View
2
Download
0
Category
Preview:
Citation preview
55
66
Solicitation FB-00896
Dry Cleaning and/or Laundry Service
Solicitation Designation: Public
Miami-Dade County
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 1
55
66
Solicitation FB-00896
Dry Cleaning and/or Laundry Service
Solicitation Number FB-00896
Solicitation Title Dry Cleaning and/or Laundry Service
Solicitation Start Date In Held
Solicitation End Date May 7, 2018 6:00:00 PM EDT
Question & Answer
End Date May 1, 2018 6:00:00 PM EDT
Solicitation Contact Abelin Rodriguez
305 -375 -4744
abelin@miamidade.gov
Contract Duration See Bid Documents
Contract Renewal Not Applicable
Prices Good for See Bid Documents
Item Response Form
Item FB-00896 --01 -01 - Dry Cleaning and/or Laundry Services
Quantity 1 each
Prices are not requested for this item.
Delivery Location Miami -Dade County
No Location Specified
Qty 1
DescriptionDry cleaning, laundry and mending services for County departments.
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 2
5
6
BID NO.: FB-00896Dry Cleaning and/or Laundry Service
May 7, 2018
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:
FOR INFORMATION CONTACT:
Abelin Rodriguez 305-375-4744 abelin@miamidade.gov
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.
<
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-1.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic bid/proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of Bidder ’s/Proposer ’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will
be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of
the work, and the equipment, materials, and labor required. The entire bid/proposal response must be
submitted in accordance with all specifications contained in the solicitation electronically.
Dry Cleaning and/or Laundry Service
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 3
5
6
BID NO.: FB-00896Dry Cleaning and/or Laundry Service
May 7, 2018
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:
FOR INFORMATION CONTACT:
Abelin Rodriguez 305-375-4744 abelin@miamidade.gov
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.
<
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-1.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic bid/proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of Bidder ’s/Proposer ’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will
be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of
the work, and the equipment, materials, and labor required. The entire bid/proposal response must be
submitted in accordance with all specifications contained in the solicitation electronically.
Dry Cleaning and/or Laundry Service
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 4
5
6
BID NO.: FB-00896Dry Cleaning and/or Laundry Service
May 7, 2018
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O NT O B I D
TITLE:
FOR INFORMATION CONTACT:
Abelin Rodriguez 305-375-4744 abelin@miamidade.gov
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.
· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.
<
SECTION 1
GENERAL TERMS AND CONDITIONS:
All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.
Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive
procurement process must anticipate the inclusion of these requirements in the resultant Contract. These
general terms and conditions are considered non-negotiable.
All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online
at the Miami-Dade County Procurement Management website by clicking on the below link:
http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-1.pdf
NOTICE TO ALL BIDDERS/PROPOSERS:
Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date
and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic bid/proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.
For information concerning technical specifications please utilize the question/answer feature provided by
BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to
the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of
services, or bidding procedures will only be transmitted by written addendum. (See addendum section of
BidSync site).
Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the
closing time or the system will stop the process and the response will be considered late and will not be
accepted.
PLEASE NOTE THE FOLLOWING:
No part of Bidder ’s/Proposer ’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX . No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will
be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of
the work, and the equipment, materials, and labor required. The entire bid/proposal response must be
submitted in accordance with all specifications contained in the solicitation electronically.
Dry Cleaning and/or Laundry Service
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 5
Section 2
Special Conditions
2.1 PURPOSE
The purpose of this solicitation is to establish a contract for the cleaning, alteration, and repair of County owned uniforms in conjunction with the County's needs.
2.2 TERM OF CONTRACT
This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Procurement Management Division. The contract shall expire on the last day of the sixtieth (60th) month.
2.3 METHOD OF AWARD
Award will be made to the lowest priced, responsive, responsible bidder in the aggregate who meets the qualifications listed below. In situations where a bidder wishes to provide the item or service at no cost to the County, enter zero (0) on the appropriate pricing line; do not leave the line blank.
Qualifications.
A. Bidder must be an established commercial laundry and dry cleaner, proof of which shall be copies of two years of Local Business Tax Receipts.
B. Bidder shall provide the chemical product name or trade name of the dry cleaning solvent used in its dry cleaner process. A copy of the product’s Safety Data Sheet (SDS) shall be included in the bid.
