Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF �i�1AP�li, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: April 22, 2019 FILE: City Manager SUBJECT: Recommendation of Award for the Purchase of Badges, Wallets, and Insignias FROM: Annie Perez, CPPO, Director REFERENCES: Invitation for Bid ("IFB") Department of Procurement No. 1016381 ENCLOSURES: Bid Tabulation Email RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of IFB No. 1016381 to the following responsive and responsible Bidders, on a Primary, Secondary, Tertiary basis as follows: Primary, Lawmen's and Shooters' Supply, Inc., ("Lawmen's and Shooters' Supply"), Secondary, Oaks International Trading ('`Oaks International"), and Tertiary, Dana Safety Supply, Inc., ("Dana Safety Supply"), for the purchase of badges, wallets and insignias, on an as needed basis. The awarded vendors, contract terms, and amounts are shown below. IFB No./Title: IFB No. 1016381 Purchase of Badges, Wallets, and Insignias Contract Amount: $ 54,102.96 Annually (Approximately $270,514.80 in the aggregate) Contract Term: Initial term for a period of three (3) years, with the option to renew for two (2) additional one (1) year periods Recommended Vendor: Lawmen's and Shooters' Supply, Inc., (Primary), Oaks International Trading, (Secondary), and Dana Safety Supply, Inc., (Tertiary) BACKGROUND: On February 25, 2019, Procurement issued IFB No. 1016381, Purchase of Badges, Wallets, and Insignias, under full and open competition. On March 19, 2019, at bid closing five (5) bids were received. During the process of evaluating the bids, it was found that one line item was discontinued by the manufacturer. Procurement conducted due diligence to verify and confirm that the manufacturer had indeed discontinued said item. Therefore, it was determined that Line Item No. 47 will not be awarded. The remaining line items of the bids were evaluated and tabulated following the guidelines published in the bid. Lawmen's and Shooters' Supply, Inc., Oaks International Trading, and Dana Safety Supply, Inc. were the lowest responsive and responsible Bidders. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. ,� i / /% / f j� .,� % Approved) ! /.�, ! �" :r �-^ Date: ii �i ` Em6T. Gonzalez, Ph`.D., City Manager 7 PR 19126 c: Joseph F. Napoli, Deputy City Manager Fernando Casamayor, Assistant City Manager, Chief of Operations Adele Valencia, Director, Department of Code Compliance Joseph F. Zahralban, Chief, City of Miami Fire -Rescue Jorge R. Colina, Chief, City of Miami Police Department Yadissa A. Calderon, CPPB, Assistant Director, Department of Procurement PR19126 Page 2 of 2 TABULATION OF BIDS IFI3 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and Supply Inc- Extended Amount Oaks International Trading Dana Safety Unit Price Supply, Inc. Extended Amount Global Trading, Inc. GT Distributors, Inc. Item Description Est. Qty UOM Unit Price Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount 1 Hwlun- B,nanrRonho. Kai al Klad/Sulal Shock, Manolacluini - V H Blackn)lun, Slyly 853/, NO SUBS.' I rU IION 10 Each $9725 $9/250 $I0800 51,US000 $10585 $1.05850 $9380 $u3800 $10H/3 $1,118/30 2 /Won - Blnaa1•0Illuu1, Rlahlo,ni(Sulld Slluck, Mmiulauluim - V H Blaukuaun, Slyly 853/, NO SUBSTITU1 ION 10 Each $48 18 $48I 80 $52 U11 $520 00 $51 36 8513 60 $45 65 $456 80 $52 85 $5%U 50 3 Bndua - Hi , of Raiks, Kai al•KIall/Solid Shuck, Munutaclulul - V H. Blacku 100. Slyly B532, NO SUBS 1I1 UI ION. 10 Each $9725 597250 $9900 89110110 810565 $1,05850 56022 580220 5108/3 $1,08/ '10 4 Bmloa - Cup • Ma)ur/Coidniaudal, Kaial- Kidd/Solid Shuck, Manulo2,00 - V hl 8lacknam), Slyly 1382/K, NO SUBSTITUTION. 10 Each $89,73 $897.3U $99 00 5990 00 597.48 $074 80 $88 22 $862 20 $99 88 59116 80 5 Buddy - Cop - Chie(l, Kai al'Klml/Solid Shock. Manutaclul al • V.H. Blackhllun, Slyly B521A, NO SUBSTITUTION. 10 Each $69 73 $897 30 S99 00 $990 0D $97.48 $974 80 586 22 $882 20 $95 88 5008 80 6 Batton - Cap - Deputy Clan!, Kalal-Klnd/So5id Shook, Manulaotuinl • V H Blaukullon, Style( 13627U, NO SUBSTITUTION. 10 Each $80 73 $na7 30 $00 01 $1100 00 $97 40 $074 80 $66 22 $862.20 $uu ea $1.878 no 7 Badua - Cap - Captain, Kai abIlad/SuIW Shuck, Mnnuloo o)e(i' - V H. Blnckin)ull, Style( 862/0, NO SUBSTITUTION. 10 Each $68. 73 $897 30 $99 00 5900 00 $97 4b $974 80 986 22 $852 20 $90 H8 501.16 60 8 Baduu - Cap - L inulananl, Kai al•Klad/Suhd Shuck. ManutndSlyly, - V H. Blackhilon, Slyl 682/F, NO SUBSTITUTION. 10 Each ' $89 73 $897 30 $99 00 $990 00 $07 48 $974 60 566 22 $862 20 511088 5UU8 HO g Baden - Cap - Smynanl, KaialKlad/Solid Shuck, Manulnuluinl - V H Blackh,Ion, Styles 862/E. NO SUBSTITUTION. 10 Each $89 73 $897 30 $99 00 $900 00 $97.48 $074 80 $86.02 $682.20 $110 88 $098 80 10 Badya • Cup - 011ical. Rhodluul/Suhd Shuck, Mmmlaoluini - V H Blackinwn, Style( 882/H, NO SUBSTITU1 ION. 10 Each $44 15 $441.50 $47 00 $4/0 00 $46 HU $468 90 54) 5b $415 80 $48 0/ $480 /U 11 Baden • WaIIn4Raukn, Ka.' Klad/Saltd Shock, Manulauhsnl - V H Blackinion, Slyly 8537, NO SUBSTITUTION. 10 Each $9725 $97250 811/800 51,08000 $105.85 9105850 893.60 993800 $10873 $106/30 12 Budun • Walled • Rooks, Kaml.Kla11/Solid Shuck, Manulactu,n, • V.H Blnckinlon, Style( 8532, NO SUBSTITUTION 10 Each 580 73 5897 3U $99 00 $090 00 $97 48 $974 80 $86 22 $862 20 $09 68 =— $808 110 13 Statues - Walla - Rank, Rhodium/Solid Shock, Mnoulactui ea - V.H. Blackadun, Style( 6532. NO SUBSTITUTION 10 Each $44 15 $441 50 $47 00 $470 00 $46 811 $468 90 $41 58 $415 80 $48 0/ $480 /0 14 Baden - Colu, Soul, Kai abRlod/Solid Shock, Manutaulu al - V.H Blnuka600, Slyly 853/, NO SUBSTITUTION 10 Each $9725 $97250 $108.00 $1,06000 $105Bh $1,05850 $03.61( $93600 $108/3 SIMI/30 15 Bmlyu - Colu, Snal, RI Wiwi/Solid Shuck, Mauolauluia) - V.H. Blaukoawi, Slyly 853/, NO SUBSTITUTION 10 Each $48 18 $481.80 $52.U0 $520 00 $51 36 $513 60 $45 68 $456 80 $52 05 $526 50 16 Budun - Colui Sad!. Kul al-KW/Solid Shuck, Manulaclwai - V.H Blackh lion, Slyly 8532, NO SUBS ITUTION. 10 Each $89 73 $897.30 $99 00 $090 U0 $97 48 $974 80 $88 22 $1162 20 509 86 $908 80 17 Badge - Mlu,aluin I' Batton, Gold Plnln/Solo) Shuck, Manutoclurer • V H. Blnckh6on, Slylu A10303. NO SUBSTITUTION. 10 Each $4 64 $46 40 83 45 $34 50 $4 31 $43 10 $3 90 $39 U0 5350 $35 90 18 Budun • Dnlndlvn • Chia) Baduu, NV) Glu, Manulaclwm - V.H. Blackitilon, Slylu BC3120. NO SUBSTITUTION. 10 Each $53 21 $532. 10 $58 00 $580 00 $56 95 $560 50 $59 10 $591.00 $58 37 $583 70 1 g 11181(0na - Two (2) Sims un a Sal, Ilaiul-Kla,l, Mnnula Iuial - V.H. Black,utun, Slyly A5211-2", NO SUBSTITUTION, 10 Each $1917 $191 70 $1040 $11)40)1 $1983 $19030 $I806 $18060 $2036 $20360 20 10055na - Two (2) Skutt tut a Bea. 'COI al•Kln 1, Manutaotu,er- V.H 8)acklnlon, Slyly A5494-1", NO SUBSTITUTION. 10 Each 81917 $191.70 91940 519400 51983 519830 $18.06 $18060 82038 $20360 1 repared by: Teresa Soto, March 2019 Approved by: Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and Supply Inc. Extended Amount Oaks International Trading Dana Safety Suppy, Inc. Extended Amount Global Trading, Unit Price Inc. Extended Amount GT Distributors, Inc. Extended Amount Item m 21 Description Est. Qty UOM Unit Price Unit Price Extended Amount Unit Price Unit Price Ina1Ulve - lhlou (3) Slats on a Bet. Kai el•Kla.l, Met...w hte, • V H Bleckwlun, Style AS4114-3", NO SUNS I ITUT ION 10 Each $24 31 $243 Ill $25 00 $250 00 $25 54 $:55 40 523 22 $232 211 $20 24 $282 40 22 In011110 • Thl au (.1) Sluts et(a Bel, Kat al•hlo3, MdmAaclulul - V 11 Bleckutluu, Style A5210•3", NU SUBSTITUTION 10 Each $2431 824310 82500 5151100 $2554 $25540 $2322 $23220 $2024 826740 23 I0sIU1IIa • Four (4) Stela en a Bar, Kaiat•Kled, Muuula.lwm • V H Bluukunuu, Style A5211-4", NO SUBSIITUTION 10 Each $2919 $291 UU $30 30 $.10300 830.9S $30950 $2814 $26141) $31 /). $3I/50 24 Ina1Uiaa - ru,a (4) Slala ull a Hal, Kael'Kl0d,- Manulaclutal • V H Blackmlun, Style A.S4114.4", NO SUBS) I rUl ION. 10 Each $29 19 $29) 90 $30 31) $303 00 $30.95 $309 50 528 14 $•281 40 $31 /5 $:117 50 25 Itisilltua - NeujI luuthuutl Resuutce Ulllcel ("N I-1 D "), visuals only, Rhu&uhi, Manutnclwur - V H dl0ckl1 dun, Style b. Set of Two (2), NO suesllTU1 ION IU Each $1500 515060 81500 $15000 $15.30 $15300 $16 U2 $16020 $15.72 $15/20 25 htsiunie - Ci isle Inlewaih°it Team ("C.) T") loam's only, Rlmdlunl, Manutaclmer - V.H elacktnlun, Style S, Sot ill 1 v41 (2), NO SUBSTITUTION IU Each $1500 $15090 $1500 $ ISO 00 $1530 5I5300 $2100 $210 U1) 3157.2 $15/20 27 Insivia • Costs Inlervuu9°n 1'ua111 ("C.I.T"), lnNals only, Kau6•61 d, Mauula:)ul et - V H Bleckllhln, SIyIn 5, Sul ill Tvai (2). NO SUBSTITUI ICON 10 Each $30 I8 $30 (80 $20 50 $71)5 (Ill $20 95 $2119 SO $21 00 $219 U0 $21 51 $215 (0 28 ula1Ullla - Reis.' Depluymmd Fuluu ("H U F."), 1uthula ugly, Hliuututti, Mdmuaclutet - V H Blecklnjlut(. Style 5, Sal ill Iwo (2), NO SUBSTI IUrION IU Each mot) $15(190 $1500 $15000 $15.30 $163 011 $1802 $18020 $15/2 $I5/ 2(1 29 ItistUuta - Situuul Weepers alai'Inum:s Ulltuut ("S W A T "), Italia's gaily, H)iuJwlll, M.uudmautet - V H. Blacklntun, Style I5, Sul ut I vas (2). NO SUBSTITUTION 10 Each $1680 $I88 Ut) $1900 $11.1000 $1942 $19420 $20 34 82034U $1994 $116140 30 )na1U1 lie - Special VV./putts ark' T.11ca 011lcn1 ("5 W A T ") innmin °illy, Kai a4K1ad, Mnnutarlu1m - V.1-1 B1ai:kilnu0, Style (5, Sul of 'Iva/(2). NU SUBSTITUTION. ((1 Ea:li $2298 $22U16) $2355 823550 52.107 $24(1 /0 $20 34 $20340 $24/0 $24/00 31 hia(U111a • Dtu. Ruuulldllun Elliot/66uaie, ("1/H E "), initials only, HhudunU, ManWactinet - V H. Blackwton. Style 5. Sul u( Two (2). NO SUBSI ITUIIUN 10 Each $1509 $I5(100 $15UU $15000 $1530 8153.111) $2290 $22900 $15.72 $15/20 32 8151Ut ie • Ut°U Ratarymllun Enlutumneid, ("O H E "), imitate wily, Kasai-K.), Manillaululat • V H. Blackinluh, Style 5, Sol ut Two (2), NO SUBSTITU110N. III Fach $20 18 $201 80 $20 50 $205 00 $21195 $209 50 $22 )A) $2211 U0 $21 51 $215 1)1 33 111.1UH1d • Tie Bat with City So.,), Rhudaan, Muuutac)utm - V.H BlecMnluu, Style A•36/, NO SUB5TI1111-10N 10 Each 81588 515880 81585 815850 8i6111 816191) $1434 $14340 81653 5151i30 34 uutUuid - I to Bat wait COY Seal, G,e,) Ploluu. Manute,:ham • V.H. Blackeilun, Style A-38/, NO SUBS TITl1I ION. 10 Each S1588 $1588U $15.85 $151150 $16.111 $161 90 $1434 5143.40 $1663 8I9U30 35 Insljma - Leal, Kaua1-Kled, Manulaulutnt - V.H. Bla:kudon, Style AU82.3, Set el 1'wo (2), NO SUBSTITUTION. 10 Each $24 31 $243 10 $25 00 $250 00 $25 54 $255 40 $23 22 $232 20 $26 20 $282 00 36 hIa1U01a • Lieutenant Bets, Kat al,K1ad, Main(00111101 - V.H. Ellackunuh, Style A 1141, Set of Two (2), NO SUBSTI1U I ION 10 Each $22 14 • $221 4O $22 6U $226 00 $23.13 $231 30 $21 06 $210 80 $23 74 $237 40 37 hlat9nta • Cuplatl Bata, Kalul-hlad, Ma atta 'taut -V H Blucklntult, Style) Alt)/5, Sol of Two (2), NO SUBSTITUTION. 10 Each $22.14 $221 411 $22 60 $226 0U 823 13 $231 30 $21 UU $21060 $23 74 $23/ 4)) 38 lum5111a - Luul, hetet-Mad. Mut,euchaut • V 1) Blackndon, Style A2003, Sul u1 Two (2), NC) SUBS 1I T UTION In Each $ 25 48 $254 H11 $26 25 I262 51) $ 26 83 $261130 $24 3U $243 60 $7/ 53 $2/5 :10 Approved by: Department Director/Designee 3repared by: Teresa Soto, March 2019 L TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supply Inc. Oaks International Trading Dana Safe t Supply, Inc. Global T ading, Inc. Extended Amount GT Distributors, Inc. Extended Amount Item Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount Unit Price Unit Price 39 lueliluia - I.lunluumll Bala, I(eiul• Mad, Mnnulaclwm - V,H BlacklWuu, Style A55'73, Sul ul Two (2), NO SUBSTITUTION 10 Each $17 37 $17370 $1745 $1/4513 $17 83 $)7830 $1626 $16281) $1831 $I8310 40 Iuotg.da - Cuouoa,Klal DMm,utnl (Small), Katal- Mal, Mani declu,u, - V 11. BlackunWd. Style A I0505, Sul el Tv. (2), NO SUBSTITUTION. 10 Each $16 48 $184 130 $18.65 $186 50 $19.07 $190.70 $17.34 SI/340 $10 SN $195 NU 41 InalUniu- Conunnn w Olanumd (Lai.), Ka,al- Klad, Manulache et - V H Blaokuaun, Style A4/I0. Sul ul Two (2). NO SUBSTITUTION 10 Each $1848 $184 NU 5186S $18650 $1907 $I9070 $1734 $I/340 $I1.158 $105 N0 42 B.n1Ju Case - Slui, Linn u1 Shuioj BudJn Case with Block Suede Flap to Cu,. Bed5e, Men ilactul ei - V H Blackloluo, Slylu 8537/2 Fla, Slylo, NO SUBSTITUTION 10 Each $1918 $191. 80 $1051.) $10500 $1901 $10010 $1944 $19440 $lu52 $10520 43 lladlln Caen - Sion Late ul Shoot' Badge Case welt bla.:k SOWN Flap to Cuvu, BudJn, Manida..how • V 11 Blacka9u,i, Style 8537/I Buuk Style, NO SUBS111UTION. 10 Each $1918 $10)80 $1015 $10150 $1001 $19010 $1944 $I1)440 $11152 $19520 44 45 Hadge Cana - Sluo Line ul Sllcitg Bodge Caau will, Black Suede Flap 10 euvm Badge, MauuloUuwe, - V H Black,utoo, Style 8532/1 Buuk Style, NO SUBSTITUTION 10 Eooh $18 IN $19180 $1015 $101 50 $1901 $19010 $1944 819440 SKI 52 — ------ Budge Case - SIi111 Linn al ShuaJ BudJn Caae, Mmu1ac1 o0, • V H Ulacklnton, Style 13532(2 Flip Style, NU SUBSTITUTION. 10 Each $1918 $I9150 $10511 $10500 $1901 Vial 10 $1944 $10440 $1952 $19520 $1952(1 46 8e1Jt Coe,, • Sluu Law u, SI)u,,g BudJn C000 wllh Eu,buasud boUya un Cuvel, Manulaetuua - V H Bloukhllu,,, Slylu BS3!/1 B,o,k Style, NO SUBSTITUTION 10 Each $21 30 $21300 $10 IS $101 SO $2011/ $20190 $I044 $194 90 $20 /2 $2(1/20 47 Bedgu Coon - Sinn L111a 01 ShunJ Mini Badge Case Im MIol B.itlge, Manulaelwm - V H Blm:huilun, SIy1a 2- I1/" X 2. 1)1" Soap Fhp, NO SUBSTITUTION 10 Each $0 01 - $0 10 $0 00 $0 1)1 $0 IL/ $20 44 $:'1.14 40 $0 00 $U 110 48 V budge Caan - Shill Lela ul S1,uug ba I o Case wall Black Sundn Flap illCovo, Badge, Mnnulachow • V H Bluckwlon, SIy(u 8532I1 Hip, NO SUBSTITUTION. 10 Each $1918 $I1.1180 $1050 $10500 $19.01 $190.10 $1944 $10440 $1952 $19520 49 Relwlnaltil,J u1 B.alJus - Rinnhou 81aue1. Munulacluta, • VI-1 Blncka4un, Style 053/, NO SUBSTII UTION. 10 Each $41 17 $411 70 $:19 50 $:105 00 $37 61 $376 10 $38 40 $384 00 $:18 55 $:185 50 50 Reluddohu ad ul Budges - Rhnoh,nn Cap. M.uudacitoel - V H 13lna6Nlun, Style 8827, NO SUBSll l Ur(oN 10 Each $41 17 $411.70 $39 50 $3115 00 $37 61 $J/6 10 $33 4U $384 00 $791 55 $3N8 50 51 Huhu lash1u5 ul Badguo - Ka,ul-Klad tit east, Mated whew • V H blacIa0100, Style 1353/, NO SUBSTI IUITON. 10 Each 01997 $19970 $1950 $10500 3140/ $14070 $1440 0144.110 81446 514460 52 Rolinbuhmg ul Bat jus - Kn1u4Klnd Cup• Mdnuldu,o - V H. 0luckinWn, Style 13527, NO SUBSTITUTION. 10 Each $1997 $19970 S1950 $105.00 $14.0/ $140./0 $1440 $1440U $1448 '14.) till 53 Bw41J0 - Bleas4Reoha (A3 1/), Kwol•KludlSuhd Shock. Mo,ulaclute) • V H Blackitau0, Style B532, NO SUBSTITUTION 10 Each $89 /3 $697 31) $90 00 $990 00 $97 48 $9/4 8U $118 J2 $B0U 20 S90 88 $v08 811 54 Badun • Police, Kill al Kidd/Sella Sliuek, Munulaelo,el - V 11 Bluuh,olou, Style 13627EE, NO SUBSTITUTION 10 Each $109./3 $897 30 $90 UU $90(1(10 Sg/ 40 S9/4 00 000 22 $902 20 SJg Oh $0U9 NU 55 bedue - C0101 Sual, Rhudwno/Suhd Shu..k, Mauulu,4u,e, • V H Blocku4u0, Style 8532, NO SUBSTITUTION IU Each $44 15 $441 511 $45115 $45850 $46119 $488 JO $4158 $4)5 N9 $480/ $41(0/0 56 110400 01- Ceplula B.ua, K0,a1.Klad, Mau.da,.lwu, • V H. Blacku/un, Slyln AI1411, Sul ul two (2), NO SUBSTITUTION 1U Euuh $24 :11 8243 Ill $25 Uu $:7000 $25 54 5'!5h 417 $25.22 $252 20 $2821 $2021U Approved by: Prepared by: Teresa Soto, March 2019 Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supply Inc. Oaks International Trading Dana Safetj Supply, Inc. Extended Amount Global T adIng, Inc. GT Distributors, Inc. Item Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Unit Price Extended Amount Unit Price Extended Amount 57 U4dda Cane - $toll I Ills al Shul it.] Bmlue Cr..., Mala I boot • V H 8lackalun, Style Bh32/1 Flip Style. NO SUBS711'U11(NV. Ill Each S1643 $104.30 $1050 $I0500 $1901 $19010 $10.44 SBA 40 S1952 $I1Sh20 58 Shut Budue - FuelIUhlet. Silva Pinback Black Bluth wall HMO Enalnol Lellula Seal AOUBU IS/ lb inches Sllvul with Rod BackuiouUd with Nettie. Fllollgl dal. Miami Fite Dep.tl lnlont (In costal Iullula) nntl BoIUo NUlllllal at Hilliest, Manulachnm V H Bt.:hintun, Style Nu 8-38 kit, NO SUBSTrIUTIUN 10 Each $40 86 $408 6U $43 01) $430 00 $23 24 $232 40 $30 44 $3414 40 $44 34 5443 4(1 59 Shill Bmluo • Fins Inepuclul, Gold Plubaoh Black Black with Haiti Elmhel Lnllei Seals A31153 and A4022 IS/ IB Incites. Gold with Rud Ennlllal Bal.kyluund with Naule. Fob hlapal:lu1, Mlanli Fite L)elladnns ti (at cuoial tenets), and Badue Nunlhal al bullish, Mauulaclulnl: V. H. Blauklulun, Style Nu. 8.36 OK, NO SUBSTITUTION 10 Each $80 40 $804 00 S86 8() Vied 00 $87.13 $871 30 $79 70 $/97 DO $89 28 $092 till 60 Stool BedUo - Fun Lieulanalll, Geld Plllback blank Block with Hal! Et emel Lellols Seal A3025 15/16 ue:hu,. GUM with Rod E1Ia111e1 Backuouund, Name, F. Lieutenant, Miami Fue Uepalthlnnl (Hi Capital tenets) and Badun Nutuhet al BUllvin, Manolech lnl V H elacklnluu, Styles Nu. B-30IKK, NO SUBS I11U1ION. 10 Each $80 40 $804 011 $86 60 $866 00 $87.13 $871 30 $70.70 $75/ 1l0 $80 28 $811 78 $802 110 61 Shut Backlit - File Captalu, Geld Puleack Black Bluth will, Hal' Enamel lentils Seal A2110/ Ib/16 Inchas, Guld with Red El lama) Back9luulld with Nmne, F. Capiest, Mlanli Fins Depanlnout (in capital lullets), and Badue Nuulhnl al Bullunl, Menula.aule(, V H Blackmloll, Style Nu B- 38KK, NO SUBSTITU1 ION. 10 Each $80 40 $804 011 $65 20 $857 00 $8/.13 $8/ 1.30 $79 79 $76/ UU SW?. CU 6') Shut Badun - Chlul Fun Offices, Gold Pinhauk Black Block with Hall Eunn,nl lentos Seal A2111)I lb/ 16 inches, Geld with Red Enamel Backlit oust wllh Name., Clues F. 011toul. Wand Fite Depa i u iul (In capital lentos), and BatlDu I4unlbes al bottom. MUIIIIIU.A111e1 V H. Blacklulun, Style Nu 8 381(K, NO SUUSl1I L1IION IU Each Set) 40 $8(b1 011 Ebb 20 $19)2 Ills $8! I., $t1/ I :s8 $871 30 $/9 711 S70/ 90 $89 78 $802 60 63 Slut Badue • E0nuuliva 011l0ul, Gold Plnhauk Black Uluok with Held Enamel Lallols Seal A:1U211 I0/16 niches, GO! wilt Red 6nckululllld with Nelms, Executive Olhcol, Mlanli Hie Oopadsnnul (Steeple! toilets), end Badun Numbest at B.dlum, Mabulmatem: V 11 Blechlnlun, Style No. 8.38 KK, NO SUBS1ITUI ION 10 Each $BU 40 $604 U0 $88 20 $852 00 $87 13 $/11 /9 $/9/ UU UK/ 78 $81.12110 64 Slott Badun • Aesisite l Fua Clues, Gold Pila.aO, Black Black walk Hard Enamel L.ellnls Seal A21188 lb/10 Ishii, Gold Will Rud Etlallul BuckUmund with Nmua, A,slatanl Fun Chivl, MI41111 File Depalhuuoll (all tit capital listless), and Badun Nunlhm al button, Manulal:lulm V H Blaohndun, Style Nu. 8 38 KK, NO SUBSTITUTION 1U Fa.:l, $80 40 $8114 loll Sas 20 $Ub2 (Ill i.n/ 1:1 $11/ 1 '.Ill $/6 36 $/6:1 80 $88 28 $862 all Approved by: Prepared by: Teresa Soto, March 2019 fl. • 1 Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and Soppy Inc. Extended Amount Oaks International Trading Dana Safet» Supply, Inc. Extended Amount Global Trading, Inc. GT Distributors, Unit Price Inc. Extended Amount Item 66 Description Est. Qty UOM Unit Price Unit Price Extended Amount Unit Price Unit Price Extended Amount Shill Nan/a • Dupnly hit, Clued. Gold Milbank black block will, Haul Enaulul Lulled. Saul A2U66 15/ IB hlel la. Gold WIIII Run Enamal Ha1:h9,ou11n w1111 Nan!, Daplay Fun Clout, Miami Fun Uupanneul (all In capital lalluls), and bmliu Nnnihul al bunco!, Mw,ulactulnl V H tlla:hlulun, Style) Nu. 8-36KK, NC) SIJHS)IrU rION 11) Ea,:l! $8040 $604 UU $6520 $6:i2 UU $6/ 13 Slit I.30 $/97u $ Ail 9u $8926 '_ $6576U 66 Shun Badyu - Fun Clout, Gold Pulhack Black Hluck mini -laid E,,muul Lullals Baal A2133 15/I6 indicts, Gold will! Rnd Enmel Bachymuun will! Namn, Fun Chant, M,and Fhu Uapadmmlll (ill lit capital lullais), a0d Batyn Manisa! al bu)lonl, Mmadaclmnl. V. H Blachu iuu, Slyln Nu B-36 hK, NO SUHSTI rU IK)N 10 Each $00 40 $604 00 $65 20 $1152 UO $67.13 $6/1 :30 $79 79 $/U/ 90 $69 26 $111/2 60 67 CuIla1 Inelpua - Eancullve Otlo:oi, Kalol Klan, 1/2 uu:hets, Clly u/ Wand Baal 1n Ilia Ctl111b1, lu Raad F ocullvn (capllal talluls • abuvn Ma snap lu Muck Muck lapin.), 011lcn, (cal llal carols • huiuw Ihu sail II! black bc,:k lull a, a). F IU5 //Itl ulchns, Nall/Sciaw will) V4468, A6203 Plain Stool, Ma,Maclul a!: V H. Blachmcll, Slyln Nu. 6I 1011, NO SUBSTITUTION 10 Each $:30.16 $:101 60 $31 20 $:312 00 $31 3)3 $313 60 $31 50 $315 00 $32 1/ $321 /n 68 Culla! Insupua • Fita Lluulananl, 11/Itl klchns, Kai al -Klan wilt Shullsc:oaw Back, with Hal! Red Endow! Saul A:9/26, Maoulaclu,al. V H. Blackmlal, NOSUB$TI rUTION 10 Each $1657 $16570 51660 $I6600 $1605 $16950 $1790 $17100 $1/41 $1/410 69 Culla! Insaplpa- Finn Caplan, 11/16 inches, Kaial• Ived v41h Slsalsclow Bach, will! Haiti Rua E1wn1n1 Sad A201/8, Manuleclulnl. V H 8kilacki0100, NO Sl1BS1111JTlON 10 Each 011157 8165/0 $1660 $16600 01695 516950 51/00 81/9(10 $1/41 $1/4.10 70 Copal InoIyue • Fun Inspaclul, 11/ It/ uo:hos, hal:d"hlud with Shull Scl ow Back, with Haul Hod E 11aua1 Saul A4)1L 1, Malullaulu,nl V H Bh,chlnluu, NO SUBS I ITUr1UN 10 Each, $1657 $1657U $16 110 $16600 $16 05 $I6Ub(1 $IOU 59 $I/U1 $1/900 $I/41 $1/4 10 71 Culla! Insignia • Chian F. 011ical, 11/ 16 ua:hns, Kmal-Klan WIIII Shull SUI OW back, wall Hord Hap El1a111u1 Soaps A2992, Ma c a:l)lnl V H Hla:hulun, NO SOUS 11111TION Ill Each $I65/ $113570 $1600 $16600 $1095 $17 911 $I/91.10 $1741 $1/4111 72 Culla! Inslynla - nnpuly Ella Chen. 11/ Ili iuchns, Kohl •hlad WIIII 511011 Solow Bash, will Hall Had Eoamol Seals A2U69, Maalluclulal V 11 blochullun, NO SUb5111U1 ION 10 Each $165/ $18570 $1660 $I6600 $1695 $16950 $1/110 $17900 $1/41 $174 10 73 Culla! lus1yula - Fun Clnnl, I 1/I6 awhua, Ku,al- Mad w1111 S1,ult Suluw Back, v41h Hal Hull E11anlnl Soal A211114, Manulaclul a' V H blachmcn,NO SUBS11 rulioN. 1U Each $1657 $165.70 $1660 $186UU $1695 $16950 $1/91) $1/0110 $17.41 $1/4 10 7h Cap BadUn • F11 altul Rai, Silva Sul uw Post, will! Haiti Rap Ellanlal Aii969 Sava w11111,4a1 Back5iuuud, Meuu (111 capital Iola:du) al Top and Fitt/ NIA On capital lanais) al Bullum, Manulactuier V. H Blacku,lun, Style Nu B-464 HH, NO SUBSTITU IION 10 Each 836 09 $360 90 $37 75 $377 50 $37.95 $379.50 $36 35 8:3113 50 $36 92 $:30U 20 7 5 Cap butiyn - Fha L.1aulnnant, Kan1•Klad. Gold Phil. Sci VW Pusl, Nu Enalnnl, Mun,IIaclu)a V. H Blackudun, Slylu A2912. NO SUBS 111 UTION 10 Each $20 52 $205 20 $:30 51/ $305 00 $30 66 $306 60 $20 99 $298/ 90 $31 45 $314 50 Prepared by: Teresa Soto, March 2019 Approlied by: Department Director/Designee TABULATION OF BIOS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and Sup.1Lnc. Extended Amount Oaks International Trading Dana Safety Unit Price Supply, Inc. Extended Amount Global Trading, Inc. Extended Amount GT Distributors, Inc. Extended Amount Item Description Est. Qty UOM Unit Price Unit Price Extended Arnount Unit Price Unit Price 76 Cup Badly,• Etta Caplan, Kemal hlad Gold Plain Sul ow Howl. Nu Enawul, Malluliu:1a11ai. V. H. Blaekudon, Slyly Nu AI/S, NO SUBSTITU PION. 1U Each $2952 $20520 $30.50 $305.00 $3066 $30660 $200U 0)5590 $31 45 $314511 77 Cup 5a.l10 • Chou! Fula Olhcoi, Kaial•Klad, Guld PIau1 SOWN Pusl. No Enamel. Mauutuctulul: V H Bhu:killloil, Slyly Nu. A2010, NO SUNS I I I U f ION 10 Each $29 52 $205 20 $30 50 $305.00 $30 66 $306 60 $29 90 $209110 $31 45 $314 50 78 Cup Had1)o - 60000l1vo Olha:ol, K,00l 0) tt. WI,/o Rom with Clly ut Miami Suul, Exncullvu 01hca1 (m (npltul lnttnls) A02U I In ul to Ceiof Iha Hod 1 i o un tho Run, Manululuior V. H.tor Hlachlnlun, Style Nu A I IM57, NO SUBS11 f UT ION 1U Each $4637 $463 /1) $49.10 $401 UU $4936 $49360 $42 12 $421 20 $5)16U $60600 70 Cap Bm10u - Asalalaul Flea Chiul, Kalal-Klad Wh110 Enmual Hlw wall A2969 Rod MWdko Back9wuid, Asswlaa Eun C111at pn capnnl lulltsis) un the Pon), Md)IU?OCIUIOI". V. H Bla:kli dun, Slylo Nu A331/, NO SUBS I Il UTION 10 Each $46 37 $463 /u $49 10 $401.U0 $40 36 $493 60 $42 12 $421 20 $50 00 $506 00 8 n Cap Bud5e- Dow y Fa Chial. Kanl.Klad, WNW Run wllh A2906 Rad (Dahlia Hack9wund, Dupuly Eua Ghoul On capital Whoa). II to Rau, M4ntlla1at11e1 V, 11 Slat:Mut., Slylo No. A33/5, NO SUBS I)1 UTION 10 Each $46 37 $463 70 $40. 10 $491 00 $40 34 $493 60 _ $42 12 $4.21.20 $50 60 $506 I)0 81 Cap Hed5o • Fats Ghoul, Kai ahhlad, WNW Ron wllll AZU)i3 Red Mlddln B0Okgluund, Flin Ch1e1 (lu culatal Iulloto) oii 111a wn, Maludacluol V H Hlackinlun, Style; Nu A111434, NO SUBSTITUTION 10 Each $46 37 $463 7t1 $40 Ill $•101 1)0 $49 36 $403 60 $42 12 $421 20 $51) 60 $506 00 82 (u0)1101 Buuk Slylo BadOo Costs - wllll Sunda Badge Pluln01o1, IdunldlcuUun Wlnduw, Eaacl F6 Rocoaaud Cur0111 to Ea 1336 Bad90 Mmudarltnm V. H Hlackinlun, Style/ Nu. 1. NO SUBS1'I1UlION. 10 Each $1003 $I00:1u $I015 $10150 31901 $19010 $i044 $10440 $101i2 $IOd 20 83 U1s11nginshorl Solvico Mudal, Karul-Klnd, Finish, Colupluin whit Uiepn Slylo Hlbhun aid Safely Catch, Maoulacluial V. H. Hlackinlun, Style, No. A3292, NO SUBS1 ITU1)ON 10 Each $57 65 $5/1150 $60 95 $1109 50 $50 / I $59/ 10 $6.2 40 $624 00 $61 21 $U 12 IU 84 Cwuiltsidalluli 1un19nla. C11111:116aok, COluplala w41h One (1) Guld SIa, Manilaclmm W H. Black1111un, S)ylo No RC.I. NO SUBSTITUTION. 10 Each $4 11 Si 111 $3 00 $30 On $3 12 $:11 20 $5 01 5511 10 $3 MU $.16 U11 85 C mono alellun hlsl0ma - Clul.:h Sack, Conlplola with TwV (2) Guld 5talo, Mailola1:10)ai V H, Blacka1W11, Slyly Nu RC-1, NO SUBSTITUTION 10 Each $4 09 $49 0U $3.90 $30 011 $3 90 $30 110 $M 01 $00 10 $5119 $110 UIl 86 Cw1O1hiunewGIonpSl4ma, CMli0nc00h OBWcka, lC. iVoo Iult. 1314ckml0n, S)y)o Nu. RC-). NO SUSSTI ruTION. 10 Each $5 67 $56 70 $4 60 $46 00 $4 94 $49 4ll $7 13 $ 71 30 $6 20 $62 00 87 Commm11da0011 I11s15ni0 - Clutch Back, Manulaululal V H BWuklnlun, Slylts Nu RC-1, NO SUBSTITUTION. 