Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
55
66
Solicitation FB-00151
T-Shirts
Bid designation: Public
Miami-Dade County
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 1
55
66
Bid FB-00151T-Shirts
Bid Number FB-00151
Bid Title T-Shirts
Bid Start Date Oct 15, 2014 7:39:43 AM EDT
Bid End Date Nov 5, 2014 6:00:00 PM EST
Question & Answer End Date
Oct 31, 2014 7:00:00 AM EDT
Bid Contact Abelin Rodriguez
305-375-4744
Contract Duration 5 years
Contract Renewal Not Applicable
Prices Good for Not Applicable
Bid Comments Adult and youth size t-shirts with required silk screening on an as needed basis.
Item Response Form
Item FB-00151--01-01 - T-Shirts
Quantity 1 each
Prices are not requested for this item.
Delivery Location Miami-Dade County
No Location Specified
Qty 1
DescriptionN/A
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 2
5
6
BID NO.: FB-00151OPENING: 6:00 PM
T-ShirtsNov 5, 2014
MIAMI-DADE COUNTY, FLORIDA
INVITATIONTO BID
TITLE:
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON
Nov 5, 2014
FOR INFORMATION CONTACT:Abelin Rodriguez, 305-375-4744,[email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS 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 ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR 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-r14-3.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 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 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 your 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 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 proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
T-Shirts
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 3
5
6
BID NO.: FB-00151OPENING: 6:00 PM
T-ShirtsNov 5, 2014
MIAMI-DADE COUNTY, FLORIDA
INVITATIONTO BID
TITLE:
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON
Nov 5, 2014
FOR INFORMATION CONTACT:Abelin Rodriguez, 305-375-4744,[email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS 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 ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR 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-r14-3.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 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 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 your 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 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 proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
T-Shirts
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 4
5
6
BID NO.: FB-00151OPENING: 6:00 PM
T-ShirtsNov 5, 2014
MIAMI-DADE COUNTY, FLORIDA
INVITATIONTO BID
TITLE:
BIDS WILL BE ACCEPTED UNTIL 6:00 PMON
Nov 5, 2014
FOR INFORMATION CONTACT:Abelin Rodriguez, 305-375-4744,[email protected]
IMPORTANT NOTICE TO BIDDERS/PROPOSERS:
· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS 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 ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.
· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR 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-r14-3.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 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 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 your 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 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 proposal response must be submitted in accordance
with all specifications contained in the solicitation electronically.
T-Shirts
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 5
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 1 of 17 Rev. 1/14
SECTION 2 - SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this solicitation is to establish a contract for the purchase of t-shirts 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 Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for sixty (60) months and upon completion of the expressed and/or implied warranty periods.
2.3 METHOD OF AWARD
Group 1 Non-Federally funded departments: all shirts shall have the County logo (hook) and the department name screened onto the shirt, except for items 10, 12 and 14. This group will be awarded to the lowest priced responsive, responsible bidder on an item-by-item basis. An ‘item’ is defined as the total of all prices for the required sizes and logos. Required sizes/logos show an estimated annual usage next to them. Failure to provide a price for a required size may result in the bid for that item being rejected.
Group 2 Federally/Grant funded departments: shirts shall have the County logo (hook) and the department name screened onto the shirt, except for items 8, 10 and 12. Award of this group will be made to the lowest priced responsive, responsible bidders on an item-by-item basis. An ‘item’ is defined as the total of all prices for the required sizes. Required sizes show an estimated annual usage. Failure to provide a price for a required size may result in the bid for that item being rejected. The departments using this group are exempt from various County requirements, as defined in Section 2.0, paragraph 2.16.
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. Bidders are given the opportunity of providing pricing for larger sizes than those required; these prices are for informational purposes only and will not be used in the evaluation of lowest bid. At the County’s option, the prices received for sizes other than those required may be awarded to the recommended bidder for that item. There may be additional screening as required by individual departments. Bidders are to provide a price for this additional work (Group 1, item 21 and Group 2, item 19). Charges for the additional screening work shall be awarded to all bidders who are recommended for award.
2.4 PRICES
The prices proposed by the awarded bidder(s) shall remain fixed for a period of no less than twelve (12) months after the commencement of the contract. After this period, the bidder may submit a price adjustment to the County based on documented price
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 6
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 2 of 17 Rev. 1/14
adjustments by the t-shirt manufacturer. Acceptable documentation for an adjustment may be an email or letter by the item Manufacturer to its distributors notifying them of an adjustment. Adjustments greater than five percent on any item will be dis-allowed. The County reserves the right to negotiate lower pricing based on market conditions or other factors that influence price.
