.
2.27. PRODUCT/CATALOG INFORMATION
For items bid as "equal", bidders 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 Manufacturer Item Numbers,
Style Numbers, and/or Catalog Numbers shown in this bid are incorrect or obsolete, it is the responsibility of the
Page 104 of 110
486326,3
vendor to update or advise the City of this problem. The City will issue an addendum to correct and update the
numbers, when applicable. The Manufacturer Item Number, Style Number, and/or Catalog Number shown on the
bidder's response is the one the City will expect to receive.
2.28. QUALITY AND SIZE STANDARDS
The selected Bidder(s) shallprovide uniforms of USA sizes and quality equal to the samples submitted to and
accepted by the City. Any items not conforming to the samples submitted to andapprovedby 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 willbe grounds for default and
subsequent cancellation of contract.
2.29. PRODUCT SUBSTITUTES
In the event a particular approved and awarded manufacturer's product becomes unavailable during the term of the
Contract, the Contractor awarded that item may arrange with the authorized City representative, to supply a
substitute product at the bid price or lower, provided that a sample is approved beforehand and that the new product
meets or exceed all quality requirements. Contractor shall replace items purchased by the City which are of
unacceptable quality or which are determined by the using department unserviceable for any reasons. Items covered
by express warranty shall be governed by terms and conditions therein.
2.30. BALANCE OF LINE
While the City has listed all major items on the bid solicitation, which are utilized by the Police Department in
conjunction withits operations, there may be ancillary items that must be purchased by the City during the term of
this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the City
for items, which do not appear on this bid solicitation. This discount shall be offered for all items listed in nationally
established annual retail supply catalogs. The most recently published catalog shall serve as the basis for
establishing the retail price to be discounted. Bidders shall submit, within ten (10) days of the City's request, the
product catalog, published price list, or other verifiable pricing source(s) for the products they offer as the Balance
of Line.
2.31. REFERENCES
Each bidder must provide at least three (3) references in. the Header / Attributes / Certifications Section of the
Invitation for Bid, References must include the name of the agency/company, dates of contract, description of goods
supplied, a contact person, telephone number, and e-mail address. Failure to provide at least three (3) references
may deem bidder non -responsive.
2.32. EMERGENCY ORDERS
During the term of the contract the Police Department may require the Bidder, to issue uniform pants and shirts that
require alterations and any other necessary items within 8 to 24 hours.
Page 105 of 110
486326,3
2.33. STOCK PRODUCT
To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases,
bidders may be required to provide evidence in the form of catalogs, price lists, or similar written material that this
items bid are currently available on an "as needed" basis. The bid sample must be provided from current
manufacturer's stock of the specified style. The selected bidder(s) may be required to provide a full size run of try -on
garments within ten (10) days for agency approval, sizing of personnel, and for further evidence of in -stock
availability.
2.34. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Selected Bidder(s) shall notify the City of Miami
Procurement Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the
manufacturers' specifications which conflict withthe specifications. For hard copy bid submittals, selected Bidder(s)
must 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. For
electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose
a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission.
Additionally, selected Bidder(s) 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.
2.35. TERMINATION
A. FOR DEFAULT
The City reserves the right to terminate this contract upon ten (10) days written notice of default, in part or in whole,
or place the vendor on probation in the event that the selected Bidder fails to perform in accordance with the terms
and conditions contained herein. This may be done by the City without recourse or penalty to the City. The City
further reserves the right to suspend or debar the selected Bidder in accordance with the appropriate City ordinances,
resolutions and/or administrative/implementing orders. In the event of termination for default, the City may procure
the required goods and/or services from any source and use any method deerned in its best interest. All
re -procurement costs shall be borne by the selected Bidder(s)
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.
2.36. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included as part of your solicitation response shall be evaluated or considered,
Page 106 of 110
486326,3
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
solicitation. 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
Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that
the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this. If a Professional
Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this
solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or
conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered.
Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or
Agreement.
2.37. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary
client and shall be serviced first during a schedule conflict arising between this contract and any other contract
successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform similar services as a
result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency
impacting various areas during or approximately the same time.
Page 107 of 110
486326,3
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
The City of Miami seeks establish a contract, for Police Uniforms and Accessories as specified herein, from a
source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and
stipulations of the solicitation.
GROUP 1 (IFB Line Items 1.1 to 1..23)
All of the below listed specifications shall be adhered to and are applicable regardless of fabric type.
Non-compliance with these specifications may deem Bidder non -responsive:
• Bidder is 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) may disqualify
Bidder's response.
• All U.S. standard manufacturer sizes will be available. No additional charge for oversize is allowed.
• Sizing and color shall be consistent throughout the life of the contract.
• For Items 1.1 to 1.23, 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 sirnilar 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. - AS OR APPROVED EQUAL): 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: allmen'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 may disqualify Bidder's response.
• Fabric Weight: The 100% Texturized Tropical Polyester shirt must be of a weight between 9.5 to 10
ounce per linear yard. Pants shall be100% Gabardine Polyester weighing between 12 to 12.5 ounce per
linear yard.
GROUP 2 (Items 2.1 to 2.63)
• In general, for each item, Bidder is 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 may deem
Bidder non -responsive.
Page 108 of 110
486326,3
• 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, or a sample is required as listed for each of the items, then two
(2) samples of each item shall be submitted in accordance with the requirements and instructions stated
herein and in Special Conditions Section 2.13 and 2.14. Each sample must be labeled with the
corresponding IFB line 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 Medium, Jacket size
12 or equivalent.
The selected Bidder(s) 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 unelected Bidders, once the evaluation of bid responses is complete and
award of contract is made.
• Emblems, Insignias and Patches (by Florida Embroidery, Inc. - AS OR APPROVED EQUAL): Name
tapes, patches, chevrons, insignias, or sills 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, shallbe 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.
GROUP 3 (Items 3.1 to 3.131)
• Uniforms and Accessories: For these line items, the City shall only accept the specified manufacturer
name, brand name, style number and/or model number listed in the line item description.
• 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.
GROUP 4 (Items 4,1 to 4.15)
Body Armor (NO SUBSTITUTIONS)
Page 109 of 110
486326,3
• Point Blank vests will be complete with two (2) carriers, one soft trauma pack and one speed plate.
• Gator Hawk (GH) Armor Systems vests willbe complete with two (2) premium concealable carriers and.
one (1) 5" X 8" soft trauma plate.
Page 110 of 110
i