10 Eail) $3 23 $32 30 $2.05 $20.50 $2 20 $22 011 $3 IU $31 011 $2 60 $20 00 88 Cununaidahun 111a1d1Ila • Clutch Sack, Mawlactuinr V. H. Blackndan, Slyla Nu. RC•3, NO SUBSTITUTION 10 Each $3 23 $:1': 30 52 h5 $211 MI $2 20 $22 MI $3 19 531 U0 $2 MU $20 U0 8g Cuuiuuud.diud I1Io1U1a4 - (:lua:ll Buck, Manutecllata V H Hle,:k114u11, Slyly No. RC-24, NU SUHS111UTION 10 Each $3 23 $32 30 $2 05 $20 50 $2 20 $22 01 $1 19 $31 90 32 60 579 011 90 (:ai11n1 w11d.1114I11i1aijiIla - Cluh:h bo,.K, Manolaulolul. V 11 Blecklullol. Slylu Nu. RC•20, NO SUBSTIrUTION 10 Each $323 $32311 $2(l:i 57050 $220 $'220U $3 19 $3100 $260 $2600 'repared by. Teresa Soto, March 2019 Approved by: L)epal Llnent Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supp 7�Inc. Oaks International Trading Dana Safety Super, Inc. Global Tradin(,Z, Inc. GT Distributors, Inc. Item Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount Unit Price Extended Amount 91 canll 1Pond.111n11 IIIonjni • Clutch Bark, Munuln,aulnl V H Blaul uaun, 51ylu Nu HC-34, NO SUBSTITUTION 10 Each $3 23 532 30 $2 05 $20 50 $2 20 $22.00 $3 10 $31 00 $2 60 $26 U0 92 I4a(0ulaJ - Silva, and Guld PI/hats/U. 3", 5/11-, MuonI.,c1. c V H Hlackullon, Mudnl: J2. NO SUBSTIIUI ION 10 Each $6 U0 $8050 $8 lb $8i50 $871 $6710 $1000 $I0U 60 $643 $64:111 93 U.nlJu • 1 al ha SalUlu SI.o KI(, Slyla A3451. Mai haacnuul V 11 Bla,:kllltul(, NU SL83S1IIU)ION (0 Each 81546 $154611 $1565 5156.50 51571 $15710 51566 816660 $1615 510150 94 dolga • Wulloi • Olhcnl, Style, B53/, Gold S(amp Lulla mu. M1a1111 ( cal lop), Poln:w (0,( 1,011011) lhal (ul haw ul m4ul). Ma,ulal:lw nl V.H. Blachmlon. NO SUBSTI IUI ION 10 Each $200 $20Ul1 $146S $141350 $1 25 $1250 $I(10 UU 51,000U11 95 Bndl)a - Small Sioulu 5101 KK, Slylu AU 155, M..o.(u:lulal V II Blaohullun, NO SUBS f11U1(ON 1U Each $1546 $15460 51565 $15650 $1571 515710 $19 03 819130 510643 $1615 $1011.131) 8113150 96 B:al o C.1305 • Add Lulladup Gold Simla) I,n., Mlaml Pukuu SIa11, MIun11 Puhca hrvnaladatur, City ul Mlana Stoll, at0., MaOula anur. V.11. BlacMnlon. NO SUBSFITUI ION (0 Each $200 $20(1(1 $2061) $2(I600 $1.25 $12 SO $/.50 575.00 $2110 520(1(1 9,7 I1wua110anulla WoUal - 80190 Nu SC3120 Solid Back, Solial Nu AC 1 1434 Full Cultic Seal with Allachnla It F 11.0, Mal,ulm:l,nul. V H, Hlackminn, NO SUBSTITU1ION IU Euuh $53 21 $532 IU $55 95 $5h9 50 $56 U5 $5ti9 50 $5U 10 $50I 110 $56.3/ $5113 /9 98 Buck Slylu Wullot 6 lI Casa WI BC3120, Co( Out Bola lul Nu. BC31WO. Ma1111(0U8(al. V H Blockulk,l,, NO S085(ITU r(ON Ill Each $25 BU $2511 00 S 14 90 5149 00 $26 3li $263 60 $26 U4 $260 40 S2! 011 $2!U 5U 9 Bulwlcu ul Lion Minimum Pnlconlage Dlawnnl ul1 Calalug I. Inl Mica lul Pluda:la Nut Spnulllad 10 thla SOIIcu11Un (1 a , 407411 41)) I PalconlaUa $(133 80 :1:) $0 40 $U 40 534 00 $34 00 $0 20 5112(1 $1125 50 25 100 Cualun, 8.o(o, N135.16. Hl au0u0,, S01uly Cal1:h aid Full Culol Seal, M41(Illanhlin, V H Hlaohllnun, NO SUBS( ITUI IUN. 10 Each $38 37 5309 /n 539 (10 $306 00 $40 46 $404 60 $36 60 $'(I7t U0 $4 1 51 $115 II) 101 Cualum B4d3o, II6530, Gold Plnlu, Saluly Cah:11 Dad Fun Golu, Su41, Manuluelulul. V H. Blachllnun, NO SUBSTITUTION 1p Each $42 40 $424 Ial $43 95 $4:11) 511 $44 Uti $4411 6U $42 42 $424 20 $46 (16 54(11)50 102 Illaltlllla • Llanlullalll Bala, Kulal. Kla), Manul.a:lulu,, V li Blacklnluu, SylIa A11173, Sol o(1 wu(2), NO Sl1BSTI1UIIUN IU Each $173/ $1/371) $1745 517450 $17.63 51/1:130 $1913 $11)130 $1631 $I6:1 10 103 HALMii.n ul Lulu Pulceul0Uu Ulacuu111011 Caluluq LIa1 PIIca 101 Pl,ol Is 1101 Sp0l:lhnll 111 ulia S01101411an1, 32 5% 1 Pal cantata $0 33 $0 :1.1 $040 $040 $3400. $3411(1 $020 502U $0 25 $02S 104 Shad 8.o( o - Puhhc Educalon, Gold Puobauk Bla,:k Hlln:k W1111 HOW E,(a1,,u( l.ellwo Sanla, A3053 alai A4022 IS/16 (ncl(aa, Guld with Had Enonlul B.:holuund Willi Nanoa, Public Educawn, M(al Fitt/ Uupudlnunl (an cap11a1 tonal.), will B.a41n Nanhu, al H,4lu(l,, ManuW1:(ulal V H. Biackallun, Slylu No. 8.36 Kh, NO SUBSTITUTION 10 Each $60 •Ill $604 lkl $115 20 $053 00 $8/ 13 $6/ 130 $70 /4 $/9/ 411 5MU.2B 5002 f1U 105 SIn11 Ba11Uu • Mudical Duuu•1u,, Silvul P11134ol, Black Block W4th Hmd Endow! Luna. Soil! A4.25ti (51Id ruches, Blun BaoK luulal W1111 Nanla, Mndlcal Da Maul , Miami Fan Dnpahnnnl (al capitol I0(10(a), u11d FL ul bullunl, Mallnlantul al V H Blauhmlull, Slyln Nu B :16 HH, NO SUBSTITUTION 1U Each $41)(61 $406 ((11 $42 3(1 $4:11 (la 1. I 1 . 1 $4:12 411 $30 76 $39/ 60 $44 34 $4.13 40 Approved by: prepared by: Teresa Soto, March 2019 Departn ern Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and SuppllLlnc. Extended Amount Oaks International Trading Dana Safe t/ Supply, Inc. Global T ading, Inc. GT Distributors, Inc. Extended Amount $4.1:1 All Item 106 Description Est. Qty UOM Unit Price Unit Price Extended Amount Unit Price Extended Amount • Unit Price Extended Amount Unit Price $44 114 $44 '14 Stud Badtlu- Associate Mud0a1 Ua0utul, SIIVn3 PII1ha,:k black block with lima Enamel Lanais Sual A42hli IS/Ili aidiva. Bina Bach3mun,l with Nana, Aosu,.uao Mo,hcal Duuclo,, Miami Fan Uojualnunl tin chi nLJ lollais). FL al bullion, Munnlaclulul V H Blackmlun, Styles Nu 8.36 It11, NO SUUSI I I U'Ilull 10 Eau1, $4U 86 $408 Lill $43 US $430 SU $43 24 $432 40 $39 713 $39/ 00 107 Slml Badge - Eau Cwnn unu,:alluua Opw,alut, Stiva, 1'lnbach bleck Block will, Haiti Ena1110I Lullma Stall A3U11/ IS/ 16 aiohwa, Blow ba,:ku,uund wall Nat.. Communications 0p010101, MI.ual File Depa,lmul,l (III cup ita' Iultnls). 010 Badue. Nun,ha, at Bullion, Manuleclu,m, V. 11 blachu,lun, Slyln No 8.36 Ii1, NO SUBS! Il U1 ION 10 Each $40 66 $406 liU $93 06 $430 50 $4:124 $432 4U $30. /e $3U7 Olt --_— $443 4U 108 Shad badge. - Fun Cooununh:aaons Supn,vl001% Gull Pluback Black Block with Maid Enan,nl Lulluls Sant A30U/ Ib/ 16 ua:hos, Blue. Backulualnl w111, No,no, Col ,me0,:alluaa Supu,vlau, , Miami Eno Donal howl( (u, capital lanais). and liwlua Nun,bnl al Bunton, Manulueluia, V. Ii. Blackmun, Slyly Nu. B-36 INK, NO SUBSTI TUTIUN. IU Each $80 40 $804 0(I $86 65 $666 50 $b7.1:1 $871 30 $70 45 $704 50 $60 26 $002 UU 109 Shill Bndu., • Fun Communication. Cantu! Si pul vl5ul, Gold Halbach Black block will, Haiti 6!un,al Lanais Snal A300/ lb/ Ia inchua, BI,w Back.pound with Millie. CUm1l,u,,,cul,Uua Cuntnl Supulv,sa, Miami Fun Oupailinam (u1 capital lullu,a), wild Betio N,IItlbnl al bollum, Mal,nlaclu,u, V H Blau:1011 ,I, Slyia No. B-38 KK, NO SU8S1ITU IION. (0 Each $80 40 $804 OU $86 65 $866.50 $b7 13 $8/ 1 30 $'/0 45 5/U4 S0 Safi 26 S092 UU 110 S101 endues - hoes Cl,ai'Iam. Gu1,1 Pmhark Bla,:k Much will, Haiti Eno nu' Lanais Sao' A/ MI Ib/Ili menus, Bud buckuluun,l with Nalnn. File C11,011,0 ,. 1,10.01 Hi I1uilailnlanl (In capital lupins), and FL ill bull,nu, hia,nda,aloor V li. binall111,, Slylu Nu B-SU hK, NO SUBS 1'I 11J11UN 1U Each $80 40 $814 00 $86 65 $6lili 5U $8/ 1:1 $871 30 $7U 4S 5/04 SU $80 28 $892 60 111 Shall Bwlun - P,,,k Can,:a,, Huua Palk Pinbw:k Black bIuck with Hain E1 taint)! Lanai Seal A 12111:FC 1h/16 a s:li,u. Pmh bw:htpoun,l will, Name., Cily ul Mlu,nl FIia•lku0cuu Dupaillitaill (In capital Smola). and Ba,IB, Nui111)01 al bollum. Maoold, ilea V H. blachmlou. Slyly No 8-39 V„A. NU SUBS mu I ION (1) Each $34 82 $348 2U 836 35 $.10'.1 011 $-Ili 54 $'alb 40 $:1E 0U $:100 I/O $3/ 4/ $3/4 /11 112 Shill Bu,l.n • Filo Munro Gomel. Gehl Palhack Black Block wtlh Hain Emminl Lulloia, 11unu, Gu,nd (III Capital Iu11wa) ill 1up, Snal A4U:0 lb/Ili inches, Had Backus timid w1111 Na111a, City 01 M,a,,,I Faw•Huanua (In capital lanai a). snit FL al bottom, Manuleuuroi V /1 blackutlon, Slyly Nu 13-30 KK, NO SUBSTITUTION IU Each $8040 $8041k1 $8665 $866 au $6/ 13 $6/130 $0124 $91240 $802tl $6928t1 113 Copal Inegpae - Aaolalant Ana Chief. 1 1/ 16 11101wn. ha,nl Kla,t will, Slim! Sc,uw Back, w110 Hord Hall Enamel Seal A2U89. ManulaUuml V H. blacklnlu,l, NOSUBSIIIUI'ION l0 Each $16S/ $1(1S /11 $18 bU $Ilililm 1, Iri1111 $I1,11S0 $1/1/ $1/1/11 $1/41 $1741n )repared by: Teresa Soto, March 2019 1 Approved by: Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's Shooters' and Sl pply Inc. Extended Amount Oaks International Trading Unit Price Dana Safetj Unit Price Supply, Inc. Extended Amount Global T ading, Inc. Extended Amount GT Distributors, Inc. Extended Amount Item Description Est. Qty UOM ' Unit Price Extended Amount Unit Price Unit Price 114 C.dWl Ina)3nlu • PuOh0 Edual)on, Kalal•Klad, 1/2 aloft City ul Miami Sool 6) Um Co,dm, 10 Rudd P„hli,. (capital Tupelo • nln)vo Ilw anal in 01ach hlm.k lollum), E,luca)wu (t:apllal Inllm • below Iha uaI o) blank hluoh lullul a), F 1115 // Ili alohaa, Nall/S,aew with V4.108, A6 203 Plum Saal, MaOulaelu,ol V H Blookmwn. Style/ No B 1166. NO SUBS I ITU LION 10 Each $30 16 $301 60 $30 /h $:01/ 00 $31 36 $313 60 $31 33 $313 30 $112 II $1416 $',12I /U 115 Cnilat huigma - M, ,heal On n,lul, 11/ 16 lochnn, Hh ithool with Shull Swaw Buck, with Held bloe Emm�ul Snal A42//, Mnnula):Itanl. V H. Bha:hmtuo. NO SUBS111UIION 10 Each $1371 $13710 $1350 $13500 $13// $137/0 $ It/ 611 $16600 116 Cuila, Ioonjnla - Aaaucla)u Modica' Uiroclul, 1 I/ Ili ololwa, Hhmhmn wall Shun Sulaw back, Willi I lard blue Ennnul Sea' A42/7, Manolaulo, ul' V. H 1/11umkiilull, NO S31BS1 IIUTION 10 Each $1371 $137 10 $135U $13500 $1377 $13/.70 $1661) $ Ititi 00 $1411i $141 60 $14150 117 Culls Inaijnlo - F. 0000i, )laaallunn Solo,o,aw, iI/Iti Inchon, Ka W.Klad wdh Shutt S,:,uw Back, with 11ad Blue Enamel Seal A3U06, Mm0.,laeltam. V. H. Blaekullun, NO SUBSTTTUI ION 10 Each 51657 $165 /1) $1645 $16450_ $16 Uti $I6960 $18.65 $16650 $1/.41 $1/410 118 Cullul h)s1dnw • Fun Cummumcalluna Gndui Supulvlau,, II/ Iti 11161Wa, Kai al-Klatt with Slott So,aw Hack, with 11n18 61ua Enamel Soul A3906, Manulactu,oi V. H blacku)lun, NO SIIBS111U1ION 10 Each $1657 $165.70 816,45 510450 81696 516960 51665 S113651) $1/41 01/410 119 Coital I11510111a - Fats el topian, Km al Kla,l with Shun Sal ow Back, wall Ha,3 Hn,l Enamel, Munulaclulnr V H Blacku aon, Slyln B-632, NO SUBSI ITU1 ION Ill Each $22 10 $221 60 $22 70 $221 00 $23 19 $231 9U $24 47 $244 20 $"23 60 $218 00 120 Cap Batlun - I luau) Go , ,l, Gold Scow Puat, w,lh Hand Hod Enamel A4020 Snob WOO wail Hod banklpuun,). Mosul (u) capital lullu, a) on lop o)kl Gund Oil capital taunt.) al button,, Manulacllu) V H Blaukullnu, Slylo Nu 8•464 OK, NU SUBS III UIII.)N 10 Each $7913 $/9130 $83 81) _-- S010Olt $85/1 $115710 $61 fill $11I8110 $41/83 $H/M:NI 121 Inhulila • I Iiluu (3) Shea, Kalal Altai, Mnnu10,3,. , V H 131.551olun, Syllu A4668-3 (Smooth , 5/6"), NO SUBS!' 1 UI IUN 10 Each $24 31 $243 10 $25 1)1/ $250 OU $25 54 $255 40 $29 /5 $70/ 50 $26 20 $262 00 122 I1u1Ulua - Foot (4) Shea, ho,ol Mad, M.audarlu)ol V.H blachuaun, Sy)lu A46116-4 (Smooth, 5/6"), NO SUB51110) IUN. IU Each $29 19 $291 00 $:30 30 $103 00 $30 U0. $309 60 $36 60 $:3116 00 $31 75 ---' $317 60 123 I,o4lnlu FNo (',) SIna. haa) Had, Maodoelu, n, V 11 Bla,:hmlun, 5yllo A486115 (Smooth, WO"), NO SUBS I 11 U1 ION 10 Each $31 00 $310 U0 $35 65 $35650 $30 42 $364 20 $:19 99 $3U9 80 $3/ 35 $3/3 50 124 Nan,u Plat,/ - h.aal Wad, Clitlah Hach, Manule,:00 u, V H Bla.kmlon, Sylln A7388, NO SU651 I I )ITION 10 Eoch $22.3)) $223.00 $22 B0 $226 00 $23 30 $233 U0 $25 111 $25/ 80 $23 97 $231120 125 N:nnu Plata - Rhudlmn, Clololl Bark, Moo 400ulul V H Bluckallal,, Syne A2:16H, NO SUBS IIIUT)ON 10 Foal, $1217 $121 /I) $11 WI $1)80U $1207 $12070 $165:1 $1653U $1241 $12410 126 Staving Sham - Kalal•Klutl, Manulaelwor V H Black,nlun. Syllu b IMW, NO SUBSI I I U1 ION 10 Each $20 12 $201 20 $2/146 $204 50 $20 89 $206 UU $23./5 $2:1/ 50 $21 45 8214 50 127 Sul youStout/ - Rla,lhmn, Munalauli ioi. V F1 Hla,:ko4an, Syllable03, NO SUBSTITUTION 10 Eauh $1105 811650 $1085 $10850 $11.76 $117130 $1225 $122.50 $1139 $11390 128 Nana Plain - Flonta Guu,d, Kai al•Klnd, CIoI,iI, Back, with Noma, Hunui Guaa (III capital hale.), Mauuluchoui. V H. 81ockintoo, Sylla A2366, NO SUBSI 11 U I ION. 10 Eacl l $ 2 30 $2 3 ll0 $22 H0 $2 20 011 $23 30 $333 Oil $25 /5 $25 'repared by: Teresa Soto, March 2019 Approved by: Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supply Inc. Oaks International Trading. Dana Safety Unit Price Supply, Inc. Extended Amount Global T adingl Inc. Extended Amount GT Distributors, Inc. Item Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Unit Price Extended Amount 129 W, l.11h • Holm Guard, Kai ni.Klul, Clutch Back, Wl nail with Cullen Paonl It 11H4U, Holm Guard On capital lulluin), Mmlulaclmni V H. blachtnlun, Syllu A5001, NO SUHS1l IU I ION. 10 Each $31.84 $316 40 $32 30 $323 r10 $33 01 $330 10 $24 95 $241)50 $33 tin $3.91 li0 130 Co In lellun Iaaiwti - l:Ianh Bock, Ni.uoi 1lulnl. V h1 blwuklllun, Syllu RC-33, NO 511H51ITU1'ION 10 Each $3 23 532 30 $2 US $1.0 5U $2 20 $22 00 $4 25 $42 5U $21i0 820UU 131 1 1nn1[0 Mellon Ina1Unln • CIuh41 Back, Cunlpintn wlhl Uiln (I) Gull Sidi, Mai luteclul WI V H bl,u:klnluo, Sylln RC•33, NO SUBSTITUTION. 10 Each $4 11 $41. 10 $3 00 $30 00 $3 12 $31 20 $5.15 $51 50 $3 89 $:1H U0 132 Calulnmldahon IlISIUuld • ChoIcI1 Back, Complain wnlll Tyal (2) Gold Slul a, Mallllldclw al V H. bluchlulun, Sylln RC•33, NO SUBSTITUTION IO Eaoh $3 nu $3891 $3.00 $39 00 $3 90 $39 90 58 Ul) $00 NJ $5 09 $50 90 13 3 Colnlllnndahu0 !Pavan • Clutch Bat*, Complain wall Thi nu (3) Gold Slain, Ma111Iia..11ll ea V.H Blocklnlun, Sylln RC•33, NO SUBS 111 UTION. 10 Each $5 87 $58./0 $4 Bu $48 00 $4 U4 $49A0 $5 Ul1 $59.00 $8 29 $112 90 134 l a111111a11dd11U11 IIla1()Illd - C1ll4.11 Back. Maaln,.,.lal al V F1 blacks lion, Sylla RCS, NO SUBSTI I ll I ION 10 Each $3 23 $32 30 $2 05 $20 SO $2 20 $22 00 54 25 $42 50 $2 BE/ $211 U0 135 Co11111in1111411ai1 Inah)ola - Clutch Back. Canlplola wail Olio (1) Gold 5lai, Mai lll atilt llul V 11 b(4ckllllu1i, Syllo RC-5, NO 511HS 1 I1111ION 10 Each $4 11 $41 11) $3 )10 $all MI $3. 12 $31 20 54 25 $42.50 $') HU $311 U1) 1 3t3 Canllnenidaso,I litaluilla . CIu1c11 Back, Cupp kiln with TVA, (2) Gold 51m5, Maoulaullnnc V 11. blacklnlon, Sylln RG5, NO SUBS' ITUTION It1 Each $3 89 $38 Lit) $3 eu $3U 00 $3 99 $39 UO $S :111 $S301) 55119 $'dl UII 137 Ca111111e,ilIJliali IIIalJilla - CIIjIW1 Back, Complain with Bona (3) (Arid Stain, Manalacllnnl V H Biachlnlun, Syllu RC-5, NO SUBSTITUTION. 10 Each $5 8/ $58 71) $4 80 $48 00 $3 1.19 $34/ 90 $/ 21) $/2 00 $B 2)) 51iv 9(1 138 Cai111IIu11dallml In0IUnld - CIu1G1i Bach. Manulnchn nu V H BlachaIlan, Sylln RC•45, NO SUBS r11 U I ION 10 Each $3 23 $32.31) $2 ill. $21150 $2 20 $22 00 $4 25 $42 50 $2.til $211 90 139 Cui anuIal.altal Ina19iita . C11II.II Back, Ma0u1aG01m. V H Blacknllun, Sylln RC.38, NO suds'n 1 UT ION 10 Each $3 23 $32 :10 $2 05 $20 S0 $2 20 $22 Ik) $4 25 $42 50 $2 09 $28 40 140 Modal u1 Vdlul (Modal d Rlhhun Sul), A5499 1(a1a1•1l1n1, RC•3 Nock Radio!, (Sally Fi ual/I11111n F1(1111, Pallallud back), A32// 111n Cay al M1aiu1 Udder Co. I- luade Sant with Flanl Rua Rini, A)iy231( (MEDAL OF VALOR), R.al Bach91nulal Pana1 wllh M AI:11111U RC-3 Cloth Ribbon Bin, Manulachata. V H Blachnitun, NO SIIBSIITU1 ION 10 Each $7211 $/21.10 $7385 $/33 hu $/554 14454 $/$540 $8888 $88880 $//41 $/74 10 141 Sllvai Sidi (Modal & Ribbon Sol), A15115 Rlladia111, RC• 2u Ulailn Rlblaal (5d1ai Flunt/HII11d F10111, Puhaluld Bach), A(1023WW (MIAMI FIRE DORT ), Had bachptuuud Penul, A32// 1hu City u) Miami Maio Cu Flotilla Sual with Hall Rea Rim, A/009 (5Il VBR 5 rAR), Rad 8auh)luulal Paned with MulchalJ RC.213Clulli Rita and Elm. Mdllulal:lulnl. V.1.1 Blac11111a,l. NU 5)1B1)r1'I U1'ION 1U E4111 $44 la $441 au $4.55)' $43:1,1u $44540 $49 IIU $:190 l)0 145 nli $450 00 Approved by: ' t. Department Director/Designee 'epared by: Teresa Soto, March 2019 TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supply Inc. Oaks International Trading Dana Safetl( SSSSS,ppIy, Inc. Extended Amount Global Tradinc,L, llnc. Extended Amount GT Distributors, Unit Price 0.I054 Inc. Extended Amount Item 142 Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Unit Price Bnnite Sidi (Model 5 RII1bu11 Sol), A15115 V118 Rinnto, I1C•:14 13I9Pn RI11huil (Satin Flulll/111IIIn 1' nail, Po hunted Buck), A0823W W (MIAMI FIRE 111: P I ), Plod Banh'lnunu Puna' A32/ / Thu (Ay ul Mo,oUI (lulu Co Flonda Saul wail Haul Red Rini, A/UUIiA (HR(1N/E STAR). Hod Hachipound Ponul with Molnha,U RC-:14 Clulh Ribbon Bel, Mniiiiiiiiiiiiioi V 11 blu,:kllllull, NC) 5UF1511111111114 10 Each $39 14 03(1149 03810 $381 00 53895 538950 8455(1 045500 $31)040 143 P,uIIa Moan (Mudul & Rlbllu, Sul), A201U with Hold Pulillu Peals, VHS KK, RC.45 Ualpn Ribbon (Soli, Ruin/11111u Flu111, Pllulwd BBuk), Ah0123W W (MIAMI FINE DEP T ), Held Minn Baukjou lP,uul AS/it rho Cllyul Miami Dodo Co Ruud, Sual whin ((aol Rod Rini. A18232 (PURPLE FIEAR I), WIolo Backuluund P.411u1 wa11, Matclnn( HC'45 Cloth RIHIwn bat, Man,lu,l„o,' V 11 Bla,.hlnlull. NO SUBS I II 01 ION 10 Edon $05 33 $1153 30 $80.5U $1.(135 UU _ $fill U 1 $080,10 $79 71.1 $/9/.n0 $69 tin $libli UU 144 Dlalu,3l,a1ln1 Soli/inn wllh Slma (Mudd( $ 111141011 Sul). A:92112 V118 KK, 1-tC•24 0( JIM R1011011 (Salle F,00OH(Ulo Fluid, Pollshnd Sack), AlIS S W W (MIAMI F IRE DEP I ), Rod Ba1:k91uuul Pww( A32// 11 in City ul Miami Dann Cu Flunda Soul well Hull Itnd Rini, A0821M (DIS IINGUISI LED SERVICE with S1ela), Roil back o out Raoul with MelchmJ RC- 24 Cloth HIlihull Ual, Mo,,,,Ia 9uwa1. V H. Bl,ck,nloo, NO SUBS ITUr1ON 10 Each $541.713 $5117 611 $6051.1 $011500 $8183 $ol8,:1( sub so $tiot00 $513/ $6:1:1/0 145 MnJul ul Maul (Modal & Ribbon Sul). A 1 /89 VI lb KK, HC-311 Diann Rillwn (PuBsh8J - Salon FIUIII, P,,IInllud bank). EnUlaoo (MIAMI FIRE DEPT ) Inlu nlnd4l plain, No Enamel, A62113 Rod R,11 Snol, A/ 124 (MEDAL OF MERIT). Rod Sank0,uo,d Panel with Malchng) RC•311 Cloth Rlllhun Bdl, Mauulaulul m' V H 8hmkulon, NO SUHSTITUTION (0 Each $59 78 $5111.6(1 $60 50 $615 00 $01.83 8618 30 SUN sU $1485 0U 1.03 31 $033 /, 146 InsiiUla • School Rosoulco Otlicnl, ("S R 0"). Rhudunn, Manuloclmul • V H Slackulun, Style 5, Sul of Two (2), NC/SUBSTITUTION. lU Each $1509 $1509(1 $15.0C1 $15000 $1531) $1531)0 $2644 $20440 $1512 $15/20 147 Insignia - School Rusuun:u Olhcur, ("S R.0 "), Kw.,I•Kl.d, Manula,aulnl - V H B1achmlwl, Style 5, Sot 01 Iwo (2). NU SUSST) ru1 ION I0 Emil $'ill 18 $201 1311 $20 51) $'OS NI $20 05 $21U 50 $21144 $264 4U $2 (5) $215 Ill 148 biannual • Cllau Nu0ullalo, Tennl, ("C N 1'."), Rlludomu, Munulauuoul - V H bItteh,m un, Styli) 5. Sul el I w„ (2), NO SUUSTI 10I ION 10 Ew:l, $15U9 $1511 nn $15U0 $150 lin $ I531) $ Ib3W $2U44 $26440 $15./2 $15/20 149 InaIUnla • Cllau Nogollullul, Twain, ("C N T "), Kotel Klan. M4111014u(Ulnl - V (4 8luckinlon, Slyln b, Sol ul lwu (2). 140 SUBSTI1 U1ION 10 Fnch $20 IB $'2l1n BU $2050 $205 I/O $2111/5 $700 50 $21i 44 $764 4(1 $211,1 $215 10 150 II Ia191nd - PU1l,e Inlunn0Uun 0111,:11, ("P I O "). 1lhou. , MmMaulu(ul • V I I alunh,ntun, SIybu 5, Sul of Iva, (2). NO Sl1BSTITUIIUN 10 Eo,ll $(5 (IU $150 U0 $150U SIS11110 $1530 $15:1011 $2865 $286511 $15 /2 $I!,/ 211 151 Inainnla - Pullin: lithe nuellon OOs:a,, ("P 1 0 "). Ka,,,I-Klou, M4oulw,lul in • V 11 blauklnlnn, SIybe 5. Sul of Iwo (2). NO SUBSTITU 11(1N 10 Eud, $20 18 $201 BU $20 Pu $2115 (61 $20 95 $211950 $78 05 $28050 $21 51 $215 IU 152 Ina,lJnlu - FIVI.1 nan1113 C.ild.,ui. ("F I C "), IIa4(1- hlau, Mauulonlul to - V (1 Hlaekuluu, S(ylu 5, Sal ul Twu (4 NO SUBSTI 11.1 I 1014 Ill Entll $20 IH $201 HII $20 S0 $: nS 110 $20 1.15 $2(35 50 $281ib $76B 50 $21 51 $215 10 Approved by: repared by: Teresa Soto, March 2019 r*/ Department Director/Designee TABULATION OF BIDS IFB 1016381, Purchase of Badges, Wallets, and Insignias Lawmen's and Shooters' Supply Inc. Oaks International Trading Dana Safety Suppj7, Inc. Extended Amount Global Trading, Inc. Extended Amount .. GT Distributors, Inc. Item Description Est. Qty UOM Unit Price Extended Amount Unit Price Extended Amount Unit Price Unit Price Unit Price Extended Amount 153 Ina1J111a - Field 11uu1101.1 Lleulenanl, ("F T.L "), Ka1al•Klo11, Mal Kdaululal • V H Bloukudno, Style 5, Sul 01 Two (2), NO SUBST ITU HON. 10 Fitch $20 16 $201 HO $20 50 $205 00 $20 OS $701) 50 $214 a5 $250 50 $21 51 154 11n101no • Huai Tiuu all., Su1Ueued, ("F T S "), halelSlad, Manulactulel • V I1 Blaekullun, Style 5, Sol of 1wu (2), NU SUSSTITUI ION 111 Each $20 18 $201 tit) $70 511 $205 00 $2005 $204150 $71155 $2116 50 $21 51 $2lb u1 $215 10 155 Iue101a - Field Twit tutu (llucm, ("F.T 0 "), H11ud1unl, Mannlalauna • VI-1 Blaeklmun, Style S, Sol 011'vw1 (2), NO SUBS 111 U IION 10 Each $1500 $151)00 $1500 $1500U $1530 $15350 $2771 $2/700 $15 (2 $15/20 156 hie)Uura • Huller Guar ), 3)0" Lollul, Rhudluul, Manulaclulte • V H Blackuduo, Style VHS-15, NO SUBSTITUTION. 10 Each $33 12 $331 211 $33 75 $337 S0 $34 46 , $344 60 $36 UU $300 00 535 3d $253.01) 157 luaupua • Hum' Owed, 3/6" Lullm. Gild Plate Fuuah, Manulaulurel • VI-1. Blaukullun, Slylu VHS. 15, NO SUBSTITUTION 1 u Each $33 12 $331 20 $33 75 $337 50 $34 46 $3.14 60 $36 DO $:150 00 —"-----' $:15 36 $353 00 158 Cap Badue - Fie Chaplain, Kate{ Klad, Red Run watt A44.1/ Ka,al HadBauKUruunnl/WIuiu Cluea, bus (51 uapdal lullele) 41 lip, and C11ap1aul (III uupuul Iu11uIa) at Ilelluln, Ma11111a1:11ao1 V H. HIol:kiulun, NU SUBS I I1 U'1I(1N 111 Fu1,h $22 04 $120 40 $22 70 $227 Oil $23 10 $231 60 $60 00 SIfMtl t311 $2'3 B0 $236 011 Total repared by: Teresa Soto, March 2019 $54,102.96 $56,031.30 $56,702.40 $57,802.80 $59,479 90 Approved by: Department Director/Designee Soto, Teresa 111.o.610C�..,, ,�.......,...0.....*,..1.9.4. .-.,,... From: Sent: To: Subject: Carol Barton <cbarton@blackinton.com> Wednesday, April 10, 2019 4:44 PM Soto, Teresa RE: Item Inquiry This is an emai from an external source. Do not c c : links or open attachments unless you r eco?nl_e the sender and know the cc•":ent is safe. I did check with our Sales team on this snap case, and it is discontinued. The item is not available. Carol Barton Customer Service Lead V.H. Blackinton & Co., Inc. 221 John L. Dietsch Blvd. Attleboro Falls, MA 02763-0300 800-699-4436 Ext 146 800-695-5349 Fax cbarton@blackinton.com www.blackinton.com From: Soto, Teresa <TSoto@miamigov.com> Sent: Wednesday, April 10, 2019 4:30 PM To: Carol Barton <cbarton@blackinton.com> Subject: RE: Item Inquiry Would this help? Badge Case -Slim Line or Strong Mini Badge Case for Mini Badge, Pwlenu`acturer: V.I-I. Elac!k neon, Style 2-1/2" x 2-1/2" Snap Flip, NO SUBSTITUTION Thank you gc`[ P. 4 n cSr£o- Procurement Contracting Officer City of Miami 444 S.W. 2'd Ave, 6th Floor Miami, FL 33130 T: 305-416-1919 F: 305-400-5024 TSotpra)mia: m,igov.com "Serving, Enhancing, and Transforming our Community" 1 From: Carol Barton jmailto:cbarton@blackinton.com] Sent: Wednesday, April 10, 2019 4:26 PM To: Soto, Teresa <TSoto@miamigov.com> Subject: RE: Item Inquiry CAUTION: Tn s is an email from an external source. Do n ' l' attachments le you c. ci:�:: ��:�� o� open at�a,., mans unless recognize d r d know � to safe. theSe'1..:2� aria. �< .� �i the content is Sa:_. I do not have a list of the measurements for the snap cases. I would need to some research and get back to you. Carol Barton Customer Service Lead V.H. Blackinton & Co., Inc. 221 John L. Dietsch Blvd. Attleboro Falls, MA 02763-0300 800-699-4436 Ext 146 800-695-5349 Fax cbarton@blackinton.com www.blackinton.com From: Soto, Teresa <TSoto@miamigov.com> Sent: Wednesday, April 10, 2019 4:11 PM To: Carol Barton <cbarton@blackinton.com> Subject: FW: Item Inquiry Importance: High Good Day, Please see below email and confirm as requested. Thank you Procurement Contrasting Officer City of Miami 444 S.W. 21d Ave, 6:h Floor Miami, FL 33130 T: 305-416-1919 F: 305-400-5024 2 'Serving, Enhancing, and Transforming our Community" * sytr �� ,tr It 0 1 From: Soto, Teresa Sent: Tuesday, April 9, 2019 7:36 AM To: 'Customer Service' <customerservice@blackinton.com> Subject: Item Inquiry Good morning, Per email below please confirm that the following item is discontinued: ,7edga Case -Slim Line or Strong Mini Badge Case for Mini Badge, Manufacturer: V.H. 5lackinton, Style 2-1/2" x 2-1/2" Snap Flip, NO SUBSTITUTION Thank you 1+- craf0- Procurement Contracting Officer City of Miami 444 SAN. 2nd Ave, 6' Floor M;ami, FL 33130 T: 305-416-1919 F: 305-400-5024 S Jt_ rnlaO,, Om 'Serving, Enhancing, and Transforming our Community" From: Customer Service (mailto:customerservice@blackinton.com] Sent: Thursday, March 28, 2019 8:31 AM To: Soto, Teresa <TSoto@miamigov.com> Subject: FW: Contact Us (from SharePoint) 3 l„AUT,3,' : T is an c:'.