If the awarded bidder fails to perform in accordance with the terms and conditions of the contract, The Bidder may be deemed in default of the contract. If the awarded Bidder defaults, the County shall have the right to negotiate with the next responsive, responsible Bidder.
2.4 PRICES
The initial contract prices resultant from this solicitation shall prevail for no less than a one (1) year period from the commencement date. It is the Bidders’ responsibility to request any price adjustment. For any adjustment to be considered, the request for adjustment should be submitted at least 90 days prior to expiration of the then current twelve (12) month period. The adjustment request should not be in excess of the relevant pricing index change. The County may consider an adjustment to price based on changes in the Consumer Price Index (CPI), All Urban Consumers, All Items, for the Miami – Ft. Lauderdale Area. If no adjustment request is received from the awarded bidder, the County will assume that the bidder has agreed to the current prices. Any adjustment received after the expiration of the then current twelve-month period may not be considered. The County reserves the right to negotiate lower pricing based on market research information or other factors that influence price. The County reserves the right to apply any reduction in pricing for the subsequent twelve-month period based on the downward movement of the applicable index.
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 6
2.5 DRY CLEANING/LAUNDRY TICKETS
The County shall be provided with sufficient stacks of tickets to give out upon request. Returned and pressed uniforms are to come accompanied by a dry cleaning/laundry ticket affixed on the right-hand side of plastic encasing.
2.6 ROUTE BOOK
The awarded bidder must note and record all deliveries for verification of the same and shall make the route book available to the County upon request. The Route Book shall include the location, date, and item delivered.
2.7 COMPLETION OF WORK
Items which are delivered to the successful bidder’s site by a County employee shall be available for pick up by the County within three business days. Items to be laundered/dry cleaned which are picked up by the successful bidder shall be delivered to the site from which they were picked up at a mutually agreed upon schedule. All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the awarded bidder; except in such cases where the completion date will be delayed due to acts of nature, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the County. Should the bidder to whom the contract is awarded fail to complete the work within the number of days agreed to with the County, it is hereby agreed and understood that the County reserves the right to cancel the purchase order, take back the items (or if picked up by the bidder, have the bidder return all items in question) and to secure the services of another bidder to complete the work. If the County exercises this authority, the County shall be responsible for reimbursing the bidder for work which was completed and found acceptable to the County in accordance with the contract specifications. The County may, at its option, demand payment from the bidder, through an invoice or credit memo, for any additional costs over and beyond the original purchase order price which were incurred by the County as a result of having to secure the services of another bidder. If the bidder fails to honor this invoice or credit memo, the County may terminate the bidder from the contract for default.
Prices bid must include all necessary labor, equipment, chemicals, supplies and transportation necessary to perform the service required. The awarded bidder will provide pickup and delivery service of a minimum of ten garments per order in accordance with the time frame provided in Section 2, Paragraph 2.7. County employees may drop off uniform items for alterations, in these cases awarded bidder must insure that it has a billable purchase order issued by the individual’s department, and visually examine the employee identification. When invoicing, a copy of the job ticket must be included, the ticket shall show; employee name and number, department and division, and work performed
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 7
2.8 PICKUP, DELIVERY, AND LOCATIONS
The awarded bidder shall provide pickup and delivery services to County locations on a mutually agreed schedule. Upon agreement of a pickup/delivery schedule said schedule shall remain in effect until changed in writing. County employees may drop off uniform items for cleaning or alterations, in these cases awarded bidder must insure that it has a billable purchase order issued by the individual’s department, and visually examine the employee identification. When invoicing, a copy of the job ticket must be included, the ticket shall show; employee name and number, department and division, and work performed
Administrative Office of the Courts: Pickup and delivery services shall be provided every Tuesday and Friday between 8:30 AM and 4:00 PM. All articles picked up on a Tuesday must be dropped off the following Friday and all articles picked up on Friday must be dropped off the following Tuesday. Discrepancies in the number of articles received by the bidder and what is stated on the ticket submitted by a bailiff/judge should be immediately addressed with the administrative court contact.
The following is a list of user departments and their pickup/delivery locations. The County reserves the right to add or delete departments or locations from the following list at its discretion.