-. i.'m ...._ E-:terf;a' Do not Click i.nes Or open attachments lnie s5 you . _ o ni-e the sen4a` and kno , the content is safe. Teresa, Most of the snap flip cases have been discontinued. For the mini badge we offer the 301 & 302 Carol Barton Customer Service Lead V.H. Blackinton & Co., Inc. 221 John L. Dietsch Blvd. Attleboro Falls, MA 02763-0300 800-699-4436 Ext 146 800-695-5349 Fax cbarton@blackinton.com www.blackinton.com From: noreply@blackinton.com <noreply@blackinton.com> Sent: Tuesday, March 26, 2019 1:13 PM To: webforms@blackinton.com Subject: Contact Us (from SharePoint) We received a query. Details as follows. Name: Teresa Soto Company: City of Miami Address: 444 SW 2 Avenue City: Miami State: Florida ZipCode: 33130 Phone: 3054161919 Email: tsoto@miamigov.com Please advise if the following is still available: badge case, slim line or strong mini badge case for mini badge Message: 2 1/2" x 2 1/2" snap flip 4 Detail by Entity Name Page 1 of 2 Florida Department of State ;��9s.org r l '��;, Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by Entity Name Florida Profit Corporation LAWMEN'S AND SHOOTERS' SUPPLY, INC. Filing Information Document Number F53817 FEI/EIN Number 59-2223132 Date Filed 11/16/1981 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 10/15/1982 Event Effective Date NONE Principal Address 7750 9TH ST. S.W. VERO BCH., FL 32968 Changed: 06/11/1990 Mailing Address 7750 9TH ST. S.W. VERO BCH., FL 32968 Changed: 06/11/1990 Registered Agent Name & Address KNIGHT, REED CJR 7750 9TH ST SW VERO BEACH, FL 32968 Name Changed: 02/08/2012 Address Changed: 02/08/2012 Officer/Director Detail Name & Address Title PST KNIGHT, C REED JR 7750 9TH ST. S.W. VERO BEACH, FL 32968 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 2 of 2 Title V KNIGHT, REED CIII 7750 9TH ST. S.W. VERO BEACH, FL 32968 Annual Reports Report Year Filed Date 2017 02/16/2017 2018 02/14/2018 2019 02/22/2019 Document Images 0212212019 — ANNUAL REPORT 02114/2018 — ANNUAL REPORT 02/16;2017 — ANNUAL REPORT 02101/2016 — ANNUAL REPORT 02/20/2015 — ANNUAL REPORT 01/15/2014 — ANNUAL REPORT 01117,2013 — ANNUAL REPORT 02;0812012 — ANNUAL REPORT 04122/2011 — Rea. Agent Change 03/25/2011 —ANNUAL REPORT 01/27/2010 — ANNUAL REPORT 03.126/2009 — ANNUAL REPORT 03/25:2008 —ANNUAL REPORT 04:25112007 — ANNUAL REPORT 04/20/2006 —ANNUAL REPORT 04/15/2005 — ANNUAL REPORT 05/03/2004 —ANNUAL REPORT 04/03/2003 — ANNUAL REPORT 04/23/2002 —ANNUAL REPORT 05/11/2001 —ANNUAL REPORT 05/10/2000 — ANNUAL REPORT 04/25/1999 — ANNUAL REPORT 05/14/1998 — ANNUAL REPORT 04/25/1997 — ANNUAL REPORT 05;01/1996 —ANNUAL REPORT 04/27/1995 —ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format FloMda Oeoar,ent of Scare. O,v.s,on of Corporations http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 1 of 2 Fonda Department of State ' Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by Entity Name Florida Profit Corporation OAKS INTERNATIONAL TRADING, INC. Filing Information Document Number P02000105108 FEI/EIN Number 32-0036965 Date Filed 09/30/2002 Effective Date 09/26/2002 State FL Status ACTIVE Principal Address 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 UN Changed: 02/06/2012 Mailing Address 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 Changed: 02/06/2012 Reqistered Agent Name & Address KIRSCHNER, NEALA 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 Name Changed: 02/06/2012 Address Changed: 02/06/2012 Officer/Director Detail Name & Address Title PST KIRSCHNER, NEAL ALLEN 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 Title VD http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 2 of 2 KIRSCHNER, Donna C. VP 259 GUS HIPP BLVD ROCKLEDGE. FL 32955 Title SECR HOLWERDA, NICOLE K 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 Title Treasurer Holwerda, Chad L 259 Gus Hipp Blvd Rockledge, FL 32955 Annual Reports Report Year Filed Date 2017 03/02/2017 2018 03/19/2018 2019 03/06/2019 Document Images 03/C6/2019 — ANNUAL REPORT 03/19/2018 — ANNUAL REPORT 03/02!2017 — ANNUAL REPORT 04/04/2016 — ANNUAL REPORT 02/25/2015 — ANNUAL REPORT 01/09/2014 — ANNUAL REPORT 04107/2013 — ANNUAL REPORT 02/0612012 — ANNUAL REPORT 02'021201 1 — ANNUAL REPORT 02/10/2010 — ANNUAL REPORT 02/11/2009 —ANNUAL REPORT 03/20/2008 — ANNUAL REPORT 04/10/2007 — ANNUAL REPORT 04/06/2006 —ANNUAL REPORT 04/14/2005 —ANNUAL REPORT 04;12/2004 — ANNUAL REPORT 03/17/2003 —ANNUAL REPORT 09/30/2002 — Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format ^ Orda Deoa'merc of ir_c=. Drv,3ion of _or;aroc:ors http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 1 of 3 Florida Department of State Department of State / Division of Corporations / Search Records / Detail Sv Document Number / CF C?SPA Detail by Entity Name Florida Profit Corporation DANA SAFETY SUPPLY, INC. Filing Information Document Number P09000099964 FEI/EIN Number 27-1557226 Date Filed 12/11/2009 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 02/05/2010 Event Effective Date NONE Principal Address 4809 Koger Boulevard GREENSBORO, NC 27409 Changed: 01/23/2019 Mailing Address 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Changed: 01/17/2018 Registered Agent Name & Address ACKMAN, JOANNE A 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Name Changed: 02/13/2017 Address Changed: 01/17/2018 Officer/Director Detail Name & Address Title VP, Director GRAHAM, ALEXANDER M 1725 Memorial Park Drive JACKSONVILLE, FL 32204 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 2 of 3 Title Secretary, Treasurer, Director, VP CURRY, JEFFERY S 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Title CEO, Director, VP GRAHAM, HAMPTON H 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Title Asst. Secretary HOBBS, WANDA J 4809 Koger Boulevard GREENSBORO, NC 27409 Title President Russo, David 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Annual Reports Report Year Filed Date 2017 02/13/2017 2018 01/17/2018 2019 01/23/2019 Document Images 01/23/2019 — ANNUAL REPORT 011172018 — ANNUAL REPORT 03/07/2017 — AMENDED ANNUAL REPORT 02/13/2017 -- ANNUAL REPORT 03/15/2016 — AMENDED ANNUAL REPORT 01 /22/2016 -- ANNUAL REPORT 02/19/2015 — ANNUAL REPORT 01/10/2014 —ANNUAL REPORT 01/28/2013 — ANNUAL REPORT 01/24/2012 — ANNUAL REPORT 05/03/2011 —ANNUAL REPORT 02/18/2011 — ANNUAL REPORT 01/25/2011 — ANNUAL REPORT 02.125/2010 —ANNUAL REPORT 02.22/2010 — ANNUAL REPORT 02:05/2010 — Name Change 12/11/2009 — Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Viev image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/6/2019 Detail by Entity Name Page 3 of 3 http://sears h. sunb iz. org/Inquiry/CorporationSearc II/Se arc hResultDetail?inquirytype=Entity... 5/6/2019 Quote: 2579364 (RFQ 1016381) Page 1 of 7 Attachments Requisitions Sourcing i Navigator Negotiations Intelligence Favorites Negotiations > Simple Search > Quote History (RFQ 1016331) > Quote: 2579364 (RFQ 1016381) Home Logout Preferences Help Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Active Note to Buyer Name No results found. Requirements Shoav Ali Details I Hide All Details Details Section J Hide General Requirements Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address: City, State, and Zip Code: Business Telephone Number: Fax Number: E-Mail Address: Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Office Location: City of Miami, Miami - Dade County, or Other Will Subcontractor(s) be used? (Yes or Invitation for Bid for the Purchase of Badges, Wallets, and Insignias 0 seconds Sealed USD Walker -Keen, Gail Title Actions 'Online Discussions v Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Update Delete 19-Mar-2019 13:00:00 Price Only Lawmen's and Shooters' Supply Inc 31-May-2019 Included Maximum Score 0 Score 0 Previous I 1-25 of 27 v Next 2 Target Maximum Value Quote Value Score Score Lawmen's & Shooters' Supply, Inc. Corporation 1,981 1910 82nd Avenue, Suite 102 Vero Beach, FL 32968 772-569-8700 772-569-2955 bids©lawmens.net 13189 Indian River County FL 30-Sep-2019 Indian River County - Vero Beach FL No http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 2 of 7 No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/19). 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: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: 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. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference 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 reference company/agency listed: Total N/A none Marion County Sheriffs Office 692 NW 30th Avenue Ocala, FL 34475 Wendy Blaznik 352-368-3571 02/2019 - 08/2019 Miami -Dade Fire Rescue 9111 NW 25th Street Doral, FL 33172 Luis Esplugas 305-471-2890 11/2018 - 09/2019 Fort Pierce Police Department 920 South US Highway 1 Fort Pierce, FL 34950 Previous 11-25 of 27 v; Next 2 -) 0 0 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 1 of 5 Attachments Sourcing IL Navigator - Favorites Requisitions l Negotiations Intelligence Negotiations > Simple Search > Quote History (RFQ 1016381) > Quote: 2579364 (RFQ 1016381) Home Logout Preferences Help Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name No results found. Requirements Invitation for Bid for the Purchase of Badges, Wallets, and Insignias 0 seconds Sealed USD Walker -Keen, Gail Active Title Actions (Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Update Delete Show All Details I Hide All Details Details Section 3 Hide General Requirements Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Total Contract Terms Variables Details Section No variables found. Deliverables Clause 19-Mar-2019 13:00:00 Price Only Lawmen's and Shooters' Supply Inc 31-May-2019 Included Maximum Score 0 Go I Score 0 Previous 25 126-27 of 27 V J Next Target Maximum Value Quote Value Score Score Melissa Alexander 772-467-6810 10/2019 - 9/2019 Variable 0 Description Value 0 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 7 Contract Terms Variables Details Section Clause Variable Description Value No variables found. Deliverables Deliverable Name No deliverables found. Lines Due Date Status Alert Update Y(TIP All prices are in USD. Quote Total (USD) 54,102.95 Previous 1 1-25 Next 25 Show All Details 1 Hide Alt Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show 1 Badge - Breast- 2 97.25 Each 10 972.50 4 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBS I l I UTION. +, Show 2 Badge - Breast- 2 48.18 Each 10 481.80 4 Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style 13537, NO SUBS I I I UTION. Show 3 Badge - Breast- 2 97.25 Each 10 972.50 4 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS 111 UTION. 71- Show 4 Badge - Cap - 2 89,73 Each 10 897.30 4 Major/Commander, Karat-Klad/Solid Struck, Manufacturer - http://imap l .riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 7 V.H. Blackinton, Style B627K, NO SUBS I l I UTION. +; Sho.:•, 5 Badge - Cap - 2 89.73 Each 10 897.30 4 Chief, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627A, NO SUBS I 1 I UTION. Sho.» 6 Badge - Cap - 2 89.73 Each 10 897.30 4 Deputy Chief, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627U, NO SUBS 11 I UTION. Show 7 Badge - Cap - 2 89.73 Each 10 897.30 4 Captain, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627D, NO SUBS I I I UTION. 8 Badge - Cap - 2 89.73 Each 10 897.30 -1 Lieutenant, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627F, NO SUBS Ill UTION. +, Sh .:; 9 Badge - Cap - 2 89.73 Each 10 897.30 4 Sergeant, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627E, NO SUBS I I. I UTION. +; Shov; 10 Badge - Cap - 2 44.15 Each 10 441.50 4 Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B627H, NO SUBS I 1 I UTION. Sho,; 11 Badge - Wallet- 2 97.25 Each 10 972.50 4 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. J Shan; 12 Badge - Wallet 2 89.73 Each 10 897.30 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 7 - Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS I 1 I UTION. Show 13 Badge - Wallet 2 44.15 Each 10 441.50 4 - Rank, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS i l I UTION. + Show 14 Badge - Color 2 97.25 Each 10 972.50 4 Seal, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style 6537, NO SUBS I 1 I UTION. yj Show 15 Badge - Color 2 48.18 Each 10 481.80 4 Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBS 11 I UTION. Show 16 Badge - Color 2 89.73 Each 10 897.30 4 Seal, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS 11 I UTION. 3 Show 17 Badge - 4 4.64 Each 10 46.40 4 Miniature 1" Badge, Gold Plate/Solid Struck, Manufacturer - V.H. Blackinton, Style A10383, NO SUBS 111 UTION. ; SShow 18 Badge - 1 53.21 Each 10 532.10 4 Detective - Chief Badge, High Glo, Manufacturer - V.H. Blackinton, Style BC3120, NO SUBS I 1 I UTION. i Show 19 Insignia - Two 2 19.17 Each 10 191.70 4 (2) Stars on a Bar, Karat-Klad, Manufacturer - http://imap l .riverside. cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 7 V.H. Blackinton, Style A5211-2", NO SUBS I 1 I UTION. J Shovv 20 Insignia - Two 2 (2) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-1", NO SUBS 11 I UTION. +3 Shov; 21 Insignia - 2 Three (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-3", NO SUBS I 1 I UTION. Shov 22 Insignia - 2 Three (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5210-3", NO SUBS I 1 I UTION. S'-o,v 23 Insignia - Four 2 (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-4", NO SUBS I 1 I UTION. Skcy, 24 Insignia - Four 2 (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-4", NO SUBS I l 1 UTION. Shoal 25 Insignia - 2 Neighborhood Resource Officer ("N.R.O."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. 19.17Each 10 191.704 24.31 Each 10 243.10 4 24.31 Each 10 243.10 29.19 Each 10 291.90 29.19 Each 10 291.90 15.09 Each 10 150.90 4 Previous I1-25 J Next 25 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OAJ sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 7 of 7 Return to Quote History (RFQ 10163811 Actions 'Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 20e6, Ora 7. http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2579364 (RFQ 1016381) Page 2 of 6 !TIP All prices are in USD. Quote Total (USD) 54,102.95 Previous 25 126-50 v Next 25 :?) Show All Details I Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Sho.v 26lnsignia - 2 15.09 Each 10 150.90 4 Crisis Intervention Team ("C.I.T"), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS II I UTION. +, Show 27Insignia - 4 30.18 Each 10 301.80 4 Crisis Intervention Team ("C.I.T"), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Show 28Insignia - 2 15.09 Each 10 150.90 4 Rapid Deployment Force ("R.D.F."), initials only, Rhodium, Manufacturer - V.H. Blackington, Style 5, Set of Two (2), NO SUBS I 1 i UTION. Show 29Insignia - 1 18.8 Each 10 188.00 4 Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBS III UTION. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 6 +; Sh30Insignia - 2 22.98 Each 10 229.80 4 Special Weapons and Tactics Officer ("S. W.A.T."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBS I 1 I UTION. +; Show 31 Insignia - 2 15.09 Each 10 150.90 4 Drug Recognition Enforcement, ("D. R. E."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. Show 32Insignia - 1 20.18 Each 10 201.80 4 Drug Recognition Enforcement, ("D.R.E."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. Show 33Insignia - Tie 3 15.88 Each 10 158.80 4 Bar with City Seal, Rhodium, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS I I I UTION. Show 34Insignia - Tie 3 15.88 Each 10 158.80 4 Bar with City Seal, Gold Plated, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS 11 I UTION. +; Shc',v 35Insignia - 2 24.31 Each 10 243.10 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A982-3, Set of Two (2), NO http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 6 SUBS I 1 I UTION. +; Shovi 36Insignia - 2 22.14 Each 10 221.40 4 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1141, Set of Two (2), NO SUBS 11 I UTION. 3 Show 37Insignia - 2 22.14 Each 10 221.40 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1975, Set of Two (2), NO SUBS III UTION. S'r:ovv 38Insignia - 2 25.48 Each 10 254.80 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A2003, Set of Two (2), NO SUBS I I I UTION. w Sh:o:», 39Insignia - 2 17.37 Each 10 173.70 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5573, Set of Two (2), NO SUBS III UTION. Show 40Insignia - 2 18.48 Each 10 184.80 4 Commander Diamond (Small), Karat-Klad, Manufacturer - V.H. Blackinton, Style A10506, Set of Two (2), NO SUBS 11 I UTION. +; Show 41 Insignia - 2 18.48 Each 10 184.80 4 Commander Diamond (Large), Karat- Klad, Manufacturer - V.H. Blackinton, Style A4710, Set of Two (2), NO SUBS 111 UTION. +_:; Show 42 Badge Case - 3 19.18 Each 10 191.80 4 Slim Line or Strong Badge http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 6 Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/2 Flip Style, NO SUBS 1 I UTION. Sho•,v 43 Badge Case - 3 19.18 Each 10 191.80 Slim Line or Strong Badge Case with Black Suede Hap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/1 Book Style, NO SUBS I 1 I UTION. Sho,,v 44 Badge Case - 3 19.18 Each 10 191.80 Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBS I 1 I UTION. Show 45 Badge Case - 3 19.18 Each 10 191.80 4 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/2 Flip Style, NO SUBS 111 UTION. -. Shove 46 Badge Case - 4 21.3 Each 10 213.00 4 Slim Line or Strong Badge Case with Embossed Badge on Cover, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBS I 1 I UTION. Shop; r 47 Badge Case - 1 0.01 Each 10 0.10 3 Slim Line or Strong Mini Badge Case for Mini Badge, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 6 Manufacturer - V.H. Blackinton, Style 2-1/2" X 2- 1/2" Snap Flip, NO SUBS I 1 I UTION. Sho,v 48 Badge Case - 3 19.18 Each 10 191.80 4 Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Flip, NO SUBS I 1 I UTION. Show 49 Refurbishing 4 41.17 Each 10 411.70 4 of Badges - Rhodium Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSII I UTION. Sro 50 Refurbishing 4 41.17 Each 10 411.70 4 of Badges - Rhodium Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBS ill UTION. Return to Award by Quote (RFQ 1016381) 13') Previous 25 26-50 v Next 25 )) Actions 'Online Discussions vI Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006. Oracle. All rights reserved. http://imapl .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 2 of 8 '!TIP All prices are in USD. Quote Total (USD) 54,102.95 Previous 25 151-75 v Next 25 Show All Details 1 Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Sho:r 51 Refurbishing 4 19.97 Each 10 199.70 4 of Badges - Karat-Klad Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Show 52 Refurbishing 4 19.97 Each 10 199.70 4 of Badges - Karat-Klad Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBSTITUTION. S hew 53 Badge - 2 89.73 Each 10 897.30 4 Breast -Ranks (A3277), Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. T Show 54 Badge - Police, 1 89.73 Each 10 897.30 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627EE, NO SUBS I I I UTION. J Show 55 Badge - Color 2 44.15 Each 10 441.50 4 Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS I I I UTION. +; Show 56Insignia - 1 24.31 Each 10 243.10 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1140, Set http://imap 1.riverside. cmgov.net: 8003 /OA_HTML/OA. j sp?OAFunc=PONRES ENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 8 of Two (2), NO SUBS II I UTION. Show 57 Badge Case - 2 18.43 Each 10 184.30 4 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/1 Flip Style, NO SUBSIIIUTION. Show 58Shirt Badge - 3 40.86 Each 10 408.60 4 Firefighter, Silver Pinback Black Block with Hard Enamel Letters Seal A6989 15/16 inches Silver with Red Background with Name, Firefighter, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBS I I I UTION. Show 59Shirt Badge - 2 80.4 Each 10 804.00 4 Fire Inspector, Gold Pinback Black Block with Hard Enamel Letter Seals A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Fire Inspector, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS II I UTION. 47 Show 60 Shirt Badge - 2 80.4 Each 10 804.00 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 8 Fire Lieutenant, Gold Pinback Black Block with Hard Enamel Letters Seal A3025 15/16 inches, Gold with Red Enamel Background, Name, Fire Lieutenant, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS I I I UTION. ±1 Sho',v 61 Shirt Badge - 2 80.4 Each 10 804.00 4 Fire Captain, Gold Pinback Black Block with Hard Enamel letters Seal A2997 15/16 inches, Gold with Red Enamel Background with Name, Fire Captain, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS II(UTION. Show 62 Shirt Badge - 2 80.4 Each 10 804.00 4 Chief Fire Officer, Gold Pinback Black Block with Hard Enamel Letters Se& A2991 15/16 inches, Gold with Red Enamel Background with Name, Chief Fire Officer, Miami http://imap l .riverside. cmgov.net: 8003/OA_HTML/OA. j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 8 Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS I 1 I UTION. +, Show 63 Shirt Badge - 2 80.4 Each 10 804.00 4 Executive Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A3028 15/16 inches, Gold with Red Background with Name, Executive Officer, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I 1 I UTION. T. Show 64 Shirt Badge - 2 80.4 Each 10 804.00 4 Assistant Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches, Gold with Red Enamel Background with Name, Assistant Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS III UTION. Shoe; 65 Shirt Badge - 2 80.4 Each 10 804.00 4 http://imapl .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 8 Deputy Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches Gold with Red Enamel Background with Name, Deputy Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturet: V. H. Blackinton, Style No. B-38 KK, NO SUBS I 1 I UTION. 47 Show 66 Shirt Badge - 2 80.4 Each 10 804.00 4 Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2963 15/16 inches, Gold with Red Enamel Background with Name, Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I 1 I UTION. Sho:v 67 Collar Insignia 1 30.16 Each 10 301.60 4 - Executive Officer, Karat Klad, 1/2 inches, City of Miami Seal in the Center, to Read Executive (capital letters - above the seal in black block letters), Officer (capital letters - below the seal in black http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRES ENQ_V IE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 7 of 8 block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBS II I UTION. Sho,,; 68Collar Insignia 1 16.57 Each 10 165.70 4 - Fire Lieutenant, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A3026, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. +, chow 69Collar Insignia 1 16.57 Each 10 165.70 4 - Fire Captain, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A2998, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Sho',; 70 Collar Insignia 1 16.57 Each 10 165.70 4 - Fire Inspector, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A4021, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Show 71 Collar Insignia 1 16.57 Each 10 165.70 4 - Chief Fire Officer, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seals A2992, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 8 of 8 +; Show 72 Collar Insignia 1 16.57 Each 10 165.70 4 - Deputy Fire Chief, 11/16 inches, Karat- Klad With Short Screw Back, with Hard Red Enamel Seals A2989, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. Shor,v 73 Collar Insignia 1 16.57 Each 10 165.70 4 - Fire Chief, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A2964, Manufacturer: V. H. Blackinton,NO SUBS I l I UTION. ShoYi 74Cap Badge - 1 36.09 Each 10 360.90 4 Firefighter, Silver Screw Post, with Hard Red Enamel A6989 Silver with Red Background, Miami (in capital letters) at Top and Fire Dept. (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 RH, NO SUBS I I I UTION. Show 75Cap Badge - 1 29.52 Each 10 295.20 4 Fire Lieutenant, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style A2912, NO SUBS I 1 I UTION. Return to Award by Quote (RFQ 1016381) __ � Previous 25 151-75 v; Next 25 Actions Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 2 of 6 i) Previous 25 (76-100 v] Next 25 ) Show All Details 1 Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes 1 Show 76 Cap Badge - 1 29.52 Each 10 295.20 4 Fire Captain, Karat-Klad Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A175, NO SUBS iiIUTION. -TIShow 77 Cap Badge - 1 29.52 Each 10 295.20 4 Chief Fire Officer, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A2910, NO SUBS I 1 I UTION. ±; Show 78 Cap Badge - 2 46.37 Each 10 463.70 4 Executive Officer, Karat-Klad, White Rim with City of Miami Seal, Executive Officer (in capital letters) A6201 in the Center of the Red Trim, on the Rim, Manufaturer: V. H. Blackinton, Style No. A11857, NO SUBS I l I UTION. .+; Shan 79 Cap Badge - 2 46.37 Each 10 463.70 4 Assistant Fire Chief, Karat-Klad White Enamel Rim with A2988 Red Middle Background, Assistant Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3317, NO SUBS I 1 I UTION. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 6 Show 80 Cap Badge - 2 Deputy Fire Chief, Karat-Klad, White Rim with A2988 Red Middle Background, Deputy Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3375, NO SUBSTITUTION. +j Show 81 Cap Badge - 2 Fire Chief, Karat- Klad, White Rim with A2963 Red Middle Background, Fire Chief (in capital letters) on the rim, Manufacturer: V. H. Blackinton, Style No. A10434, NO SUBS i l 1 UTION. Show 82 Leather Book 3 Style Badge Case - with Suede Badge Protector, Identification Window, Exact Fit. Recessed Cut -Out to Fit B38 Badge. Manufacturer: V. H. Blackinton, Style No. 1, NO SUBS ! 1 I UTION. Show 83 Distinguished 1 Service Medal, Karat-Klad, Finish, Complete with Drape Style Ribbon and Safety Catch, Manufacturer: V. H. Blackinton, Style No. A3282, NO SUBSTITUTION. Show 84 Commendation 3 Insignia - Clutch Back, Complete with One (1) 46.37 Each 46.37 Each 19.03 Each 57.85 Each 4.11 Each 10 463.70 4 10 463.70 4 10 190.30 4 10 578.50 4 10 41.10 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp :'OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 6 Gold Star, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I I I UTION. 3 Show 85 Commendation 3 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. 3 Show 86 Commendation 3 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I 1 I UTION. .3 Show 87 Commendation 4 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. +� Show 88 Commendation 4 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-3, NO SUBSTITUTION. Show 89 Commendation 4 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-24, NO SUBSTITUTION. E Show 90 Commendation 4 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-26, NO SUBS I 1 I UTION. 4.99 Each 5.87 Each 3.23 Each 3.23 Each 3.23 Each 3.23 Each 10 49.90 4 10 58.70 10 32.30 4 10 32.30 4 10 32.30 4 10 32.30 4 http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 6 Show 91 Commendation 4 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-34, NO SUBS I I I UTION. ,J Show 92 Name Tag - 3 Silver and Gold Polished, 3" x 5/8", Manufacturer: V. H. Blackinton, Model: J2, NO SU BSTITUTIO N 3 Show 93 Badge - Large 1 Single Star KK, Style A3451, Manufacturer: V.H. Blackinton, NO SUBS1 I UTION ±j Shore 94 Badge - Wallet 2 - Officer, Style B537, Gold Stamp Lettering, Miami (on top), Police (on bottom) Unit (at time of order), Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION Show 95 Badge - Small 1 Single Star KK, Style A6155, Manufacturer: V.H. Blackinton, NO SUBS 111 UTION. Shoe 96 Badge Cases - 2 Add Lettering Gold Stamp i.e., Miami Police Staff, Miami Police Investigator, City of Miami Staff, etc., Manufacturer: V.H. Blackinton, NO SUBS I I I UTION. J Show 97 Investigations 1 Wallet - Badge No. BC3120 Solid 3.23 Each 8.95 Each 15.46 Each 2 Each 15.46 Each 2 Each 53.21 Each 10 32.30 4 10 89.50 4 10 154.60 4 10 20.00 4 10 154.60 4 10 20,00 4 10 532.10 4 http://imapl .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 6 Back, Serial No. AC11434 Full Color Seal with Attachment F11- 6, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Show 98 Book Style Wallet Badge Case for BC3120, Cut Out Badge for No. BC3120, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION. ±; Show 99 Balance of Line Minimum Percentage Discount off Catalog List Price for Products Not Specified in this Solication (i.e., 40% = .40). Show 100 Custom Badge, #B538, Rhodium, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016381) 25.8 Each 10 258.00 4 0.325 Percentage 1 0.33 4 38.37 Each 10 383,70 J Previous 25 176-100 v Next 25 >. Actions Online Discussions j Go Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Ccpyr:ght (c) 2006, Oracle. All r,ghts reserred http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 2 of 9 Previous 25 1101-125 v Next 25 Show All Details I Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Sow 101 Custom 1 42.4 Each 10 424.00 4 Badge, #B538, Gold Plate, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Sho,,.1 . 102 Insignia - 1 17.37 Each 10 173.70 4 ✓ i� � Lieutenant Bars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A1973, Set of Two (2), NO SUBS I I I UTION. 5- v, 103 Balance of 2 0.325 Percentage 1 0.33 4 Line Percentage Discount off Catalog List Price for Products not Specified in this Solicitation, 32.5%. Sho;. 104Shirt Badge 2 80.4 Each 10 804.00 4 - Public Education, Gold Pinback Black Block with Hard Enamel Letters Seals, A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Public Education, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 9 No. B-38 KK, NO SUBSTITUTION. 3 Show 105Shirt Badge 2 - Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Medical Director, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. -3 Show 106 Shirt Badge 2 - Associate Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Associate Medical Director, Miami Fire Department (in capital letters), FL at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. 3 Show 107Shirt Badge 2 - Fire Communications Operator, Silver Pinback Black Block with Hard Enamel Letters 40.86 Each 40.86 Each 10 408.60 4 10 408.60 4 40.86 Each 10 408.60 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 9 Seal A3907 15/16 inches, Blue Background with Name, Communications Operator, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. j Show 108Shirt Badge 2 - Fire Communications Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. 3 Show 109 Shirt Badge 2 - Fire Communications Center Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications 80.4 Each 80.4 Each 10 804.00 4 10 804.00 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 9 Center Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I 1 I UTION. J Show 110Shirt Badge 2 - Fire Chaplain, Gold Pinback Black Block with Hard Enamel Letters Seal A7191 15/16 inches, Red Background with Name, Fire Chaplain, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSIiIUTION. - Show 111 Shirt Badge 1 - Pink Cancer, Hose Pink Pinback Black Block with Hard Enamel Letters Seal A12102FC 15/16 inches, Pink Background with Name, City of Miami Fire - Rescue Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 Pink, NO 80.4 Each 34.82 Each 10 804.00 4 10 348.20 4 http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 9 SUBSTITUTION. 5-112Shirt Badge 1 - Fire Honor Guard, Gold Pinback Black Block with Hard Enamel Letters, Honor Guard (in capital letters) at Top, Seal A4020 15/16 inches, Red Background with Name, City of Miami Fire - Rescue (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-30 KK, NO SUBSTITUTION. E Show 113 Collar Insignia - Assistant Fire Chief, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seal A2989, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 114 Collar 1 Insignia - Public Eduation, Karat- Klad, 1/2 inch, City of Miami Seal in the Center, to Read Public (capital letters - above the seal in black block letters), Education (capital letter - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 80.4 Each 16.57 Each 30.16 Each 10 804.00 4 10 165.70 10 301.60 4 http://imapl.riverside.cmgov.net:8003/OA HTML/OA jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 7 of 9 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBS 111 UTION. ±; Show 115 Collar Insignia - Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. +� Show 116Collar Insignia - Associate Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 117 Collar 2 Insignia - Fire Communications Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. Show 118 Collar 2 Insignia - Fire Communications Center Supervisor, 11/16 inches, Karat-Klad with Short Screw 13.71 Each 13.71 Each 16.57 Each 16.57 Each 10 137.10 4 10 137.10 10 165.70 4 10 165.70 4 http://imap1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 8 of 9 Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 119 Collar Insignia - Fire Chaplain, Karat- Klad with Short Screw Back, with Hard Red Enamel, Manufacturer: V. H. Blackinton, Style B-832, NO SUBSTITUTION. +I Show 120 Cap Badge - 1 Honor Guard, Gold Screw Post, with Hard Red Enamel A4020 Karat- Klad with Red Background, Honor (in capital letters) on Top and Guard (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 KK, NO SUBSTITUTION. c 121Insignia - 1 Three (3) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-3 (Smooth , 5/8"), NO SUBSTITUTION. +j Show 122 Insignia - 1 Four (4) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-4 (Smooth, 5/8"), NO SUBS I 1 I UTION. 22.19 Each 79.13 Each 24,31 Each 10 221.90 4 10 791.30 4 10 243.104 29.19 Each 10 291.904 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 9 of 9 Show 123 Insignia - 1 Five (5) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-5 (Smooth, 5/8"), NO SUBSTITUTION. .+; Show 124Name Plate 1 - Karat-Klad, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. J Show 125 Name Plate 3 - Rhodium, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016381) 31 Each 22.3 Each 12.17 Each 10 310.00 4 10 223.00 4 10 121.70 pus 25 1101-125 v 25 Actions !Online Discussions Requisitions Negotiations Intelligence He'e Logout Preferences Help Privacy Statement Copyright (c) 20CE, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Quote Total (USD) 54,102.95 Show All Details I Hide All Details Details Line Page 2 of 7 Previous 25 1 126-150 v Next 25 Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show 126 Serving Since - 1 20.12 Each 10 201.20 4 Karat-Klad, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBS I 1 I UTION. + S,o,v 127Serving Since - 2 11.65 Each 10 116.50 4 Rhodium, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBS I 1 I UTION. Shcw,v 128 Name Plate - 1 22.3 Each 10 223.00 4 Honor Guard, Karat-Klad, Clutch Back, with Name, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBS I 1 I UTION. Show 129 Wreath - 2 31.64 Each 10 316.40 4 Honor Guard, Karat-Klad, Clutch Back, Wreath with Cutter Panel #11840, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A5001, NO SUBS 11 I UTION. Show 130Commendation 3 3.23 Each 10 32.30 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. T Show 131 Commendation 3 4.11 Each 10 41.10 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 7 Blackinton, Sytle RC-33, NO SUBS II I UTION. Show 132Commendation 1 3.89 Each 10 38.90 4 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS 11 I UTION. Show 133 Commendation 3 5.87 Each 10 58.70 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS Ill UTION. Show 134 Commendation 3 3.23 Each 10 32.30 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS II I UTION. 135 Commendation 3 4.11 Each 10 41.10 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. Show 136Commendation 1 3.89 Each 10 38.90 4 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS III UTION. Show 137 Commendation 3 5.87 Each 10 58.70 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. http ://imap 1.riverside .cmgov.net:8003/OA_HTML/OA J sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 4 of 7 yj Shot:, 138 Commendation 3 3.23 Each 10 32.30 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-45, NO SUBS I 1 I UTION. + Show 139 Commendation 3 3.23 Each 10 32.30 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-38, NO SUBS I 1 I UTION. Show 140 Medal of Valor 1 72.11 Each 10 721.10 4 (Medal & Ribbon Set), A5499 Karat- Klad, RC-3 Neck Ribbon (Satin Front/Hilite Front, Polished Back), A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823U (MEDAL OF VALOR), Red Background Panel with Matching RC- 3 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS I I I UTION. +, Show 141 Silver Star 2 44.18 Each 10 441.80 4 (Medal & Ribbon Set), A1595 Rhodium, RC-26 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel, A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006 (SILVER STAR), Red Background Panel with Matching RC- 26 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 5 of 7 NO SUBS I 1 I UTION. Show 142 Bronze Star 3 39.14 Each 10 391.40 4 (Medal & Ribbon Set), A1595 VHB Bronze, RC-34 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006A (BRONZE STAR), Red Background Panel with Matching RC- 34 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS I I I UTION. Shr,v, 143 Purple Heart 1 65.33 Each 10 653.30 4 (Medal & Ribbon Set), A2619 with Hard Purple Points, VHB KK, RC-45 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Hard White Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A3823Z (PURPLE HEART), White Background Panel with Matching RC-45 Cloth Ribbon Bar, Manufacturer: V.H Blackinton, NO SUBS I I I UTION. +; Show 144 Distinguished 1 59.76 Each 10 597.60 4 Service with Stars (Medal & Ribbon Set), A3282 VHB KK, RC-24 Drape http ://imap 1 .riverside .cmgov.net: 8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/ 1 9/2019 Quote: 2579364 (RFQ 1016381) Page 6 of 7 Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rini, A6823M (DISTINGUISHED SERVICE wtih Stars), Red Background Panel with Matching RC- 24 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS II I UTION. +Shry,v 145 Medal of Merit 1 59.76 Each 10 597.60 4 (Medal & Ribbon Set), A1789 VHB KK, RC-38 Drape Ribbon (Polished - Satin Front, Polished Back), Engrave (MIAMI FIRE DEPT.) into medal plain, No Enamel, A6203 Red Rim Seal, A7124 (MEDAL OF MERIT), Red Background Panel with Matching RC- 38 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSIIIUTION. Show 146Insignia - 2 15.09 Each 10 150.90 4 School Resource Officer, ("S.R.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. J Show 147Insignia - 1 20.18 Each 10 201.80 4 School Resource Officer, ("S.R.O."), Karat-Klad, Manufacturer - http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 7 of 7 V.H. Blackinton, Style 5, Set of Two (2), NO SUBSItIUTION. i j Show 148 Insignia - 2 15.09 Each 10 150.90 4 Crisis Negotiation Team, ("C.N.T."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS 11 I UTION. Show 149lnsignia - 1 20.18 Each 10 201.80 4 Crisis Negotiation Team, ("C.N.T."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. Sho'.v 150lnsignia - 2 15.09 Each 10 150.90 4 Public Information Officer, ("P.I.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS UTION. Return to Award by Quote (RFQ 1016381) Previous 25 1 126-150 v f Next 25 Go 1 Actions 'Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Ccpyright (c) 2006, Oracle. Ail rights reserved. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Quote Total (USD) 54,102,95 Sha,v All Details I Hide All Details Page 2 of 3 Previous 25 1151-158 of 158 yj Next Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes •±, Show 151Insignia - 1 20.18 Each 10 201.80 4 Public Information Officer, ("P.I.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. 152lnsignia - Field 1 20.18 Each 10 201.80 4 Traning Captain, ("F.T.C."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Sho;v; 153Insignia - Field 1 20.18 Each 10 201.80 4 Training Lieutenant, ("F.T.L."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Show 154lnsignia - Field 1 20.18 Each 10 201.80 4 Training Sergeant, ("F.T.S."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Show 155lnsignia - Field 2 15.09 Each 10 150.90 4 Training Officer, ("F.T.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. E Show 156Insignia - 1 33.12 Each 10 331.20 4 Honor Guard, 3/8" Letter, Rhodium, Manufacturer - http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2579364 (RFQ 1016381) Page 3 of 3 V.H. Blackinton, Style VHB-15, NO SUBSTITUTION. + Sho',s; 157Insignia - 1 33.12 Each 10 331.20 4 Honor Guard, 3/8" Letter, Gold Plate Finish, Manufacturer - V.H. Blackinton, Style VHB-15, NO SUBSTITUTION. 47 Sho,v 158 Cap Badge - 2 22.94 Each 10 229.40 4 Fire Chaplain, Karat Klad, Red Rim with A2437 Karat Klad Background/White Cross, Fire (in capital letters) at top, and Chaplain (in capital letters) at bottom, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Return to Award by Quote (RFQ 1016381) Actions (Online Discussions v Got --J Requisitions Negotiations Intelligence Horne Lc.g ;ut Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 1 of 6 Attachments Requisitions Negotiations > Sourcing Navicator - Favorites Negotiations Intelligence Simple Search > Quote History (RFQ 1016381) > Quote: 2582364 (RFQ 1016381) Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name No results found. Requirements Invitation for Bid for the Purchase of Badces, Wallets, and Insinnias 0 seconds Sealed USD Holwerda, Nicole Active Show All Details I Hide All Details Details Section Hide General Requirements Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address: City, State, and Zip Code: Business Telephone Number: Fax Number: E-Mail Address: Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Office Location: City of Miami, Miami -Dade County, or Other Title Horne Logout Preferences Help Actions Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Update Delete 19-Mar-2019 13:00:00 Price Only Oaks International Trading 19-Apr-2019 Included Maximum Score 0 Score 0 Previous 11-25 of 27 's', Next 2 Target Value Quote Value OAKS INTERNATIONAL TRADING INC CORPORATION 1,970 259 GUS HIPP BLVD ROCKLEDGE, FL 32955 321-636-3376 321-632-7745 ........... oaksint179©gmail.com BTR19-0710 CITY OF ROCKLEDGE 30-Sep-2019 OTHER Maximum Score Score http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 2 of 6 Will Subcontractor(s) be used? (Yes NO or No) If subcontractor(s) will be utilized, N/A provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all N/A addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/19). If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name of BREVARD COUNTY FIRE RESCUE 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. 1: Address, City, 300 ANSIN RD, ROCKLEDGE,FL 32955 State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact RHONDA ROBERTS 321-433-4491 Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract 2018 or Sale for above reference no. 1 Reference No. 2: Name of BREVARD COUNTY SHERIFF'S OFFICE 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. 2: Address, City, 340 GUS HIPP BLVD, ROCKLEDGE,FL 32955 State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact JEAN PALMER 321-633-8408 Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract 2019-02-19T00:00:00.000 or Sale for above reference no. 2 Reference No. 3: Name of BERVARD COUNTY SHERIFF'S OFFICE 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, 170 DOLER WAY, COCOA, FL 32927 State, and Zip for above reference company/agency listed: Total Previous (1-25 of 27 v Next 2 ) 0 0 http://imap 1.riverside.cmgov.net: 8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_V IE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 1 of 5 Attachments Sourcing • Navigator Favorites Requisitions - Negotiations Intelligence1 Negotiations > Simple Search > Quote History (RFQ 1016381) > Quote: 2582364 (RFQ 1016381) Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name No results found. Requirements Invitation for Bid for the Purchase of Badges, Wallets, and Insignias 0 seconds Sealed USD Hoiwerda, Nicole Active Show All Details I Hide All Details Details Section J Hide General Requirements Title Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Total Contract Terms Variables Details Section No variables found. Deliverables Home Logout Preferences Help Actions I Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Update Delete Target Value Clause 19-Mar-2019 13:00:00 Price Only Oaks International Trading 19-Apr-2019 Included Maximum Score 0 Quote Value Score 0 Previous 25 126-27 of 27 �! Next Maximum Score Score DOLORES SCOTT 321-633-0290 2019 Variable 0 Description Value 0 http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 6 Contract Terms Variables Details Section Clause Variable Description Value No variables found. Deliverables Deliverable Name No deliverables found. Lines Due Date Status Alert Update ✓TIP All prices are in USD. This quote does not include all RFQ lines. Quote Total (USD) 56,031.30 Pr_ iious I 1-25 v j Next 25 Show Al! Detai's 1 Hide Ail Detai's Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes 1 Badge - Breast- 4 108 Each 10 1,080.00 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. S:ho,v 2 Badge - Breast- 4 52 Each 10 520.00 4 Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. ±, Show 3 Badge - Breast- 3 99 Each 10 990.00 4 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. 3 Show 4 Badge - Cap - 4 99 Each 10 990.00 4 Major/Commander, Karat-Klad/Solid Struck, Manufacturer - http://imap 1.riverside.cmgov.net:8003/OA_E-ITML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 6 V.H. Blackinton, Style B627K, NO SUBS 11 I UTION. ;] Show 5 Badge - Cap - 4 99 Each 10 990.00 -1 Chief, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627A, NO SUBSTITUTION. ±; S o,- 6 Badge - Cap - 4 99 Each 10 990.00 Deputy Chief, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627U, NO SUBSTITUTION. Show 7 Badge - Cap - 4 99 Each 10 990.00 4 Captain, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627D, NO SUBS I 1 I UTION. J Show 8 Badge - Cap - 4 99 Each 10 990.00 4 Lieutenant, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627F, NO SUBSTITUTION. Show 9 Badge - Cap - 4 99 Each 10 990.00 Sergeant, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627E, NO SUBS I l I UTION. Show 10 Badge - Cap - 4 47 Each 10 470.00 Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B627H, NO SUBSTITUTION. 1- Show 11 Badge - Wallet- 4 108 Each 10 1,080.00 Ranks, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. 3 Show 12 Badge - Wallet 4 99 Each 10 990.00 4 - Ranks, Karat- http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 6 Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION, Show 13 Badge - Wallet 4 47 Each 10 470.00 4 - Rank, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS I I I UTION. E Show 14 Badge - Color 4 108 Each 10 1,080.00 Seal, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBS1 I UTION. ,� Show 15 Badge - Color 4 52 Each 10 520.00 Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. .33 Show 16 Badge - Color 4 99 Each 10 990.00 4 Seal, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. ±I Sho w 17 Badge - 1 3.45 Each 10 34.50 4 Miniature 1" Badge, Gold Plate/Solid Struck, Manufacturer - V.H. Blackinton, Style A10383, NO SUBSTITUTION. IL -El Show 18 Badge - 3 58 Each 10 580,00 4 Detective - Chief Badge, High Go, Manufacturer - V.H. Blackinton, Style BC3120, NO SUBSTITUTION. J Show 19 Insignia - Two 3 19.4 Each 10 194.00 4 (2) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-2", NO http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 6 SUBSTITUTION. Show 20 Insignia - Two 3 19.4 Each 10 194.00 4 (2) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-1", NO SUBS 11 I UTION, J Show 21 Insignia - Three 3 25 Each 10 250.00 4 (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-3", NO SUBSTITUTION. Show 22 Insignia - Three 3 25 Each 10 250.00 (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5210-3", NO SUBSTITUTION. , Show 23 Insignia - Four 3 30.3 Each 10 303.00 4 (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-4", NO SUBSTITUTION. J Show 24 Insignia - Four 3 30.3 Each 10 303.00 4 (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-4", NO SUBSTITUTION. ±i Show 25 Insignia - 1 15 Each 10 150.00 4 Neighborhood Resource Officer ("N.R.O."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Return to Quote History (RFQ 1016381) Previous I 1-25 I Next 25 '>1 Actions lOnline Discussions Go 1 Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2C06, Oracle. All rights reseried http://imapl.riverside.cmgov.net:8003/OA HTML/OA jsp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2582364 (RFQ 1016381) Page 2 of 6 •,"*TIP All prices are in USD. This quote does not include all RFQ lines. Quote Total (USD) 56,031.30 Previous 25 126-50 v j Next 25 Show All Details I Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show 26lnsignia - 1 15 Each 10 150.00 4 Crisis Intervention Team ("C.I.T"), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. Sho•,v; 27Insignia - 1 20.5 Each 10 205.00 4 Crisis Intervention Team ("C.I.T"), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. +, Show 28lnsignia - 1 15 Each 10 150.00 4 Rapid Deployment Force ("R.D.F."), initials only, Rhodium, Manufacturer - V.H. Blackington, Style 5, Set of Two (2), NO SUBS I 1 I UTION. J Show 29Insignia - 2 19 Each 10 190.00 4 Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBS I 1 I UTION. http://imap 1.riverside.cmgov.net: 8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_V I E... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 6 +; 5ho,y 30Insignia - 3 23.55 Each 10 235.50 4 Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBS I I I UTION. +; Show 31Insignia - 1 15 Each 10 150.00 4 Drug Recognition Enforcement, ("D.R.E."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. Show 32Insignia - 2 20.5 Each 10 205.00 4 Drug Recognition Enforcement, ("D.R.E."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. Show 33 Insignia - Tie 2 15.85 Each 10 158.50 4 Bar with City Seal, Rhodium, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS 111 UTION. - Show 34Insignia - Tie 2 15.85 Each 10 158.50 4 Bar with City Seal, Gold Plated, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS I 1 I UTION. Show 35Insignia - 3 25 Each 10 250.00 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A982-3, Set of Two (2), NO http ://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 6 SUBS I 1 I UTION. Sho ,v 36Insignia - 3 22.6 Each 10 226.00 4 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1141, Set of Two (2), NO SUBS 11 I UTION. Show 37Insignia - 3 22.6 Each 10 226.00 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1975, Set of Two (2), NO SUBSTITUTION. J Show 38 Insignia - 3 26.25 Each 10 262.50 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A2003, Set of Two (2), NO SUBSTITUTION. Sho',v 39Insignia - 3 17.45 Each 10 174.50 4 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5573, Set of Two (2), NO SUBSTITUTION. i Show 40Insignia - 3 18.65 Each 10 186.50 4 Commander Diamond (Small), Karat-Klad, Manufacturer - V.H. Blackinton, Style A10506, Set of Two (2), NO SUBS II I UTION. ,J Show 41 Insignia - 3 18.65 Each 10 186.50 4 Commander Diamond (Large), Karat- Klad, Manufacturer - V.H. Blackinton, Style A4710, Set of Two (2), NO SUBSTITUTION. Show 42 Badge Case - 1 10.5 Each 10 105.00 4 Slim Line or Strong Badge http://imapl .riverside.cmgov.net:8003/OA_HTML/OA jsp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 6 Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/2 Flip Style, NO SUBS 111 UTION. Shc,». 43 Badge Case - 1 10.15 Each 10 101.50 4 Slim Line or Strong Badge Case with Black Suede Hap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/1 Book Style, NO SUBS I 1 I UTION. Show 44 Badge Case - 1 10.15 Each 10 101.50 4 Slim Line or Strong Badge Case with Black Suede Hap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBS I 1 I UTION. J Show 45 Badge Case - 1 10.5 Each 10 105.004 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/2 Flip Style, NO SUBS Ill UTION. Show,,/ 46 Badge Case - 1 10.15 Each 10 101.50 4 Slim Line or Strong Badge Case with Embossed Badge on Cover, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBS 111 UTION. Shoe, v 48 Badge Case - 1 10.5 Each 10 105.00 4 Slim Line or Strong Badge Case with Black Suede Hap to http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 6 Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Flip, NO SUBS 11 I UTION. +; Sho;: 49 Refurbishing 3 39.5 Each 10 395.00 4 of Badges - Rhodium Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. 1-1-Show 50 Refurbishing 3 39.5 Each 10 395.00 4 of Badges - Rhodium Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBS I II UTION. Sh:','; 51 Refurbishing 3 19.5 Each 10 195.00 4 of Badges - Karat-Klad Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016381) _) Previous 25 126-50 vi Next 25 Actions (Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright ici 2006, Oracle. All rights re$er,ed. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 2 of 9 `TIP All prices are in USD. This quote does not include all RFQ lines. Quote Total (USD) 56,031.30 Previous 25 I51-75 v Next 25 Show All Details 1 Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes J Sho,, 52 Refurbishing 3 19.5 Each 10 195.00 4 of Badges - Karat-Klad Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBS I 1 I UTION. +: Show 53 Badge - 4 99 Each 10 990.00 4 Breast -Ranks (A3277), Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS I l I UTION. ,+j Show 54 Badge - Police, 4 99 Each 10 990.00 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627EE, NO SUBSIII UTION. Sho ,; 55 Badge - Color 3 45.85 Each 10 458.50 4 Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS 11 I UTION. ,J Show 56Insignia - 2 25 Each 10 250.00 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1140, Set of Two (2), NO SUBS I 1 I UTION. +, Show 57 Badge Case - 1 10.5 Each 10 105.00 4 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 9 Style B532/1 Flip Style, NO SUBS IiIUTION. Show 58 Shirt Badge - 4 43 Each 10 430.00 4 Firefighter, Silver Pinback Black Block with Hard Enamel Letters Seal A6989 15/16 inches Silver with Red Background with Name, Firefighter, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBS 11 f UTION. Sho.; 59 Shirt Badge - 3 86.6 Each 10 866.00 4 Fire Inspector, Gold Pinback Black Block with Hard Enamel Letter Seals A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Fire Inspector, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS 11 I UTION. Shc,'i 60 Shirt Badge - 3 86.6 Each 10 866.00 4 Fire Lieutenant, Gold Pinback Black Block with Hard Enamel Letters Seal A3025 15/16 inches, Gold with Red Enamel http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 9 Background, Name, Fire Lieutenant, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS III UTION. Show 61 Shirt Badge - 3 85.2 Each 10 852.00 Fire Captain, Gold Pinback Black Block with Hard Enamel letters Seal A2997 15/16 inches, Gold with Red Enamel Background with Name, Fire Captain, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBSIIIUTION. Shor. 62Shirt Badge - 3 85.2 Each 10 852.00 4 Chief Fire Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A2991 15/16 inches, Gold with Red Enamel Background with Name, Chief Fire Officer, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 9 NO SUBS I I I UTION. S c_w; 63 Shirt Badge - 3 85.2 Each 10 852.00 4 Executive Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A3028 15/16 inches, Gold with Red Background with Name, Executive Officer, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I I I UTION Show 64 Shirt Badge - 3 85.2 Each 10 852.00 4 Assistant Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches, Gold with Red Enamel Background with Name, Assistant Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS 111 UTION. Show 65 Shirt Badge - 3 85.2 Each 10 852.00 4 Deputy Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches Gold with Red Enamel http://imapl .