ADMINISTRATIVE OFFICE OF THE COURTS
Dade County Courthouse 73 West Flagler Street, 16th Floor, Miami Richard E. Gerstein Bldg. 1351 NW 12 Street, 3rd Floor, Miami Lawson E. Thomas Courthouse Center 175 NW 1st Avenue, 11th Floor, Miami Juvenile Justice Center 3300 NW 27 Avenue, 2nd Floor, Miami South Dade Justice Center
10710 SW 211th St, Miami
Hialeah Courthouse 11 East 6th Street, Hialeah
North Dade Justice Center 15555 Biscayne Blvd, Miami
Coral Gables Branch Court 3100 Ponce de León, Coral Gables
Overtown Transit Village South 601 NW 1st Court, 2nd floor, Miami
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 8
MIAMI-DADE POLICE DEPARTMENT
MDPD Headquarters
9111 NW 25 Street, Doral
Forensics Services Bureau/Crime Lab & Fingerprint Lab 9105 NW 25 Street, Dora
REGULATORY & ECONOMIC RESOURCES DEPARTMENT R.E.R. Main Lab 211 West Flagler Street, Miami
2.9 DAMAGED ARTICLES/ITEMS
The awarded bidder will examine garments prior to cleaning; spots, and stains, shall be treated and scrubbed to insure their complete removal. Loose, broken, or missing buttons shall be replaced and/or re-sewn. Hook and loop closures shall have lint and hair removed. Item found by the bidder to be damaged with tears and/or permanent stains which cannot be removed, shall be returned to the facility with appropriate notations made to the delivery ticket. The return of excessive numbers of garments may result in the default of bidder.
2.10 LOST ARTICLES/ITEMS
Article not returned within two (2) weeks of being picked up or delivered to the successful bidder will be considered lost. Lost or items damaged beyond their intended use will be reimbursed by the awarded bidder at one hundred percent (100%) of the replacement cost to the County. The County will provide a copy of the latest purchase order or contract award sheet reflecting the current cost of the item. At the County’s discretion, replacement charges may be deducted from the bidder’s invoice(s) or the County may invoice the bidder directly. The County shall be the sole judge if an item can be used in its operations.
2.11 PURCHASE OF OTHER SERVICES
While the County has listed all major items within this solicitation which are utilized by County departments in conjunction with their operations, there may be similar items that must be cleaned by the County during the term of this contract. Under these circumstances, a County representative will contact the successful bidder to obtain a price quote for the similar items. The County reserves the right to award these items to the awarded bidder, or to acquire the services through a separate solicitation.
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 9
Section 3 Technical Specifications
3.1 SCOPE OF WORK
The purpose of this solicitation is to establish a contract for the maintenance of County owned uniforms. All Items shall be washed and dried in accordance with the articles sewn in care label and best commercial standards and returned dry, stain and odor free.
3.2 LAUDRING/DRY CLEANING SERVICES
Laundering or dry cleaning of County employee’s uniforms. Uniforms shall be pressed (or steam pressed) and returned on a hanger.
The awarded bidder is responsible for picking-up the articles, inspecting, sorting, counting, dry cleaning/laundering, drying, ironing or steam pressing where required, folding or hanging and delivering them to the original pickup site. Bidders are advised that the articles may have been exposed to oil, grease, wastewater and/or bio-hazardous contamination.
Uniforms
Uniforms shall be cleaned, neatly pressed (by an iron or steam), creased and delivered
on hangers, one (1) set (shirt and pant) per hanger. Uniform patches shall not have
creases. The pressing of the uniforms will be in accordance with best commercial
standards.
Judicial Robes and Judicial Robes with Velvet Panels
All Judicial Robes shall be dry cleaned, neatly pressed (by steam), creased, and delivered
on hangers. The recommended steam process is to place the steamer a minimum of two
(2) inches away from the material to smooth the fabric, and to use a velvet brush if
necessary. Check the care label and follow the tag instructions.
Starch
Starch preference shall be included and available when requested by end user on the
laundry ticket.
Costumes
The County owns one of a kind costumes which are comprised of multiple individual parts
such as; heads, hands, bodies, and feet. Successful bidder must contact the costume
manufacturer for detailed instructions of cleaning, improperly cleaning a costume could
destroy it.