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 9 Background with Name, Deputy Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturet: V. H. Blackinton, Style No. B-38 KK, NO SUBS 11 I UTION. Sho,v 66Shirt Badge - 3 85.2 Each 10 852.00 4 Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2963 15/16 inches, Gold with Red Enamel Background with Name, Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I I I UTION. 17 how 67 Collar Insignia 2 31.2 Each 10 312.00 4 - Executive Officer, Karat Klad, 1/2 inches, City of Miami Seal in the Center, to Read Executive (capital letters - above the seal in black block letters), Officer (capital letters - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Plain Seal, Manufacturer: V. H. Blackinton, http://imap 1. riverside. cmgov. net: 8003 /OA_HTML/OA. j sp?OAFunc=PONRES ENQ_VI E... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 7 of 9 Style No. B1166, NO SUBS 11 I UTION. T; S',o':, 68Collar Insignia 2 16.6 Each 10 166.00 4 - Fire Lieutenant, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A3026, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. Shy; 69 Collar Insignia 2 16.6 Each 10 166.00 - Fire Captain, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A2998, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. 70 Collar Insignia 2 16.6 Each 10 166.00 - Fire Inspector, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A4021, Manufacturer: V. H. Blackinton, NO SUBsil I UTION. ; Shpr, 71 Collar Insignia 2 16.6 Each 10 166.00 4 - Chief Fire Officer, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seals A2992, Manufacturer: V. H. Blackinton, NO SUBS II I UTION. Sho,.v; 72 Collar Insignia 2 16.6 Each 10 166.00 4 - Deputy Fire Chief, 11/16 inches, Karat- Klad With Short Screw Back, with Hard Red Enamel Seals A2989, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 8 of 9 Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Sho-:», 73 Collar Insignia 2 16.6 Each 10 166.00 4 - Fire Chief, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A2964, Manufacturer: V. H. Blackinton,NO SUBS I 1 I UTION. Shp,,v 74 Cap Badge - 2 37.75 Each 10 377.50 4 Firefighter, Silver Screw Post, with Hard Red Enamel A6989 Silver with Red Background, Miami (in capital letters) at Top and Fire Dept. (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 RH, NO SUBS 11 I UTION. Show 75 Cap Badge - 3 30.5 Each 10 305.00 Fire Lieutenant, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style A2912, NO SUBS I 1 I UTION. Show 76 Cap Badge - 3 30.5 Each 10 305.00 4 Fire Captain, Karat-Klad Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A175, NO SUBS ill UTION. Return to Award by Quote (RFQ 1016381) Previous 25'51-75 I Next 25 Actions 'Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 2 of 6 Show All Details I Hide All Details Details Line J Show 77 Cap Badge - 3 Chief Fire Officer, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A2910, NO SUBS I 1 I UTION. Show 78 Cap Badge - 3 Executive Officer, Karat-Klad, White Rim with City of Miami Seal, Executive Officer (in capital letters) A6201 in the Center of the Red Trim, on the Rim, Manufaturer: V. H. Blackinton, Style No. A11857, NO SUBS I 1 I UTION. Show 79 Cap Badge - 3 Assistant Fire Chief, Karat-Klad White Enamel Rim with A2988 Red Middle Background, Assistant Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3317, NO SUBSTITUTION. Show 80 Cap Badge - 3 Deputy Fire Chief, Karat-Klad, White Rim with A2988 Red Middle Background, Deputy Fire Chief (in capital letters) on the Rim, Start Target Quote Rank Price Price Price Unit 30.5 Each 49.1 Each 49.1 Each 49.1 Each Previous 25 176-100Next 25 ::>) Target Quote Minimum Minimum Estimated Release Release Line Active Quantity Amount Amount Total Quotes 10 305.00 10 10 10 491.00 491.00 4 491.00 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 6 Manufacturer: V. H. Blackinton, Style No. A3375, NO SUBS I 1 I UTION. 3 Show 81 Cap Badge - 3 Fire Chief, Karat- Klad, White Rim with A2963 Red Middle Background, Fire Chief (in capital letters) on the rim, Manufacturer: V. H. Blackinton, Style No. A10434, NO SUBS I 1 I UTION. 3 c r; 82 Leather Book 1 Style Badge Case - with Suede Badge Protector, Identification Window, Exact Fit. Recessed Cut -Out to Fit B38 Badge. Manufacturer: V. H. Blackinton, Style No. 1, NO SUBS IITUTION. —Shoe^i 83 Distinguished 3 Service Medal, Karat-Klad, Finish, Complete with Drape Style Ribbon and Safety Catch, Manufacturer: V. H. Blackinton, Style No. A3282, NO SUBSTITUTION. Show 84 Commendation 1 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. E Show 85 Commendation 1 Insignia - Clutch Back, Complete with Two (2) 49.1 Each 10.15 Each 60.95 Each 3 Each 3.9 Each 10 491.00 4 10 101.50 4 10 609.50 4 10 30.00 4 10 39.00 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 6 Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I 1 I UTION. Show 86 Commendation 1 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I 1 I UTION. J Show 87 Commendation 1 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. * Show 88 Commendation 1 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-3, NO SUBSTITUTION. J Show 89Commendation 1 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-24, NO SUBSTITUTION. 3 Show 90 Commendation 1 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-26, NO SUBSTITUTION. Shaw 91 Commendation 1 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-34, NO SUBSTITUTION. ,E Show 92 Name Tag - 1 Silver and Gold 4.8 Each 2.05 Each 2.05 Each 2.05 Each 2.05 Each 2.05 Each 8.15 Each 10 48.00 4 10 20.50 4 10 20.50 4 10 20.50 10 20.50 10 20.50 4 10 81.50 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 6 Polished, 3" x 5/8", Manufacturer: V. H. Blackinton, Model: 32, NO SUBS I l I UTION Show 93 Badge - Large 2 Single Star KK, Style A3451, Manufacturer: V.H. Blackinton, NO SUBSTITUTION ±; Show 94 Badge - Wallet 3 - Officer, Style B537, Gold Stamp Lettering, Miami (on top), Police ( on bottom) Unit (at time of order), Manufacturer: V.H. Blackinton, NO SUBSTITUTION 133 Show 95 Badge - Small 2 Single Star KK, Style A6155, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. 1 Show 96 Badge Cases - 4 Add Lettering Gold Stamp i.e., Miami Police Staff, Miami Police Investigator, City of Miami Staff, etc., Manufacturer: V.H. Blackinton, NO SUBSTITUTION. J Show 97 Investigations 2 Wallet - Badge No. BC3120 Solid Back, Serial No. AC11434 Full Color Seal with Attachment F11- 6, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Shown 98 Book Style 1 Wallet Badge 15.65 Each 14.65 Each 15.65 Each 20.6 Each 55.95 Each 14.9 Each 10 156.50 4 10 146.50 4 10 156.50 4 10 206.00 4 10 559.50 4 10 149.00 4 http://imap 1. riverside.cmgov.net:8003 /OA_HTML/OA. j sp?OAF unc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 6 Case for BC3120, Cut Out Badge for No. BC3120, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Show 99 Balance of 3 Line Minimum Percentage Discount off Catalog List Price for Products Not Specified in this Solication (i.e., 40% = .40). Show 100 Custom 3 Badge, #B538, Rhodium, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION. J Show 101 Custom Badge, #B538, Gold Plate, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION. Return to Award by Quote (RFQ 1016381) 0.4 Percentage 39.6 Each 43.95 Each 1 0.40 4 10 396.00 4 10 439.50 4 Previous 25 I76-100Next 25 .. Actions Online Discussions v Go Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006. Orac'.e. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/ 19/2019 Quote: 2582364 (RFQ 1016381) Page 2 of 9 Show A!I Details 1 Hide All Details Start Target Quote Details Line Rank Price Price Price Unit ±; Show 102 Insignia - 2 Lieutenant Bars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A1973, Set of Two (2), NO SUBSTITUTION. +i Show 103 Balance of 3 Line Percentage Discount off Catalog List Price for Products not Specified in this Solicitation, 32.5%. ±i Showw 104 Shirt Badge 3 - Public Education, Gold Pinback Black Block with Hard Enamel Letters Seals, A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Public Education, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I I I UTION. 1 Show 105 Shirt Badge 3 - Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 17.45 Each 0.4 Percentage 85.2 Each 42.3 Each Previous 25 I101-125 vT Next 25 Target Quote Minimum Minimum Estimated Release Release Line Active Quantity Amount Amount Total Quotes 10 174.50 4 1 0.40 4 10 852.00 4 10 423.00 4 http ://imapl .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 9 15/16 inches, Blue Background with Name, Medical Director, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. Sho,v; 106 Shirt Badge 3 - Associate Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Associate Medical Director, Miami Fire Department (in capital letters), FL at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. S o,; 107Shirt Badge 3 - Fire Communications Operator, Silver Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Operator, Miami Fire Department (in capital letters), and 43.05 Each 43.05 Each 10 430.50 4 10 430.50 4 http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 9 Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. ;j Show 108Shirt Badge 3 - Fire Communications Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Show 109Shirt Badge 3 - Fire Communications Center Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Center Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. FL 86.65 Each 86.65 Each 10 866.50 4 10 866.50 http ://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 9 Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Show 110 Shirt Badge 3 - Fire Chaplain, Gold Pinback Black Block with Hard Enamel Letters Seal A7191 15/16 inches, Red Background with Name, Fire Chaplain, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. E Show 111 Shirt Badge 2 - Pink Cancer, Hose Pink Pinback Black Block with Hard Enamel Letters Seal A12102FC 15/16 inches, Pink Background with Name, City of Miami Fire - Rescue Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 Pink, NO SUBSTITUTION. ±i Show 112 Shirt Badge 2 - Fire Honor Guard, Gold Pinback Black Block with Hard Enamel Letters, Honor Guard (in capital letters) at Top, Seal 86.65 Each 36.35 Each 86.65 Each 10 866.50 4 10 363.50 4 10 866.50 4 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 9 A4020 15/16 inches, Red Background with Name, City of Miami Fire - Rescue (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-30 KK, NO SUBS I 1 I UTION. 113 Collar 2 Insignia - Assistant Fire Chief, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seal A2989, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 114 Collar 2 Insignia - Public Eduation, Karat- Klad, 1/2 inch, City of Miami Seal in the Center, to Read Public (capital letters - above the seal in black block letters), Education (capital letter - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBSTITUTION. J Shc r; 115 Collar 1 Insignia - Medical Director, 11/16 16.6 Each 30.7 Each 13.5 Each 10 166.00 4 10 307.00 4 10 135.00 4 http://imapl . riverside .cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 7 of 9 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. +� Show 116 Collar Insignia - Associate Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBS 11 I UTION. Sho', 117 Collar 1 Insignia - Fire Communications Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Show 118 Collar Insignia - Fire Communications Center Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 119 Collar 2 Insignia - Fire Chaplain, Karat- 13.5 Each 16.45 Each 16.45 Each 22.7 Each 10 135.00 4 10 164.50 4 10 164.50 10 227.00 4 http://imapl .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 8 of 9 Klad with Short Screw Back, with Hard Red Enamel, Manufacturer: V. H. Blackinton, Style B-832, NO SUBSTITUTION. E Show 120 Cap Badge - 3 Honor Guard, Gold Screw Post, with Hard Red Enamel A4020 Karat- Klad with Red Background, Honor (in capital letters) on Top and Guard (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 KK, NO SUBSTITUTION. Shot', 121 Insignia - 2 Three (3) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-3 (Smooth , 5/8"), NO SUBSTITUTION. ±i Show 122 Insignia - 2 Four (4) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-4 (Smooth, 5/8"), NO SUBS Ili UTION. +1 Show 123 Insignia - 2 Five (5) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-5 (Smooth, 5/8"), NO SUBSTITUTION. iJ Show 124 Name Plate 2 83.8 Each 25 Each 30.3 Each 35.65 Each 22.8 Each 10 838.00 4 10 250.00 4 10 303.00 4 10 356.50 4 10 228.00 4 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 9 of 9 - Karat-Klad, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBS I 1 I UTION. ±i Sho',v 125 Name Plate 1 - Rhodium, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. +� Show 126Serving 2 Since - Karat- Klad, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016381) 11.8 Each 10 20.45 Each 10 118.00 4 204.50 4 :ius 25 (101-125 v Next 25 :fir Actions Online Discussions Go 1 Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006. Oracle. Al rights resa-rei http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Quote Total (USD) 56,031.30 Show All Details I Hide All Details Details Line Page 2 of 7 revious 25 I126-150 Vj Next 25 r; Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Rank Price Price Price Unit Quantity Amount Amount Total Quotes Sha v 127 Serving Since - 1 10.85 Each 10 108.50 4 Rhodium, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBS I 1 I UTION. +; Show 128 Name Plate - 2 22.8 Each 10 228.00 4 Honor Guard, Karat-Klad, Clutch Back, with Name, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBS I I I UTION. + Shov; 129 Wreath - 3 32.3 Each 10 323.00 4 Honor Guard, Karat-Klad, Clutch Back, Wreath with Cutter Panel #11840, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A5001, NO SUBS I I I UTION. + Show 130 Commendation 1 2.05 Each 10 20.50 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSIIIUTION. J Show 131 Commendation 1 3 Each 10 30.00 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS I I I UTION. Fj Show 132 Commendation 2 3.9 Each 10 39.00 4 Insignia - Clutch Back, Complete http://imap l . riverside. cmgov.net:8003 /OA_HTML/OA. j sp?OAFunc=PONRES ENQ_V I E... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 7 with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. +: Show 133 Commendation 1 4.8 Each 10 48.00 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS 11 I UTION. Sho',V 134Commendation 1 2.05 Each 10 20.50 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. Sho,v 135 Commendation 1 3 Each 10 30.00 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS 11 I UTION. Shoy„ 136 Commendation 2 3.9 Each 10 39.00 4 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. +, Sho,.,/ 137 Commendation 2 4.8 Each 10 48.00 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. +, Shov; 138 Commendation 1 2.05 Each 10 20.50 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-45, NO http ://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 4 of 7 SUBS I I I UTION. ,+ Show 139 Commendation 1 2.05 Each 10 20.50 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-38, NO SUBS III UTION. +; Sho,ri 140 Medal of Valor 2 73.85 Each 10 738.50 4 (Medal & Ribbon Set), A5499 Karat- Klad, RC-3 Neck Ribbon (Satin Front/Hilite Front, Polished Back), A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823U (MEDAL OF VALOR), Red Background Panel with Matching RC- 3 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 11TUTION. Sho.'; 141 Silver Star 1 43.55 Each 10 435.50 4 (Medal & Ribbon Set), A1595 Rhodium, RC-26 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel, A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006 (SILVER STAR), Red Background Panel with Matching RC- 26 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS I I I UTION. +i Show 142 Bronze Star 1 38.1 Each 10 381.00 4 (Medal & Ribbon Set), A1595 VHB Bronze, RC-34 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 5 of 7 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006A (BRONZE STAR), Red Background Panel with Matching RC- 34 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 11 I UTION. Shag; 143 Purple Heart 2 66.5 Each 10 665.00 4 (Medal & Ribbon Set), A2619 with Hard Purple Points, VHB KK, RC-45 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Hard White Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A3823Z (PURPLE HEART), White Background Panel with Matching RC-45 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 11 I UTION. M Show 144 Distinguished 2 60.5 Each 10 605.00 4 Service with Stars (Medal & Ribbon Set), A3282 VHB KK, RC-24 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 6 of 7 A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823M (DISTINGUISHED SERVICE wtih Stars), Red Background Panel with Matching RC- 24 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION. S'h:o» 145 Medal of Merit 2 60.5 Each 10 605.00 4 (Medal & Ribbon Set), A1789 VHB KK, RC-38 Drape Ribbon (Polished - Satin Front, Polished Back), Engrave (MIANII FIRE DEPT.) into medal plain, No Enamel, A6203 Red Rim Seal, A7124 (MEDAL OF MERIT), Red Background Panel with Matching RC- 38 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 111 UTION. J Sho,,v 146Insignia - 1 15 Each 10 150.00 4 School Resource Officer, ("S.R.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. +� Sho;v 147Insignia - 2 20.5 Each 10 205.00 4 School Resource Officer, ("S.R.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS II I UTION. +; Show 148Insignia - 1 15 Each 10 150.00 4 Crisis Negotiation http://imap 1.riverside.cmgov.net:8003/OA_HTML/OAJ sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 7 of 7 Team, ("C.N.T."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I UTION. Show.‘, 149Insignia - 2 20.5 Each 10 205.00 4 Crisis Negotiation Team, ("C.N.T."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS ill UTION. Show 150Insignia - 1 15 Each 10 150.00 4 Public Information Officer, ("P.I.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. S; 151 Insignia - 2 20.5 Each 10 205.00 4 Public Information Officer, ("P.I.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUB5111 UTION. Return to Award by Quote (RFQ 1016381) Previous 25 I126-150v Next 25 -.?) Actions (Online Discussions Go l Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Quote Total (USD) 56,031.30 Show All Details I Hide All Details Details Line Page 2 of 3 Previous 25 1 151-157 of 157 v Next Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show,,, 152Insignia - Field 2 20.5 Each 10 205.004 Traning Captain, ("F.T.C."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Show 153Insignia - Field 2 20.5 Each 10 205.00 4 Training Lieutenant, ("F.T.L."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. S o'., 154Insignia - Field 2 20.5 Each 10 205.00 4 Training Sergeant, ("F.T.S."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. 155lnsignia - Field 1 15 Each 10 150.00 4 Training Officer, ("F.T.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS III UTION. J Sho, 1561nsignia - 2 33.75 Each 10 337.50 4 Honor Guard, 3/8" Letter, Rhodium, Manufacturer - V.H. Blackinton, Style VHB-15, NO SUBS 11 I UTION. +; Show 157Insignia - 2 33.75 Each 10 337.50 4 Honor Guard, 3/8" Letter, Gold Plate Finish, Manufacturer - V.H. Blackinton, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582364 (RFQ 1016381) Page 3 of 3 Style VHB-15, NO SUBSTITUTION. Show 158Cap Badge - 1 Fire Chaplain, Karat Klad, Red Rim with A2437 Karat Klad Background/White Cross, Fire (in capital letters) at top, and Chaplain (in capital letters) at bottom, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016331) 22.7 Each 10 227.00 4 Actions (Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle.. All rights reserved http://imapl .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 1 of 5 Attachments Sourcing L Navigator Requisitions—' Negotiations Intelligence Negotiations > Simple Search > Quote History (RFQ 1016331) > Quote: 2582365 (RFQ 1016381) Title Invitation for Bid for the Purchase of Badges, Wallets. and Insignias Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name No results found. Requirements 0 seconds Sealed USD Sevigny, Mark Active Shc,v All Details Hide A!I Details Details Section J Hide General Requirements Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address: City, State, and Zip Code: Business Telephone Number: Fax Number: E-Mail Address: Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Office Location: City of Miami, Miami -Dade County, or Other Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the Favorites Home Logout Preferences Help Actions 'Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Title Update Delete Target Value Quote Value Dana Safety Supply, Inc. Corporation 2,009 4809 Koger Blvd. Greensboro, NC 27407 800-845-0045 888-375-8347 msevigny@danasafetysupply.com 5911350 Miami -Dade County 17-Feb-2020 7001 NW 36th Ave. Miami, FL 33147 No N/A 19-Mar-2019 13:00:00 Price Only Dana Safety Supply, Inc. 31-Dec-2019 Included Maximum Score 0 Score 0 Previous 11-25 of 27 Jl Next 2 Maximum Score Score http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/22/2019 Quote: 2582365 (RFQ 1016381) Page 2 of 5 the portion of the work they will be responsible for under this contract (a copy of their license (s) must be submitted with your bid response): Please list and Insurance addendum. acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/19). If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name North Charleston PD 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. 1: 2500 City Hall Lane Address, City, State, 2nd floor and Zip for above North Charleston, SC 29406 reference company/agency listed: Reference No. 1: Name Tami Ankrom of Contact Person and 843-740-2894 Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name Beaufort County Sheriff 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. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name Bonnie Cooler of Contact Person and 843-255-3262 Telephone Number for above reference no. 2 Reference No. 2: Date July 1, 2018 - June 30, 2019. of Contract or Sale for Long time holder of the badge contract above reference no. 2 Reference No. 3: Name City of Warner Robins Police Department of Company/Agency for which bidder is currently providing the No contract. Long time customer. Some of these badges are custom badges. LEC Bldg 1st floor 2001 Duke St. 29902 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENO VIE... 3/22/2019 Quote: 2582365 (RFQ 1016381) Page 1 of 5 Attachments Req uisitions Negotiations > Sourcing Navigator - Fa;critas Negotiations 'Intelligence Simple Search > Quote History (RFQ 1016381) > Quote: 2582365 (RFQ 1016381) Horne Logout Preferences Help Title Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name No results found. Requirements Invitation for Bid for the Purchase of Badges, Wallets, and Insignias 0 seconds Sealed USD Sevigny, Mark Active Show All Details 1 Hide All Details Details Section General Requirements Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Contract Terms Target Value Quote Value Allison Lanneau 478-302-5538 Actions 'Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Title Update Delete 19-Mar-2019 13:00:00 Price Only Dana Safety Supply, Inc. 31-Dec-2019 Included Maximum Score 0 revious 25 1 26-27 of 27 V July 1, 2018 - June 30th 2019. Possible one year extension. Held the previous badge contract from July 2016 through June 2018. Total Score 0 Maximum Score Score http: //imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIEW... 4/9/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 5 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 reference company/agency listed: Contract Terms Variables Details Section .............. ...... No variables found. Deliverables Deliverable Name No deliverables found. Lines TIP All prices are in USD. 97 Glenn Drive Warner Robins, GA 31088 Total Previous 11-25 of 27 Next 2 -..?) Clause Variable Description Value Due Date Status Alert Update Quote Total (USD) 56,702.40 Previous 11-25 V Next 25 ?? Show All Details I Hide All Detp Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Arnount Amount Total Quotes S::_ 1 Badge - Breast -Ranks, 3 105.85 Each 10 1.00 1,058.50 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Show 2 Badge - Breast -Officer, 3 51.36 Each 10 1.00 513.60 4 Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Show 3 Badge - Breast -Ranks, 4 105.85 Each 10 1.00 1,058.50 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. 3 Show 4 Badge - Cap - 3 97.48 Each 10 1.00 974.80 4 Major/Commander, Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627K, NO SUBSTITUTION. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA..j sp?OAFunc=PONRESENQ VIE... 3/22/2019 Quote: 2582365 (RFQ 1016381) Page 4 of 5 J Show 5 Badge - Cap - Chief, Karat- 3 97.48 Each 10 1.00 974.80 Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627A, NO SUBSTITUTION. Sho'n 6 Badge - Cap - Deputy Chief, 3 97.48 Each 10 1.00 974.80 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627U, NO SUBSTITUTION. Shaw 7 Badge - Cap - Captain, 3 97.48 Each 10 1.00 974.80 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627D, NO SUBSTITUTION. r Show 8 Badge - Cap - Lieutenant, 3 97.48 Each 10 1.00 974.80 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627F, NO SUBS i 11 UTION. 11 Show 9 Badge - Cap - Sergeant, 3 97.48 Each 10 1.00 974.80 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627E, NO SUBSTITUTION. Shcw 10 Badge - Cap - Officer, 3 46.89 Each 10 1.00 468.90 4 Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B627H, NO SUBSTITUTION. 3 'cvr 11 Badge - Wallet -Ranks, 3 105.85 Each 10 1.00 1,058.50 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style 8537, NO SUBSTITUTION. ,3 Show 12 Badge - Wallet - Ranks, 3 97.48 Each 10 1.00 974.80 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. J Show 13 Badge - Wallet - Rank, 3 46.89 Each 10 1.00 468.90 Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Shc:v 14 Badge - Color Seal, Karat- 3 105.85 Each 10 1.00 1,058.50 4 Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBS 111 UTION. Show 15 Badge - Color Seal, 3 51.36 Each 10 1.00 513.60 4 Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. - Sho',v 16 Badge - Color Seal, Karat- 3 97.48 Each 10 1.00 974.80 4 Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. ±1 Shcw 17 Badge - Miniature 1" 3 4.31 Each 10 1.00 43.10 4 Badge, Gold Plate/Solid Struck, Manufacturer - V.H. Blackinton, Style A10383, NO SUBSTITUTION. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ VIE... 3/22/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 5 3 Show 18 Badge - Detective - Chief 2 Badge, High Glo, Manufacturer - V.H. Blackinton, Style BC3120, NO SUBSTITUTION. J Shor: 19 Insignia - Two (2) Stars on 4 a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-2", NO SUBSTITUTION. _ • 20 Insignia - Two (2) Stars on 4 a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-1", NO SUBS I 1 I UTION. 3 Shcw 21 Insignia - Three (3) Stars 4 on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-3", NO SUBS I 1 I UTION. ......................................__ .............._........_.. _............_.. _........ +j 'Show 22 Insignia - Three (3) Stars 4 on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5210-3", NO SUBSTITUTION. 3 Show 23 Insignia - Four (4) Stars on 4 a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-4", NO SUBSTITUTION. 24 Insignia - Four (4) Stars on 4 a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-4", NO SUBS I 1 I UTION. 25 Insignia - Neighborhood 3 Resource Officer ("N.R.O."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Return to Quote History (RFQ 1016381) Privacy Statement 56.95 Each 10 1.00 569.50 4 19.83 Each 10 1.00 198.30 4 19.83 Each 10 1.00 198.30 4 25.54 Each 10 1.00 255.40 4 25.54 Each 10 1.00 255.40 4 30.95 Each 10 1.00 309.50 4 30.95 Each 10 1.00 309.50 4 15.3 Each 10 1.00 153.00 Previous 11-25 ] Next 25 r3 Actions 'Online Discussions v Go Requisitions Negotiations Intelligence Home Logout Preferences Help Copyright (c) 200e. prscle. ..Al rights reserved http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/22/2019 Quote: 2582365 (RFQ 1016381) Page 2 of 6 'eTIP All prices are in USD. Quote Total (USD) 56,702.40 s.; Previous 25 126-50 \'I Next 25 Show All Details 1 Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show 26Insignia - 3 15.3 Each 10 1.00 153.00 4 Crisis Intervention Team ("C.I.T"), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS i l I UTION. Show, 27Insignia - 2 20.95 Each 10 1.00 209.50 4 Crisis Intervention Team ("C.I.T"), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. ±, Sho» 28Insignia - 3 15.3 Each 10 1.00 153.00 4 Rapid Deployment Force ("R.D.F."), initials only, Rhodium, Manufacturer - V.H. Blackington, Style 5, Set of Two (2), NO SUBS III UTION. Show 29Insignia - 3 19.42 Each 10 1.00 194.20 4 Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBS 111 UTION. http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.j sp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 6 +; Shoe; 301nsignia - 4 24.07 Each 10 1.00 240.70 4 Special Weapons and Tactics Officer ("S. W.A.T."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBSTITUTION. E Show 31 Insignia - 3 15.3 Each 10 1.00 153.00 Drug Recognition Enforcement, ("D.R.E."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS 11 I UTION. Show 32Insignia - 3 20.95 Each 10 1.00 209.50 4 Drug Recognition Enforcement, ("D.R.E."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS 11 I UTION. Show 33Insignia - Tie 4 16.19 Each 10 1.00 161.90 4 Bar with City Seal, Rhodium, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS 11 I UTION. Show 34Insignia - Tie 4 16.19 Each 10 1.00 161.90 4 Bar with City Seal, Gold Plated, Manufacturer - V.H. Blackinton, Style A-367, NO SUBS I 1 I UTION. ±j Show 35 Insignia - 4 25.54 Each 10 1.00 255.40 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A982-3, Set of Two (2), NO http://imap 1 .riverside.cmgov.net: 8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 4 of 6 SUBS I 1 I UTION. Shaw 36Insignia - 4 23.13 Each 10 1.00 231.30 4 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1141, Set of Two (2), NO SUBS I I. I UTION. J. Show 37lnsignia - 4 23.13 Each 10 1.00 231.30 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1975, Set of Two (2), NO SUBS 111 UTION. f Show 38Insignia - 4 26.83 Each 10 1.00 268.30 4 Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Style A2003, Set of Two (2), NO SUBS 111 UTION. { S' 39Insignia - 4 17.83 Each 10 1.00 178.30 4 Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5573, Set of Two (2), NO SUBS I 1 I UTION. tT Sho,'; 40Insignia - 4 19.07 Each 10 1.00 190.70 4 Commander Diamond (Small), Karat-Klad, Manufacturer - V.H. Blackinton, Style A10506, Set of Two (2), NO SUBS I 1 I UTION. Sho,v 41Insignia - 4 19.07 Each 10 1.00 190.70 4 Commander Diamond (Large), Karat- Klad, Manufacturer - V.H. Blackinton, Style A4710, Set of Two (2), NO SUBS I 1 I UTION. +, Show 42 Badge Case - 2 19.01 Each 10 1.00 190.10 4 Slim Line or Strong Badge http://imap l .rierside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 6 Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/2 Flip Style, NO SUBS I 1 I UTION. Shcv, 43 Badge Case - 2 19.01 Each 10 1.00 190.10 4 Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/1 Book Style, NO SUBSTITUTION. Show 44 Badge Case - 2 19.01 Each 10 1.00 190.10 4 Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBS I 1 I UTION. Shoe, 45 Badge Case - 2 19.01 Each 10 1.00 190.10 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/2 Flip Style, NO SUBS I 1 I UTION. ± Show 46 Badge Case - 3 20.19 Each 10 1.00 201.90 4 Slim Line or Strong Badge Case with Embossed Badge on Cover, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBSTITUTION. Show 47 Badge Case - 2 0.01 Each 10 1.00 0.10 3 Slim Line or Strong Mini Badge Case for Mini Badge, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 6 of 6 Manufacturer - V.H. Blackinton, Style 2-1/2" X 2- 1/2" Snap Flip, NO SUBS I 1 I UTION. ;E Show 48 Badge Case - 2 19.01 Each 10 1.00 190.10 Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Flip, NO SUBSi1IUTION. ;-+-1 Show 49 Refurbishing 1 37.61 Each 10 1,00 376.10 of Badges - Rhodium Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBS I 1 I UTION. E Sho',v 50Refurbishing 1 37.61 Each 10 1.00 376.10 4 of Badges - Rhodium Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBS I 1 I UTION. Return to Award by Quote (RFQ 1016381) Previous 25 126-50 '1 Next 25 .?.; Actions 'Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006. oracle. All rights reserved. http://imapl.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 2 of 8 •!TIP All prices are in USD. Quote Total (USD) 56,702.40 .9 Previous 25 I51-75 vi Next 25 Show All Details I Hide All Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Sho',v 51 Refurbishing 1 14.07 Each 10 1.00 140.70 4 of Badges - Karat-Klad Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSIIIUTION. Shop„ 52 Refurbishing 1 14.07 Each 10 1.00 140.70 4 of Badges - Karat-Klad Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBS i 1 I UTION. 53 Badge - 3 97.48 Each 10 1.00 974.80 4 Breast -Ranks (A3277), Karat- Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS I 1 I UTION. +; Show 54 Badge - Police, 3 97.48 Each 10 1.00 974.80 4 Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627EE, NO SUBS 111 UTION. Sho;. 55 Badge - Color 4 46.89 Each 10 1.00 468.90 4 Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBS 111 UTION. Show 56Insignia - 4 25.54 Each 10 1.00 255.40 4 Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1140, Set http://imapl .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 8 of Two (2), NO SUBS I 1 I UTION. ' Sro.v 57 Badge Case - 3 19.01 Each 10 1.00 190.10 4 Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/1 Flip Style, NO SUBS 11TUTION. S'ho 'i 58 Shirt Badge - 1 23.24 Each 10 1.00 232.40 4 Firefighter, Silver Pinback Black Block with Hard Enamel Letters Seal A6989 15/16 inches Silver with Red Background with Name, Firefighter, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBS II I UTION. Sho:, 59Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 Fire Inspector, Gold Pinback Black Block with Hard Enamel Letter Seals A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Fire Inspector, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I 1 I UTION. ±: Shorr 60 Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 http://imapl .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 4 of 8 Fire Lieutenant, Gold Pinback Black Block with Hard Enamel Letters Seal A3025 15/16 inches, Gold with Red Enamel Background, Name, Fire Lieutenant, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS 111 UTION. Show 61 Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 Fire Captain, Gold Pinback Black Block with Hard Enamel letters Seal A2997 15/16 inches, Gold with Red Enamel Background with Name, Fire Captain, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBS 11 I UTION. Sho1i 62Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 Chief Fire Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A2991 15/16 inches, Gold with Red Enamel Background with Name, Chief Fire Officer, Miami http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 8 Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBSTITUTION. 63 Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 Executive Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A3028 15/16 inches, Gold with Red Background with Name, Executive Officer, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS 11 I UTION. +, Show 64Shirt Badge - 4 87.13 Each 10 1.00 871.30 Assistant Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches, Gold with Red Enamel Background with Name, Assistant Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I UTION. +, Sho,v 65 Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 6 of 8 Deputy Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches Gold with Red Enamel Background with Name, Deputy Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturet: V. H. Blackinton, Style No. B-38 KK, NO SUBS I I I UTION. Show 66 Shirt Badge - 4 87.13 Each 10 1.00 871.30 4 Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2963 15/16 inches, Gold with Red Enamel Background with Name, Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBS I I I UTION. S o,.v 67 Collar Insignia 3 31.36 Each 10 1.00 313.60 4 - Executive Officer, Karat Klad, 1/2 inches, City of Miami Seal in the Center, to Read Executive (capital letters - above the seal in black block letters), Officer (capital letters - below the seal in black http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 7 of 8 block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBS I 1 I UTION. Shcw 68Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Fire Lieutenant, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A3026, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Sho» 69Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Fire Captain, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A2998, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Show 70 Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Fire Inspector, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A4021, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. +; Sh. oy,v 71 Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Chief Fire Officer, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seals A2992, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 8 of 8 i]Show 72Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Deputy Fire Chief, 11/16 inches, Karat- Klad With Short Screw Back, with Hard Red Enamel Seals A2989, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. Show 73 Collar Insignia 3 16.95 Each 10 1.00 169.50 4 - Fire Chief, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A2964, Manufacturer: V. H. Blackinton,NO SUBS I 1 I UTION. She,,; 74Cap Badge - 3 37.95 Each 10 1.00 379.50 4 Firefighter, Silver Screw Post, with Hard Red Enamel A6989 Silver with Red Background, Miami (in capital letters) at Top and Fire Dept. (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 RH, NO SUBSIIIUTION. Sha;'i 75 Cap Badge - 4 30.66 Each 10 1.00 306.60 4 Fire Lieutenant, Karat-Kiad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style A2912, NO SUBS I 1 I UTION. Return to Award by Quote (RFQ 1016381) Previous 25 I51-75 Next 25 Actions 'Online Discussions Go 1 Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 2 of 6 Show All Details Hide A! Details Previous 25 176-100 v Target Quote Minimum Minimum Next 25 Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes EShow 76 Cap Badge - 4 30.66 Each 10 1.00 306.60 4 Fire Captain, Karat-Klad Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A175, NO SUBS 111 UTION. ;] Show 77 Cap Badge - 4 30.66 Each 10 1.00 306.60 4 Chief Fire Officer, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A2910, NO SUBSTITUTION. Show 78 Cap Badge - 4 49.36 Each 10 1.00 493.60 Executive Officer, Karat-Klad, White Rim with City of Miami Seal, Executive Officer (in capital letters) A6201 in the Center of the Red Trim, on the Rim, Manufaturer: V. H. Blackinton, Style No. A11857, NO SUBS iliUTION. ; - Show 79 Cap Badge - 4 49.36 Each 10 1.00 493.60 4 Assistant Fire Chief, Karat-Klad White Enamel Rim with A2988 Red Middle Background, Assistant Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3317, NO SUBSTITUTION. http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.isp?OAFunc=PONRESENO VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 6 Show 80 Cap Badge - 4 Deputy Fire Chief, Karat-Kiad, White Rim with A2988 Red Middle Background, Deputy Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3375, NO SUBS I 1 I UTION. J Show 81 Cap Badge - 4 Fire Chief, Karat- Klad, White Rim with A2963 Red Middle Background, Fire Chief (in capital letters) on the rim, Manufacturer: V. H. Blackinton, Style No. A10434, NO SUBS 1iIUTION. +� Show 82 Leather Book 2 Style Badge Case - with Suede Badge Protector, Identification Window, Exact Fit. Recessed Cut -Out to Fit B38 Badge. Manufacturer: V. H. Blackinton, Style No. 1, NO SUBS I 1 I UTION. 1 Show 83 Distinguished 2 Service Medal, Karat-Klad, Finish, Complete with Drape Style Ribbon and Safety Catch, Manufacturer: V. H. Blackinton, Style No. A3282, NO SUBS 111 UTION. ;+; Show 84 Commendation 2 Insignia - Clutch Back, Complete with One (1) 49.36 Each 49.36 Each 19,01 Each 59.71 Each 3.12 Each 10 1.00 493.60 4 10 1.00 493.60 4 10 1.00 190.10 4 10 1.00 597.10 4 10 1.00 31.20 4 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Gold Star, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I 1 I UTION. 85 Commendation 2 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I 1 I UTION. 86 Commendation 2 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBS I I I UTION. +,' ShoW 87 Commendation 2 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. E Sho',v 88 Commendation 2 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-3, NO SUBS!). I UTION. +1 Sbo,r; 89 Commendation 2 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-24, NO SUBS I I I UTION. Show 90 Commendation 2 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-26, NO SUBS I I I UTION. 3.99 Each 4.94 Each 2.2 Each 2.2 Each 2.2 Each 2.2 Each Page 4 of 6 10 1.00 39.90 4 10 1.00 49.40 4 10 1.00 22.00 4 10 1.00 22.00 4 10 1.00 22.00 4 10 1.00 22.00 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 6 J Show 91 Commendation 2 Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-34, NO SUBS I 1 I UTION. Shoe, 92 Name Tag - 2 Silver and Gold Polished, 3" x 5/8", Manufacturer: V. H. Blackinton, Model: J2, NO SUBS I l I UTION 3 Show 93 Badge - Large 3 Single Star KK, Style A3451, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION SS".o'w, 94 Badge - Wallet 1 - Officer, Style B537, Gold Stamp Lettering, Miami (on top), Police (on bottom) Unit (at time of order), Manufacturer: V.H. Blackinton, NO SU BSTITUTIO N Shoy, 95 Badge - Small 3 Single Star KK, Style A6155, Manufacturer: V.H. Blackinton, NO SUBS I 11 UTION. .3 Shaw; 96 Badge Cases - 1 Add Lettering Gold Stamp i.e., Miami Police Staff, Miami Police Investigator, City of Miami Staff, etc., Manufacturer: V.H. Blackinton, NO SUBS I I I UTION. HE- Show 97 Investigations 3 Wallet - Badge No. BC3120 Solid 2.2 Each 8.71 Each 15.71 Each 1.25 Each 15.71 Each 1.25 Each 56.95 Each 10 1.00 22.00 4 10 1.00 87.10 4 10 1.00 157.10 4 10 1.00 12.50 4 10 1.00 157.10 4 10 1.00 12.50 4 10 1.00569.504 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Back, Serial No. AC11434FuU Color Seal with Attachment F11' 6, Manufacturer: V.H.8|acNnLon, NO SUBSTITUTION. EBShow 08Book Style 3 Wallet Badge Case for BC312O, Cut Out Badge for No. 8C3120, Manufacturer: V.H. B|ac@nton, NO SUBSTITUTION. ;7+1Show 99Balance of 4 Line Minimum Percentage Discount off Catalog List Price for Products Not Specified in this SoUcation(i.e, 40% .4O). �+3Show 1O8Custom 4 Badgc;#BS38, Rhodium, Safety Catch and Full Color Seal, Manufacturer: V.H.Blacknton NO Return to Award by Quote (RFO 1016381) 26.36 Each 34Percentag 40.48 Each 10 1.00263.604 1 1.00 34.004 �) Previous | ��] Actio ns /OnlineDiscussions Requisitions Negotiations Intelligence Home Logout Pnyfenonooy Help Privacy Statement 6ttn lzivurside. :8 .. 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 2 of 9 9 Previous 25 1101-125 Next 25 Show All Details I Hide AN Details Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes 3 Shoy; 101 Custom 4 44.96 Each 10 1.00 449.60 4 Badge, #B538, Gold Plate, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Show 102 Insignia - 3 17.83 Each 10 1.00 178.30 4 Lieutenant Bars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A1973, Set of Two (2), NO SUBSTITUTION. ±; Shocw 103 Balance of 4 34 Percentage 1 1.00 34.00 4 Line Percentage Discount off Catalog List Price for Products not Specified in this Solicitation, 32.5%. Show 104Shirt Badge 4 87.13 Each 10 1.00 871.30 4 - Public Education, Gold Pinback Black Block with Hard Enamel Letters Seals, A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Public Education, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 9 No. B-38 KK, NO SUBSTITUTION. +, Sho;v 105Shirt Badge 4 - Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Medical Director, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. Sno,`, 106Shirt Badge 4 - Associate Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Associate Medical Director, Miami Fire Department (in capital letters), FL at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBS I ITUTION. Show 107Shirt Badge 4 - Fire Communications Operator, Silver Pinback Black Block with Hard Enamel Letters 43.24 Each 43.24 Each 43.24 Each 10 1.00 432.40 4 10 1.00 432.40 4 10 1.00432.404 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 4 of 9 Seal A3907 15/16 inches, Blue Background with Name, Communications Operator, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. 108Shirt Badge 4 - Fire Communications Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Show 109 Shirt Badge 4 - Fire Communications Center Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications 87.13 Each 87.13 Each 10 1.00871.304 10 1.00871.304 http://imapl .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 9 Center Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Show 110Shirt Badge 4 - Fire Chaplain, Gold Pinback Black Block with Hard Enamel Letters Seal A7191 15/16 inches, Red Background with Name, Fire Chaplain, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. ......... _..._..... Show 111 Shirt Badge 3 - Pink Cancer, Hose Pink Pinback Black Block with Hard Enamel Letters Seal A12102FC 15/16 inches, Pink Background with Name, City of Miami Fire - Rescue Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 Pink, NO 87.13 Each 36.54 Each 10 1.00 871.30 4 10 1.00 365.40 4 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 6 of 9 SUBS I I I UTION. J Show 112 Shirt Badge 3 - Fire Honor Guard, Gold Pinback Black Block with Hard Enamel Letters, Honor Guard (in capital letters) at Top, Seal A4020 15/16 inches, Red Background with Name, City of Miami Fire - Rescue (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-30 KK, NO SUBSTITUTION. S;�,oyi 113 Collar 3 Insignia - Assistant Fire Chief, 11/16 inches, Karat- Klad with Short Screw Back, with Hard Red Enamel Seal A2989, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. 33 Show 114 Collar 4 Insignia - Public Eduation, Karat- Klad, 1/2 inch, City of Miami Seal in the Center, to Read Public (capital letters - above the seal in black block letters), Education (capital letter - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 87.13 Each 16.95 Each 31.36 Each 10 1.00 871.30 4 10 1.00 169.50 10 1.00 313.60 http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 7 of 9 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBSTITUTION. �Shp,l115Collar 3 Insignia - Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Shoy.'i 116 Collar 3 Insignia - Associate Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Shove 117 Collar 3 Insignia - Fire Communications Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBS I 1 I UTION. Show 118 Collar 3 Insignia - Fire Communications Center Supervisor, 11/16 inches, Karat-Klad with Short Screw 13.77 Each 13.77 Each 16.96 Each 16.96 Each 10 1.00 137.70 4 10 1.00 137.70 4 10 1.00 169.60 4 10 1.00 169.60 4 http://imap 1.riverside. cmgov.net: 8003/OA_HTML/OA. j sp?OAFunc=PONRES ENQVIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 8 of 9 Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. S OY. 119 Collar Insignia - Fire Chaplain, Karat- Klad with Short Screw Back, with Hard Red Enamel, Manufacturer: V. H. Blackinton, Style B-832, NO SUBSTITUTION, J Sho,v 120 Cap Badge - 4 Honor Guard, Gold Screw Post, with Hard Red Enamel A4020 Karat- Klad with Red Background, Honor (in capital letters) on Top and Guard (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 KK, NO SUBSTITUTION. Sho„v 121Insignia - 3 Three (3) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-3 (Smooth , 5/8"), NO SUBSTITUTION. Show 122 Insignia - 3 Four (4) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-4 (Smooth, 5/8"), NO SUBSTITUTION. 23.19 Each 85.71 Each 25.54 Each 30.96 Each 10 1.00 231.90 4 10 1.00 857.10 4 10 1.00255.404 10 1.00 309.60 4 http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 9 of 9 Show 123 Insignia - 3 Five (5) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-5 (Smooth, 5/8"), NO SUBSTITUTION. Show 124 Name Plate 3 - Karat-Klad, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Show 125 Name Plate 2 - Rhodium, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Return to Award by Quote (RFQ 1016381) 36.42 Each 23.3 Each 12.07 Each 10 1.00 364.20 4 10 1.00 233.00 4 10 1.00 120.70 4 (5) Previous 25' 101-125 v Next 25 •:>j Actions 'Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright 2C06. Oracle. All rights reser;ad. http://imap l .riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Quote Total (USD) 56,702.40 Show All Details I Hide All Details Page 2 of 7 Previous 25 1 126-150 Next 25 ?? Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes Show 126 Serving Since - 3 20.89 Each 10 1.00 208.90 4 Karat-Klad, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBS I11 UTION. Sho,, i 127 Serving Since - 3 11.76 Each 10 1.00 117.60 4 Rhodium, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBS i l I UTION. Sho r 128 Name Plate - 3 23.3 Each 10 1.00 233.00 4 Honor Guard, Karat-Klad, Clutch Back, with Name, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBS I 1 I UTION. Sho,`; 129 Wreath - 4 33.01 Each 10 1.00 330.10 4 Honor Guard, Karat-Klad, Clutch Back, Wreath with Cutter Panel #11840, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A5001, NO SUBS 111 UTION. Ti Show 130 Commendation 2 2.2 Each 10 1.00 22.00 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS III UTION. Show 131 Commendation 2 3.12 Each 10 1.00 31.20 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 7 Blackinton, Sytle RC-33, NO SUBS III UTION. 132 Commendation 3 3.99 Each 10 1.00 39.90 4 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS I 1 I UTION. Sho,, 133 Commendation 2 4.94 Each 10 1.00 49.40 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBS Ili UTION. ±I Show 134Commendation 2 2.2 Each 10 1.00 22.00 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. Sao.