In general, dry cleaning of costumes is not recommended, since off gassing of the
chemicals may occur when the costume is worn. Putting costumes in a dryer may result
in the fur being melted by the heat, air dry as much as possible. Generally, heads should
be hand cleaned, remove washable sections of the inside and wash in cold/cool water
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 10
using delicate cycle. Inside of head must be disinfected, clean with a spray bottle mixture
of water and mild detergent, and air dried. Outside surfaces of head; clean with spray
bottle mixture of water and mild detergent, spot clean as needed, use soft metal pet brush
to raise fur on matted areas. Care must be taken to insure that costumes are not damaged
or discolored. Check seams to insure they are tight, re-sew as needed. There are currently
costumes for a dog, Easter bunny, and Santa Claus in addition to stand alone puppets.
3.3 ALTERNATIONS, REPAIRS AND PATCHES All items shall be inspected for damage, loose hems, stains (especially ink mark, necklines
and armpits), loose/broken buttons, etc. Items found with minor damages shall be repaired
at no cost to the County. Items found with loose hems and loose/broken buttons shall be
repaired. Items found with minor stains shall be treated and returned stain free.
A. Alterations are adjustments to the fit of completed garments used by County
employees, for example, adjustments to the length of pants (hemming), adjustments to pants waist, and or shirt sleeves. Alterations that might change the style of the garment or which will use up all or the allowance in seams provided for shall be considered cause for rejection. Alterations to coats and jackets are not included in this contract.
B. Patches: County provided patches shall be sewn on shirts and jackets with durable
thread in a professional manner and as directed by the County department.
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 11
SECTION 4
Pricing
Item
Number
Estimated
Annual
Usage
Description Unit PriceUnit of
Measure
Launder or Dry Clean
1 250 Judicial Robe - 100% Polyester $___________ Each
2 250Judicial robe with Velvet Panels - 100%
Polyester$___________ Each
3 3200 Long sleeve shirts $___________ Each
4 3500 Short sleeve shirt $___________ Each
5 150 Long Sleeve T-Shirts $___________ Each
6 350 Polo Shirts $___________ Each
7 2300 Pants $___________ Each
8 100 Cargo pants $___________ Each
9 25 Neck ties $___________ Each
10 15 Skirts $___________ Each
11 10 Jackets with detachable liner $___________ Each
12 10 Windbreaker $___________ Each
13 100 Jacket with fur collar $___________ Each
14 15 Waist length leather coat (short) $___________ Each
15 4 Leather coat (long) trench coat length $___________ Each
16 6 Long raincoat, trench coat with lining and belt $___________ Each
17 150 Lab coats $___________ Each
18 125 Safety vest $___________ Each
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 12
19 400 Tablecloth, rectangler, approx. 156" x 90" $___________ Each
20 80 Tablecloth, round, approx. 102" $___________ Each
21 500 Work Gloves- Cotton Blend $___________ Each
22 2 Costume head $___________ Each
23 2 Costume body $___________ Each
24 2 Costume hands/gloves $___________ Each
25 2 Costume feet/shoes $___________ Each
26 15 Puppets $___________ Each
ALTERATIONS/REPAIRS (Per Section 3,
Paragraph 3.3
27 1000 Hemming of trousers,or modifying waist $___________ Each
28 1800 Sewing emblems and/or patches to shirts $___________ Each
29 180 Sewing emblems and/or patches to jackets $___________ Each
30 100 Adjusting sleeve length $___________ Per Shirt
31 50 Repairing/replacing trousers zipper $___________ Each
Reference Section 2, Paragraph 2.3, Qualifications
_________________________________
Name of primary
chemical used in dry
cleaning. Provide a
Safety Data Sheet
(SDS)
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 13
5
6
3 4
Solicitation No.FB-00896 Solicitation Title: Dry Cleaning and/or Laundry Service
Legal Company Name (include d/b/a if applicable):
*
Federal Tax Identification Number:
*
If Corporation - Date Incorporated/Organized : State Incorporated/Organized:
Company Operating Address:
*
City
*
State
*
Zip Code
*
Miami-Dade County Address (if applicable): City State Zip Code
Company Contact Person:
*
Email Address:
*
Phone Number (include area code):
Company’s Internet Web Address:
Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an
officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to
entering into a contract with or receiving funding from the County.
Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at
least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed
and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by
exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.
Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this
time (by checking the box above) may render the vendor ineligible for Local Preference.
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of
Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.
Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to
complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.