`: 135 Commendation 2 3.12 Each 10 1.00 31.20 4 Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. Shc„v 136 Commendation 3 3.99 Each 10 1.00 39.90 4 Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. Sho,v 137 Commendation 1 3.99 Each 10 1.00 39.90 4 Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBS I 1 I UTION. http://imap 1.riverside.cmgov.net: 8003 /OAHTML/OA. j sp?OAFunc=PONRE SENQV IE... 3/ 19/ 2019 Quote: 2582365 (RFQ 1016381) Page 4 of 7 5 138 Commendation 2 2.2 Each 10 1.00 22.00 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-45, NO SUBS I I I UTION. Show 139 Commendation 2 2.2 Each 10 1.00 22.00 4 Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-38, NO SUBS I l I UTION. Sho'» 140 Medal of Valor 3 75.54 Each 10 1.00 755.40 4 (Medal & Ribbon Set), A5499 Karat- Klad, RC-3 Neck Ribbon (Satin Front/Hilite Front, Polished Back), A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823U (MEDAL OF VALOR), Red Background Panel with Matching RC- 3 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 11TUTION. ; Show 141 Silver Star 3 44.54 Each 10 1.00 445.40 4 (Medal & Ribbon Set), A1595 Rhodium, RC-26 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel, A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006 (SILVER STAR), Red Background Panel with Matching RC- 26 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQVIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 5 of 7 NO SUBS 11 I UTION. Shoy; 142 Bronze Star 2 38.95 Each 10 1.00 389.50 4 (Medal & Ribbon Set), A1595 VHB Bronze, RC-34 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006A (BRONZE STAR), Red Background Panel with Matching RC- 34 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Show 143 Purple Heart 3 68.01 Each 10 1.00 680.10 4 (Medal & Ribbon Set), A2619 with Hard Purple Points, VHB KK, RC-45 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Hard White Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A3823Z (PURPLE HEART), White Background Panel with Matching RC-45 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS II I UTION. E Show 144 Distinguished 3 61.83 Each 10 1.00 618.30 4 Service with Stars (Medal & Ribbon Set), A3282 VHB KK, RC-24 Drape http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Page 6 of 7 Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823M (DISTINGUISHED SERVICE wtih Stars), Red Background Panel with Matching RC- 24 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS I 1 I UTION. Sho,,v 145 Medal of Merit 3 61.83 Each 10 1.00 618.30 4 (Medal & Ribbon Set), A1789 VHB KK, RC-38 Drape Ribbon (Polished - Satin Front, Polished Back), Engrave (MIAMI FIRE DEPT.) into medal plain, No Enamel, A6203 Red Rim Seal, A7124 (MEDAL OF MERIT), Red Background Panel with Matching RC- 38 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBS 11 I UTION. Shoe; 146Insignia - 3 15.3 Each 10 1.00 153.00 4 School Resource Officer, ("S.R.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I 1 I UTION. +; Show 147Insignia - 3 20.95 Each 10 1.00 209.50 4 School Resource Officer, ("S.R.O."), Karat-Klad, Manufacturer - http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRESENQ_VIE... 3/ 19/2019 Quote: 2582365 (RFQ 1016381) Page 7 of 7 V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. Shov; 148Insignia - 3 15.3 Each 10 1.00 153.00 4 Crisis Negotiation Team, ("C.N.T."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS Ill UTION. U Sho;v 149Insignia - 3 20.95 Each 10 1.00 209.50 4 Crisis Negotiation Team, ("C.N.T."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS 11 I UTION. Sho-,v 150Insignia - 3 15.3 Each 10 1.00 153.00 4 Public Information Officer, ("P.I.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS II. I UTION. Return to Award by Quote (RF) 1016381) ) Previous 25 I126-150 Next 25 Actions (Online Discussions Go l Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap 1.riverside. cmgov.net:8003/OA_HTML/OA.j sp?OAFunc=PONRES ENQ_VIE... 3/19/2019 Quote: 2582365 (RFQ 1016381) Quote Total (USD) 56,702.40 Show All Details I Hide All Details Page 2 of 3 :5 Previous 25 I151-158 of 158:.j Next Target Quote Minimum Minimum Start Target Quote Estimated Release Release Line Active Details Line Rank Price Price Price Unit Quantity Amount Amount Total Quotes +) Show 151 Insignia - 3 20.95 Each 10 1.00 209.50 4 Public Information Officer, ("P.I.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. E Show 152lnsignia - Field 3 20.95 Each 10 1.00 209.50 4 Traning Captain, ("F.T.C."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. 1 Show 153Insignia - Field 3 20.95 Each 10 1.00 209.50 4 Training Lieutenant, ("F.T.L."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. U Show 154Insignia - Field 3 20.95 Each 10 1.00 209.50 4 Training Sergeant, ("F.T.S."), Karat- Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Show 155lnsignia - Field 3 15.3 Each 10 1.00 153.00 4 Training Officer, ("F.T.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBS I I I UTION. 3 Show 156lnsignia - 3 34.48 Each 10 1.00 344.80 4 Honor Guard, 3/8" Letter, Rhodium, Manufacturer - http://imap l .riverside. cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRES ENQVIE W... 5/6/2019 Quote: 2582365 (RFQ 1016381) Page 3 of 3 V.H. Blackinton, Style VHB-15, NO SUBSTITUTION. Sho'r; 157Insignia - 3 34.48 Each 10 1.00 344.80 4 Honor Guard, 3/8" Letter, Gold Plate Finish, Manufacturer - V.H. Blackinton, Style VHB-15, NO SUBS I I I UTION. Show 158 Cap Badge - 3 23.19 Each 10 1.00 231.90 4 Fire Chaplain, Karat Klad, Red Rim with A2437 Karat Klad Background/White Cross, Fire (in capital letters) at top, and Chaplain (in capital letters) at bottom, Manufacturer: V. H. Blackinton, NO SUBS I I I UTION. Return to Award by Quote (RFQ 1016381) Actions 'Online Discussions v Go] Requisitions Negotiations Intelligence Home Logout Preferences Help Privacy Statement Copyright (c) 2006, Oracle. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 5/6/2019 City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2"d Avenue, 6th Floor Miami, Florida 33130 Web Site Address: wwN.miamigov.com/procurement IFBNumber: Title: 1016381 Invitation for Bid for the Purchase of Badges, Wallets, and Insignias Issue Date/Time: 25-FEB-2019 IFBClosing Date/Time: 19-MAR-2019 @. 13:00:00 Pre-Bid/Pre-Proposal Conference: None Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: • Deadline for Request for Clarification: Monday, 1VIarch 11, 2019 at 5:00 PM Contracting Officer: Soto, Teresa Hard Copy Submittal Location: City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US Contracting Officer E-Mail Address: TSoto@miamigov.com Contracting Officer Facsimile: (305)400-5024 Page 1 of 82 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 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. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME. ADDRESS• PHONE: FAX EMAIL: CELL(Optional)• SIGNED BY• TITLE: DATE • FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE. Page 2 of 82 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address: City, State, and Zip Code: Business Telephone Number: Fax Number: E-Mail Address: Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Office Location: City of Miami, Miami -Dade County, or Other Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will Page 3 of 82 be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/19). 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: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: 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. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference 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 reference company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Page 4 of 82 Reference No. 3: Date of Contract or Sale for above reference no. 3 Page 5 of 82 Line: 1 Description: Badge - Breast -Ranks, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 2 Description: Badge - Breast -Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 3 Description: Badge - Breast -Ranks, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 4 Description: Badge - Cap - Major/Commander, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627K, NO SUBSTITUTION. Page 6 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 5 Number of Units: 10 Total: $ Description: Badge - Cap - Chief, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627A, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 6 Description: Badge - Cap - Deputy Chief, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627U, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 7 Description: Badge - Cap - Captain, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627D, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 7 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 8 Description: Badge - Cap - Lieutenant, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627F, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 9 Description: Badge - Cap - Sergeant, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627E, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 10 Description: Badge - Cap - Officer, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B627H, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 11 Page 8 of 82 Description: Badge - Wallet -Ranks, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 12 Description: Badge - Wallet - Ranks, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 13 Description: Badge - Wallet - Rank, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 14 Description: Badge - Color Seal, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Page 9 of 82 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 15 Description: Badge - Color Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 16 Description: Badge - Color Seal, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 17 Description: Badge - Miniature 1" Badge, Gold Plate/Solid Struck, Manufacturer - V.H. Blackinton, Style A10383, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 10 of 82 Line: 18 Description: Badge - Detective - Chief Badge, High Glo,'Mlanufacturer - V.H. Blackinton, Style BC3120, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 19 Number of Units: 10 Total: $ Description: Insignia - Two (2) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-2", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 20 Number of Units: 10 Total: $ Description: Insignia - Two (2) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-1", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 21 Number of Units: 10 Total: $ Description: Insignia - Three (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Page 11 of 82 Style A5494-3", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 22 Number of Units: 10 Total: $ Description: Insignia - Three (3) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5210-3 ", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 23 Number of Units: 10 Total: $ Description: Insignia - Four (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5211-4", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 24 Description: Insignia - Four (4) Stars on a Bar, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5494-4", NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Page 12 of 82 Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 25 Number of Units: 10 Total: $ Description: Insignia - Neighborhood Resource Officer ("N.R.O."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 26 Description: Insignia - Crisis Intervention Team ("C.I.T"), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 27 Number of Units: 10 Total: $ Description: Insignia - Crisis Intervention Team ("C.I.T"), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 13 of 82 Line: 28 Description: Insignia - Rapid Deployment Force ("R.D.F."), initials only, Rhodium, Manufacturer - V.H. Blackington, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 29 Number of Units: 10 Total: $ Description: Insignia - Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 30 Number of Units: 10 Total: $ Description: Insignia - Special Weapons and Tactics Officer ("S.W.A.T."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 15, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 31 Description: Insignia - Drug Recognition Enforcement, ("D.R.E."), initials only, Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Page 14 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 32 Number of Units: 10 Total: $ Description: Insignia - Drug Recognition Enforcement, ("D.R.E."), initials only, Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 33 Number of Units: 10 Total: $ Description: Insignia - Tie Bar with City Seal, Rhodium, Manufacturer - V.H. Blackinton, Style A-367, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 34 Number of Units: 10 Total: $ Description: Insignia - Tie Bar with City Seal, Gold Plated, Manufacturer - V.H. Blackinton, Style A-367, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 15 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 35 Description: Insignia - Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Stv 1e A982-3, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 36 Description: Insignia - Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1141, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 37 Description: Insignia - Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1975, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 38 Page 16 of 82 Description: Insignia - Leaf, Karat-Klad, Manufacturer - V.H. Blackinton, Stele :12003, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 39 Description: Insignia - Lieutenant Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A5573, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 40 Description: Insignia - Commander Diamond (Small), Karat-Klad, Manufacturer - V.H. Blackinton, Style A10506, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 41 Description: Insignia - Commander Diamond (Large), Karat-Klad, Manufacturer - V.H. Blackinton, Style A4710, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Page 17 of 82 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 42 Description: Badge Case - Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/2 Flip Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 43 Description: Badge Case - Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B537/1 Book Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 44 Description: Badge Case - Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 18 of 82 Line: 45 Description: Badge Case - Slim Line or Strong Badge Case, Manufacturer - V.II. Blackinton, Style B532/2 Flip Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 46 Description: Badge Case - Slim Line or Strong Badge Case with Embossed Badge on Cover, Manufacturer - V.H. Blackinton, Style B532/1 Book Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 47 Description: Badge Case - Slim Line or Strong Mini Badge Case for Mini Badge, Manufacturer - V.H. Blackinton, Style 2-1/2" X 2-1/2" Snap Flip, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 48 Description: Badge Case - Slim Line or Strong Badge Case with Black Suede Flap to Cover Badge, Page 19 of 82 Manufacturer - V.H. Blackinton, Style B532/1 Flip, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: S Delivery Time from Receipt of Order (Calendar Days) Line: 49 Description: Refurbishing of Badges - Rhodium Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 50 Description: Refurbishing of Badges - Rhodium Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 51 Description: Refurbishing of Badges - Karat-Klad Breast, Manufacturer - V.H. Blackinton, Style B537, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Page 20 of 82 Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 52 Number of Units: 10 Total: $ Description: Refurbishing of Badges - Karat-Klad Cap, Manufacturer - V.H. Blackinton, Style B627, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 53 Description: Badge - Breast -Ranks (A3277), Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 54 Description: Badge - Police, Karat-Klad/Solid Struck, Manufacturer - V.H. Blackinton, Style B627EE, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 21 of 82 Line: 55 Description: Badge - Color Seal, Rhodium/Solid Struck, Manufacturer - V.H. Blackinton, Style B532, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 56 Description: Insignia - Captain Bars, Karat-Klad, Manufacturer - V.H. Blackinton, Style A1140, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 57 Description: Badge Case - Slim Line or Strong Badge Case, Manufacturer - V.H. Blackinton, Style B532/1 Flip Style, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 58 Description: Shirt Badge - Firefighter, Silver Pinback Black Block with Hard Enamel Letters Seal A6989 15/16 inches Silver with Red Background with Name, Firefighter, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. Page 22 of 82 B-38 RH, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: S Delivery Time from Receipt of Order (Calendar Days) Line: 59 Description: Shirt Badge - Fire Inspector, Gold Pinback Black Block with Hard Enamel Letter Seals A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Fire Inspector, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 60 Description: Shirt Badge - Fire Lieutenant, Gold Pinback Black Block with Hard Enamel Letters Seal A3025 15/16 inches, Gold with Red Enamel Background, Name, Fire Lieutenant, Miami Fire Department (in capital letters) and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 61 Description: Shirt Badge - Fire Captain, Gold Pinback Black Block with Hard Enamel letters Seal A2997 15/16 inches, Gold with Red Enamel Background with Name, Fire Captain, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Page 23 of 82 Style No. B-38KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 62 Number of Units: 10 Total: $ Description: Shirt Badge - Chief Fire Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A2991 15/16 inches, Gold with Red Enamel Background with Name, Chief Fire Officer, Miami Fire Department (in capital letters), and Badge Number at bottom, Manufacturer: V. H. Blackinton, Style No. B-38KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 63 Description: Shirt Badge - Executive Officer, Gold Pinback Black Block with Hard Enamel Letters Seal A3028 15/16 inches, Gold with Red Background with Name, Executive Officer, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 64 Description: Shirt Badge - Assistant Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches, Gold with Red Enamel Background with Name, Assistant Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at bottom, Page 24 of 82 Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 65 Description: Shirt Badge - Deputy Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2988 15/16 inches Gold with Red Enamel Background with Name, Deputy Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturet: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 66 Description: Shirt Badge - Fire Chief, Gold Pinback Black Block with Hard Enamel Letters Seal A2963 15/16 inches, Gold with Red Enamel Background with Name, Fire Chief, Miami Fire Department (all in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 67 Description: Collar Insignia - Executive Officer, Karat Klad, 1/2 inches, City of Miami Seal in the Center, to Read Executive (capital letters - above the seal in black block letters), Officer (capital letters - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Page 25 of 82 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 68 Description: Collar Insignia - Fire Lieutenant, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A3026, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 69 Description: Collar Insignia - Fire Captain, 11/16 inches, Karat-Klad with Shortscrew Back, with Hard Red Enamel Seal A2998, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 70 Description: Collar Insignia - Fire Inspector, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A4021, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Page 26 of 82 Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 71 Description: Collar Insignia - Chief Fire Officer, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seals A2992, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 72 Description: Collar Insignia - Deputy Fire Chief, 11/16 inches, Karat-Klad With Short Screw Back, with Hard Red Enamel Seals A2989, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 73 Description: Collar Insignia - Fire Chief, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A2964, Manufacturer: V. H. Blackinton,NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 27 of 82 Line: 74 Description: Cap Badge - Firefighter, Silver Screw Post, with Hard Red Enamel A6989 Silver with Red Background, Miami (in capital letters) at Top and Fire Dept. (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 RH, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 75 Description: Cap Badge - Fire Lieutenant, Karat-Klad, Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style A2912, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 76 Description: Cap Badge - Fire Captain, Karat-Klad Gold Plain Screw Post, No Enamel, Manufacturer: V. H. Blackinton, Style No. A175, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 77 Description: Cap Badge - Chief Fire Officer, Karat-Klad, Gold Plain Screw Post, No Enamel, Page 28 of 82 Manufacturer: V. 11. Blackinton, Style No. A2910, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 78 Description: Cap Badge - Executive Officer, Karat-Klad, White Rim with City of Miami Seal, Executive Officer (in capital letters) A6201 in the Center of the Red Trim, on the Rim, Manufaturer: V. H. Blackinton, Style No. A11857, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 79 Number of Units: 10 Total: $ Description: Cap Badge - Assistant Fire Chief, Karat-Klad White Enamel Rim with A2988 Red Middle Background, Assistant Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3317, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 80 Number of Units: 10 Total: $ Description: Cap Badge - Deputy Fire Chief, Karat-Klad, White Rim with A2988 Red Middle Background, Deputy Fire Chief (in capital letters) on the Rim, Manufacturer: V. H. Blackinton, Style No. A3375, NO SUBSTITUTION. Page 29 of 82 Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 81 Number of Units: 10 Total: $ Description: Cap Badge - Fire Chief, Karat-Klad, White Rim with A2963 Red Middle Background, Fire Chief (in capital letters) on the rim, Manufacturer: V. H. Blackinton, Style No. A10434, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 82 Number of Units: 10 Total: $ Description: Leather Book Style Badge Case - with Suede Badge Protector, Identification Window, Exact Fit. Recessed Cut -Out to Fit B38 Badge. Manufacturer: V. H. Blackinton, Style No. 1, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 83 Description: Distinguished Service Medal, Karat-Klad, Finish, Complete with Drape Style Ribbon and Safety Catch, Manufacturer: V. H. Blackinton, Style No. A3282, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 30 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 84 Description: Commendation Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 85 Number of Units: 10 Total: S Description: Commendation Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 86 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Number of Units: 10 Total: $ Page 31 of 82 Line: 87 Description: Commendation Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-1, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 88 Description: Commendation Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-3, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 89 Description: Commendation Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-24, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 90 Description: Commendation Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-26, NO SUBSTITUTION. Page 32 of 82 Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 91 Description: Commendation Insignia - Clutch Back, Manufacturer: V. H. Blackinton, Style No. RC-34, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 92 Description: Name Tag - Silver and Gold Polished, 3" x 5/8", Manufacturer: V. H. Blackinton, Model: J2, NO SUBSTITUTION Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 93 Description: Badge - Large Single Star KK, Style A3451, Manufacturer: V.H. Blackinton, NO SUBSTITUTION Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 33 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 94 Description: Badge - Wallet - Officer, Style B537, Gold Stamp Lettering, Miami (on top), Police ( on bottom) Unit (at time of order), Manufacturer: V.H. Blackinton, NO SUBSTITUTION Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 95 Number of Units: 10 Total: $ Description: Badge - Small Single Star KK, Style A6155, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 96 Description: Badge Cases - Add Lettering Gold Stamp i.e., Miami Police Staff, Miami Police Investigator, City of Miami Staff, etc., Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 TotaI: $ Delivery Time from Receipt of Order (Calendar Days) Line: 97 Page 34 of 82 Description: Investigations Wallet - Badge No. BC3120 Solid Back, Serial No. AC11434 Full Color Seal with Attachment F11-6, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 98 Description: Book Style Wallet Badge Case for BC3120, Cut Out Badge for No. BC3120, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 99 Description: Balance of Line Minimum Percentage Discount off Catalog List Price for Products Not Specified in this Solication (Le., 40% = .40). Category: 08015-00 Unit of Measure: Percentage Unit Price: $ Line: 100 Number of Units: 1 Total: $ Description: Custom Badge, #B538, Rhodium, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Page 35 of 82 Unit Price: $ Line: 101 Number of Units: 10 Total: $ Description: Custom Badge, #B538, Gold Plate, Safety Catch and Full Color Seal, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Line: 102 Number of Units: 10 Total: $ Description: Insignia - Lieutenant Bars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A1973, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Line: 103 Number of Units: 10 Total: $ Description: Balance of Line Percentage Discount off Catalog List Price for Products not Specified in this Solicitation, 32.5%. Category: 08015-00 Unit of Measure: Percentage Unit Price: $ Line: 104 Number of Units: 1 Total: $ Description: Shirt Badge - Public Education, Gold Pinback Black Block with Hard Enamel Letters Seals, A3953 and A4022 15/16 inches, Gold with Red Enamel Background with Name, Public Education, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Page 36 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 105 Number of Units: 10 Total: $ Description: Shirt Badge - Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Medical Director, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 106 Number of Units: 10 Total: $ Description: Shirt Badge - Associate Medical Director, Silver Pinback Black Block with Hard Enamel Letters Seal A4256 15/16 inches, Blue Background with Name, Associate Medical Director, Miami Fire Department (in capital letters), FL at bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 107 Description: Shirt Badge - Fire Communications Operator, Silver Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Operator, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 RH, NO SUBSTITUTION. Page 37 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 108 Number of Units: 10 Total: $ Description: Shirt Badge - Fire Communications Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 109 Number of Units: 10 Total: $ Description: Shirt Badge - Fire Communications Center Supervisor, Gold Pinback Black Block with Hard Enamel Letters Seal A3907 15/16 inches, Blue Background with Name, Communications Center Supervisor, Miami Fire Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 110 Description: Shirt Badge - Fire Chaplain, Gold Pinback Black Block with Hard Enamel Letters Seal A7191 15/16 inches, Red Background with Name, Fire Chaplain, Miami Fire Department (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 KK, NO SUBSTITUTION. Page 38 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 111 Description: Shirt Badge - Pink Cancer, Hose Pink Pinback Black Block with Hard Enamel Letters Seal A12102FC 15/16 inches, Pink Background with Name, City of Miami Fire -Rescue Department (in capital letters), and Badge Number at Bottom, Manufacturer: V. H. Blackinton, Style No. B-38 Pink, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 112 Description: Shirt Badge - Fire Honor Guard, Gold Pinback Black Block with Hard Enamel Letters, Honor Guard (in capital letters) at Top, Seal A4020 15/16 inches, Red Background with Name, City of Miami Fire -Rescue (in capital letters), and FL at Bottom, Manufacturer: V. H. Blackinton, Style No. B-30 KK, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 113 Description: Collar Insignia - Assistant Fire Chief, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Red Enamel Seal A2989, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Page 39 of 82 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 114 Description: Collar Insignia - Public Eduation, Karat-Klad, 1/2 inch, City of Miami Seal in the Center, to Read Public (capital letters - above the seal in black block letters), Education (capital Letter - below the seal in black block letters), F105 7/16 inches, Nail/Screw with V446B, A6203 Plain Seal, Manufacturer: V. H. Blackinton, Style No. B1166, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 115 Description: Collar Insignia - Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 116 Description: Collar Insignia - Associate Medical Director, 11/16 inches, Rhodium with Short Screw Back, with Hard Blue Enamel Seal A4277, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 40 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 117 Description: Collar Insignia - Fire Communications Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 118 Description: Collar Insignia - Fire Communications Center Supervisor, 11/16 inches, Karat-Klad with Short Screw Back, with Hard Blue Enamel Seal A3908, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 119 Description: Collar Insignia - Fire Chaplain, Karat-Klad with Short Screw Back, with Hard Red Enamel, Manufacturer: V. H. Blackinton, Style B-832, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 41 of 82 Line: 120 Description: Cap Badge - Honor Guard, Gold Screw Post, with Hard Red Enamel A4020 Karat-Klad with Red Background, Honor (in capital letters) on Top and Guard (in capital letters) at Bottom, Manufacturer: V. H. Blackinton, Style No. B-484 KK, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 121 Number of Units: 10 Total: $ Description: Insignia - Three (3) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-3 (Smooth , 5/8"), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 122 Number of Units: 10 Total: $ Description: Insignia - Four (4) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-4 (Smooth, 5/8"), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 123 Number of Units: 10 Total: $ Description: Insignia - Five (5) Stars, Karat-Klad, Manufacturer: V.H. Blackinton, Sytle A4888-5 Page 42 of 82 (Smooth, 5/8"), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 124 Description: Name Plate - Karat-Klad, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 125 Description: Name Plate - Rhodium, Clutch Back, Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: S Delivery Time from Receipt of Order (Calendar Days) Line: 126 Description: Serving Since - Karat-Klad, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Page 43 of 82 Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 127 Description: Serving Since - Rhodium, Manufacturer: V.H. Blackinton, Sytle B1693, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 128 Description: Name Plate - Honor Guard, Karat-Klad, Clutch Back, with Name, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A2388, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 129 Description: Wreath - Honor Guard, Karat-Klad, Clutch Back, Wreath with Cutter Panel #11840, Honor Guard (in capital letters), Manufacturer: V.H. Blackinton, Sytle A5001, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 44 of 82 Line: 130 Description: Commendation Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 131 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 132 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 133 Description: Commendation Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-33, NO SUBSTITUTION. Page 45 of 82 Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 134 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 135 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Complete with One (1) Gold Star, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 136 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Complete with Two (2) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 46 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 137 Description: Commendation Insignia - Clutch Back, Complete with Three (3) Gold Stars, Manufacturer: V.H. Blackinton, Sytle RC-5, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 138 Description: Commendation Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-45, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 139 Number of Units: 10 Total: $ Description: Commendation Insignia - Clutch Back, Manufacturer: V.H. Blackinton, Sytle RC-38, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Number of Units: 10 Total: $ Page 47 of 82 Line: 140 Description: Medal of Valor (Medal & Ribbon Set), A5499 Karat-Klad, RC-3 Neck Ribbon (Satin Front/Hilite Front, Polished Back), A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823U (MEDAL OF VALOR), Red Background Panel with Matching RC-3 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 141 Description: Silver Star (Medal & Ribbon Set), A1595 Rhodium, RC-26 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (1"vIIAMI FIRE DEPT.), Red Background Panel, A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006 (SILVER STAR), Red Background Panel with Matching RC-26 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 142 Description: Bronze Star (Medal & Ribbon Set), A1595 VHB Bronze, RC-34 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MHAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A7006A (BRONZE STAR), Red Background Panel with Matching RC-34 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 48 of 82 Line: 143 Description: Purple Heart (Medal & Ribbon Set), A2619 with Hard Purple Points, VHB KK, RC-45 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Hard White Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A3823Z (PURPLE HEART), White Background Panel with Matching RC-45 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 144 Description: Distinguished Service with Stars (Medal & Ribbon Set), A3282 VHB KK, RC-24 Drape Ribbon (Satin Front/Hilite Front, Polished Back), A6823WW (MIAMI FIRE DEPT.), Red Background Panel A3277 The City of Miami Dade Co. Florida Seal with Hard Red Rim, A6823M (DISTINGUISHED SERVICE wtih Stars), Red Background Panel with Matching RC-24 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 145 Description: Medal of Merit (Medal & Ribbon Set), A1789 VHB KK, RC-38 Drape Ribbon (Polished - Satin Front, Polished Back), Engrave (MIAMI FIRE DEPT.) into medal plain, No Enamel, A6203 Red Rim Seal, A7124 (MEDAL OF MERIT), Red Background Panel with Matching RC-38 Cloth Ribbon Bar, Manufacturer: V.H. Blackinton, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 49 of 82 Delivery Time from Receipt of Order (Calendar Days) Line: 146 Description: Insignia - School Resource Officer, ("S.R.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 147 Description: Insignia - School Resource Officer, ("S.R.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 148 Description: Insignia - Crisis Negotiation Team, ("C.N.T."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 149 Page 50 of 82 Description: Insignia - Crisis Negotiation Team, ("C.N.T."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 150 Description: Insignia - Public Information Officer, ("P.I.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 151 Description: Insignia - Public Information Officer, ("P.I.O."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: S Delivery Time from Receipt of Order (Calendar Days) Line: 152 Description: Insignia - Field Traning Captain, ("F.T.C."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Page 51 of 82 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 153 Number of Units: 10 Total: $ Description: Insignia - Field Training Lieutenant, ("F.T.L."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 154 Number of Units: 10 Total: $ Description: Insignia - Field Training Sergeant, ("F.T.S."), Karat-Klad, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 155 Number of Units: 10 Total: $ Description: Insignia - Field Training Officer, ("F.T.O."), Rhodium, Manufacturer - V.H. Blackinton, Style 5, Set of Two (2), NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Number of Units: 10 Total: $ Page 52 of 82 Line: 156 Description: Insignia - Honor Guard, 3/8" Letter, Rhodium, Manufacturer - V.H. Blackinton, Style VHB-15, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Delivery Time from Receipt of Order (Calendar Days) Line: 157 Number of Units: 10 Total: $ Description: Insignia - Honor Guard, 3/8" Letter, Gold Plate Finish, Manufacturer - V.H. Blackinton, Style VHB-15, NO SUBSTITUTION. Category: 08015-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 158 Description: Cap Badge - Fire Chaplain, Karat Klad, Red Rim with A2437 Karat Klad Background/White Cross, Fire (in capital letters) at top, and Chaplain (in capital letters) at bottom, Manufacturer: V. H. Blackinton, NO SUBSTITUTION. Category: 08015-10 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 53 of 82 Invitation for Bid (IFB) 1016381 Table of Contents Terms and Conditions 55 1. General Conditions 55 1.1. GENERAL TERMS AND CONDITIONS 55 2. Special Conditions 75 2.1. PURPOSE 75 2.2. TERM OF CONTRACT 75 2.3. CONDITIONS FOR RENEWAL 75 2.4. NON -APPROPRIATION OF FUNDS 75 2.5. PRE-BID/PRE-PROPOSAL CONFERENCE 75 2.6. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 75 2.7. METHOD OF AWARD 76 2.8. BIDDER'S MINIMUM QUALIFICATIONS 76 2.9. REFERENCES 76 2.10. INDEMNIFICATION 76 2.11. CITY OF MIAMI LIVING WAGE ORDINANCE 77 2.12. DELIVERY 77 2.13. FAILURE TO PERFORM 78 2.14. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY 78 2.15. ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/ITEMS/SERVICES/SUPPLIERS 78 2.16. PROJECT MANAGER 78 2.17. BALANCE OF LINE FOR RELATED ITEMS 79 2.18. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 79 2.19. NO SUBSTITUTION 79 2.20. WARRANTY, FITNESS FOR PURPOSE 79 2.21. PRODUCT SUBSTITUTES 79 2.22. SPECIFICATION EXCEPTIONS 79 2.23. PRIMARY CLIENT (FIRST PRIORITY) .80 2.24. TERMINATION 80 2.25. ADDITIONAL TERMS AND CONDITIONS 80 3. Specifications .82 3.1. SPECIFICATIONS/SCOPE OF WORK 82 Page 54 of 82 Invitation for Bid (IFB) 1016381 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the 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 own attorney's fees through and including appellate litigation and any post judgment Page 55 of 82 Invitation for Bid (IFB) 1016381 proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City 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 term shall conclude upon completion of the expressed or implied warranty periods. Page 56 of 82 Invitation for Bid (IFB) 1016381 G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award 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 FOR1VLAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable Page 57 of 82 Invitation for Bid (IFB) 1016381 for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client 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 IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Page 58 of 82 Invitation for Bid (IFB) 1016381 Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications 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 shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. 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 Page 59 of 82 Invitation for Bid (IFB) 1016381 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. 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 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (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 Page 60 of 82 Invitation for Bid (IFB) 1016381 the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on Page 61 of 82 Invitation for Bid (IFB) 1016381 this Contract. 1.28. DETERMLNATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES Page 62 of 82 Invitation for Bid (IFB) 1016381 ' A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. Page 63 of 82 Invitation for Bid (IFB) 1016381 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 employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. 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. HEADLNGS 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 (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to 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. Page 64 of 82 Invitation for Bid (IFB) 1016381 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, 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 reason of 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 performed 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. FORRMATION 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 bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via Page 65 of 82 Invitation for Bid (IFB) 1016381 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 Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 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, then that 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 evaluationcriterion 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 in writing by the Director of Purchasing of the City of Miami, Florida through Page 66 of 82 Invitation for Bid (IFB) 1016381 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. 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. 1.55.00CUPATIONAL 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 Page 67 of 82 Invitation for Bid (FEB) 1016381 will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be Considered". 1.57. 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 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 Page 68 of 82 Invitation for Bid (IFB) 1016381 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. 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 Page 69 of 82 Invitation for Bid (IFB) 1016381 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. 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 Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, 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 Page 70 of 82 Invitation for Bid (IFB) 1016381 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 when received 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 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 Corner, 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 ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the 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. Page 71 of 82 Invitation for Bid (IFB) 1016381 (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such parry's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (t) 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. SADIPLES - 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 all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. 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 firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. 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, Page 72 of 82 Invitation for Bid (IFB) 1016381 RFQ, or RFLI. NO EXCEPTIONS. Bidders/'Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US I. US1 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: US 1 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. Page 73 of 82 Invitation for Bid (IFB) 1016 381 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 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 NA1ri1E - 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 stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 74 of 82 Invitation for Bid (IFB) 1016381 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for the purchase of badges, wallets, and insignias for Police, Fire -Rescue, and Code Compliance, 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. 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 one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.3. 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; and (2) Availability of funds. 2.4. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Successful Bidder(s) or their 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). 2.5. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.6. DEADLLNE 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: Teresa Soto; fax: (305) 400-5024 or email: tsotog miamigov.com. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, March 11, 2019 at 5:00 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. Page 75 of 82 Invitation for Bid (IFB) 1016381 2.7. METHOD OF AWARD Award of the Contract will be made to the lowest responsive and responsible Bidder(s) on a primary, secondary, and tertiary basis, who bids on all items and whose bid offers the lowest price when all items are added in the aggregate. In the event the primary Successful Bidder is unable to accept a project due to capacity, time constraints, or other reasons acceptable to the City, the City will offer the project to the secondary Successful Bidder, and so on. The City reserves the right to accept or reject any or all bids or part of bids, waive informalities and re -bid these services specified herein., 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 Bid; that have a record of performance for a minimum period of three (3) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Bidder shall: (1) 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. (2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. 2.9. REFERENCES Each Bid must be accompanied by a list of three (3) references as reflected in the Header/Attributes Section of this Solicitation, which shall include the name of the company, dates of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.10. INDEMNIFICATION Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or 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. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder 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 the Successful Bidder to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be Page 76 of 82 Invitation for Bid (IFB) 1016381 brought against the City, whether performed by the Successful Bidder, or persons employed or utilized by Successful Bidder. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder 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 Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or sub -contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder. 2.11. CITY OF MIAMI LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, of after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557 is attached as Attachment A. Please see provision in Attachment A. 2.12. DELIVERY Successful Bidders shall specify the estimated delivery time (in calendar days) for each item. The delivery time should be your best estimate, as orders will be placed based on that information. Delivery Location for Police Department Miami Police Department Property Division 400 N. W. 2nd Avenue, Lobby Miami, Florida 33128 Attention: Property Manager David Evans or Designee Delivery Location for Department of Fire -Rescue Department of Fire -Rescue Page 77 of 82 Invitation for Bid (IFB) 1016381 Support Services 1151 N. W. 7th Street Miami, Florida 33136 Attention: Lieutenant Olga Gomez or Designee Delivery Location for other City of Miami Departments Department of Code Compliance 444 S. W. 2nd Avenue Miami, Florida 33130 Attention: Lazaro Orta or Designee 2.13. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder or supervisor and/or should remedial action not be taken within forty eight (48) hours of any failure to perform according to specifications, the City reserves the right to declare Successful Bidder in default of the Contract or make appropriate reductions in the Contract payment. 2.14. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY The Successful Bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this Bid solicitation. The packing slip shall be attached to the shipping carton(s) which contains the items and shall be made available to the City's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.15. ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/ITEMIS/SERVICES/SUPPLIERS Although this Solicitation identifies specific facilities/products to be serviced, it is hereby agreed and understood that any facility/item/product/supplier 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 with market 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. 2.16. PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Lt. Olga Gomez, Fire -Rescue Supply Officer; David Evans, Police Property Manager; Lazaro Orta, Code Compliance Field Supervisor, or Designees, who shall be designated as the Project Manager. Page 78 of 82 Invitation for Bid (IFB) 1016381 2.17. BALANCE OF LINE FOR RELATED ITEMS While the City has listed all major items on the bid solicitation that are utilized by the Departments of Police and Fire -Rescue in conjuction with their 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 minimum percentage discount that will be offered to the City for related items that to 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 OFFERED AS A BALANCE OF LINE. 2.18. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Successful Bidder(s) hereby acknowledges and agrees that all materials/products, except where recycled content is specifically requested, supplied by the Successful Bidder(s) 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 Successful Bidder(s) 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 Successful Bidder(s) to replace the materials/products at the Successful Bidder(s)'s expense. 2.19. 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. 2.20. WARRANTY, FITNESS FOR PURPOSE The Successful Bidder warrants items supplied under this contract conform to specifications herein, and are fit for the purpose for which such goods are ordinarily employed; except if stated in a Special Condition, the material must be fit for that particular purpose. The Successful Bidder and the City agree that orders under this contract do not exclude, or in any way limit, other warranties, provided in this agreement or by law. 2.21. PRODUCT SUBSTITUTES In the event a particular approved and awarded manufacturer's product becomes unavailable during the term of the Contract, the Successful Bidder(s) awarded that item may arrange with the Project Managers, or Designees, 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. Successful Bidder(s) 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. 2.22. SPECIFICATION EXCEPTIONS Page 79 of 82 Invitation for Bid (IFB) 1016381 Specifications are based on the most current literature available. Bidders 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 with the specifications. For hard copy bid submittals, Bidders 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 their 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 their submission. Additionally, Bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of Bidders to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.23. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidder 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 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. 2.24. TERMINATION A. FOR DEFAULT If Successful Bidder(s) defaults in its performance under this Contract and does not cure the default within thirty (30) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder(s) shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder(s) was not in default or (2) the Successful Bidder(s)' failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon thirty (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 Successful Bidder(s) 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. 2.25. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this 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 Page 80 of 82 Invitation for Bid (IFB) 1016381 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. Page 81 of 82 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Please refer to the Line Items for specifications. Invitation for Bid (IFB) 1016381 Page 82 of 82