The address of the Locally-Headquartered office is:
LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local
business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of
Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification
must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance
with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and
for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.
Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide Certification Number:
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN
PETROLEUM ENERGY SECTOR LIST:
By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan
List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and
215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,
the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the
Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification
that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the
County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan
List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.
IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS
SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND
EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE.
WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID
The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws
as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or
confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by
signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a
trade secret and authorizes the County to release such information to the public for any reason.
Acknowledgment of Waiver:
Bidder’s Authorized Representative’s Signature:
*
Date
*
Type or Print Name
*
Type or Print Title *
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER
THE BID NON-RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.
Bidder’s Authorized Representative ’s Signature:
*
Date
*
Type or Print Name
*
Type or Print Title *
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 14
5
6
3 4
Solicitation No.FB-00896 Solicitation Title: Dry Cleaning and/or Laundry Service
Legal Company Name (include d/b/a if applicable):
*
Federal Tax Identification Number:
*
If Corporation - Date Incorporated/Organized : State Incorporated/Organized:
Company Operating Address:
*
City
*
State
*
Zip Code
*
Miami-Dade County Address (if applicable): City State Zip Code
Company Contact Person:
*
Email Address:
*
Phone Number (include area code):
Company’s Internet Web Address:
Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an
officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to
entering into a contract with or receiving funding from the County.
Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at
least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed
and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by
exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.
Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this
time (by checking the box above) may render the vendor ineligible for Local Preference.
LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of
Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.
Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to
complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.
The address of the Locally-Headquartered office is:
LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local
business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of
Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification
must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance
with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and
for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.
Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide Certification Number:
SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN
PETROLEUM ENERGY SECTOR LIST:
By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan
List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and
215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,
the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the
Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification
that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the
County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan
List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.
IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS
SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND
EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE.
WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID
The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws
as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or
confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by
signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a
trade secret and authorizes the County to release such information to the public for any reason.
Acknowledgment of Waiver:
Bidder’s Authorized Representative’s Signature:
*
Date
*
Type or Print Name
*
Type or Print Title *
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER
THE BID NON-RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.
Bidder’s Authorized Representative ’s Signature:
*
Date
*
Type or Print Name
*
Type or Print Title *
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 15
5
6
3 4
Miami-Dade County
Contractor Due Diligence Affidavit
Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval:
(1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;
(2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances;
(3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not.
All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator
overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.
Contract No. :
Federal Employer
Identification Number (FEIN):
Contract Title:
Printed Name of Affiant Printed Title of Affiant Signature of Affiant
Name of Firm Date
Address of Firm State Zip Code
Notary Public Information
Notary Public – State of County of
Subscribed and sworn to (or affirmed) before me this day of, 20___
by He or she is personally known to me or has produced identification
Type of identification produced
Signature of Notary Public Serial Number
Print or Stamp of Notary Public Expiration Date Notary Public Seal
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 16
55
66
3 4
FAIR SUBCONTRACTING PRACTICES
In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed
statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors.
NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 17
55
66
3 4
Name of Bidder/Proposer: FEIN No.
Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business
development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.
SUBCONTRACTOR/SUPPLIER LISTING
(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)
In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the
County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.
I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended
Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.
(Please duplicate this form if additional space is needed.)
Business
Name and Address of
First Tier Direct Supplier
Principal Owner
Supplies/
Materials/ Services to be
Provided by Supplier
Principal Owner
(Enter the number of male and female owners by race/ethnicity)
Employee(s)
(Enter the number of male and female employees and the number of
employees by race/ethnicity)
M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
Business
Name and Address of
First Tier
Subcontractor/
Subconsultant
Principal Owner
Scope of Work
to be Performed by
Subcontractor/
Subconsultant
Principal Owner
(Enter the number of male and female owners by race/ethnicity)
Employee(s)
(Enter the number of male and female employees and the number of
employees by race/ethnicity)
M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other M F White Black HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.
SUB 100 Rev. 1/14
Signature of Bidder/Proposer Print Name Print Title Date
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 18
55
66
Question and Answers for Solicitation #FB-00896 - Dry Cleaning and/or Laundry
Service
Overall Solicitation Questions
There are no questions associated with this Solicitation.
Solicitation FB-00896Miami-Dade County
4/17/2018 8:04 AM p. 19
Recommended