It is the bidder’s responsibility to request any pricing adjustment under this provision. The bidder’s request for adjustment must be submitted to the County’s Internal Services Department for review no less than 90 days prior to expiration of the then current contract period.
The County reserves the right to reject any price adjustments submitted by the bidder.
2.5 PRODUCTS
A. The mention of a particular manufacturer’s brand name or style number in the specifications does not imply that this particular product is the only one that will be considered for purchase. This reference is intended solely to designate the style, type or quality of merchandise that will be acceptable. If an “equal” product is to be considered by the County in accordance with the Bid/Proposal Submission Form, the product shall be equal in style, color, quality and standards of performance to the item specified in the solicitation.
The determination as to whether any alternate product is or is not equal shall be made solely by Miami-Dade County and such determination shall be final and binding upon all bidders. Miami-Dade County reserves the right to request and review additional information and samples to make such a determination.
Each ‘equal’ item must be clearly identified on the offer submittal pages(s) as to manufacturer and style number. Failure to provide this information with the offer may result in rejection of the offer.
B SAMPLES
Bidders may be required to submit a sample of the goods to be supplied for evaluation by, and at no cost to the County. This sample will become property of the County, and may or may not be returned to the bidder at the County’s option. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name, brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, by the specified date stipulated in the notice, the County may not consider the bidder's proposal for that item(s).
The County reserves the right to perform its own testing procedures. Any costs for testing shall be borne by bidder. On the basis of this testing and analysis, the County shall be sole judge of the acceptability of the sample in conformance with the bid specifications and its decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted.
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 7
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 3 of 17 Rev. 1/14
C. PRE-PRODUCTION SAMPLES The bidder shall furnish pre-production samples for approval by a County representative before notice to complete delivery is given. The proof must be submitted within seven (7) days after the placement of a written order. The pre-production sample shall be furnished within the next seven days. Completed order(s) must be made within sixteen (16) calendar days of acceptance of the proof or pre-production sample. Due to security reasons, orders received by the County which vary from the approved sample will be retained and rendered un-wearable by the County at no cost to the County.
2.6 DELIVERY
A. Items ordered by departments for employee use:
The bidder shall make deliveries of items to be issued to employees within thirty (30) calendar days after the date of the order with the exception of extended sizes which are defined as 4XL and larger which must be delivered within forty five (45) calendar days of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery time frames shall be adhered to by the bidder; except in such cases where the delivery 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 delivery date so that a revised delivery schedule can be appropriately considered by the County.
B SUMMER CAMP PROGRAMS
The bidder shall deliver items for the summer camp program(s) within twenty one (21) calendar days after the date of the acceptance of the pre-production sample as defined in Section 2.0, Paragraph 2.17. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the bidder(s).
Should the bidder(s) to whom the contract is awarded fail to deliver in the number of days stated above, the County reserves the right to cancel the order on a default basis at no cost to the County. If the order is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent bidder with any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the contract for default. Repeated failure to deliver order(s) may also result in default and contract termination.
Certain County employees may be authorized in writing to pick-up materials under this contract. Bidders shall require presentation of this written authorization. If the bidder is in doubt about any aspect of material pick-up, bidder shall contact the appropriate user department to confirm the authorization.
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 8
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 4 of 17 Rev. 1/14
C. RUSH ORDERS
At times the County may find it necessary to place an order with a required delivery of less than thirty calendar days. Under these circumstances, the bidder may be contacted to ensure that an expedited delivery is possible. If the bidder agrees to accept this order all other terms and conditions of the contract apply. A charge for rush services may be added to the invoice. This fee must be approved by the office who is requesting the rush delivery prior to the order being placed.
The County reserves the right to place rush orders with any bidder it feels is most advantageous to the County.
D. PACKING SLIPS
The successful bidder shall enclose a complete packing slip with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip 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 backorders if applicable
2.7 PURCHASE OF OTHER ITEMS
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 purchased by the County during the term of this contract. Under these circumstances, a representative of the Internal Services Department, Procurement Management Division will contact the awarded bidders to obtain a price quote. Award of these items will be made as described in paragraph 2.3. In cases where a product has been awarded and additional sizes, colors or services are required by the County, the bidders awarded the item shall be solicited for the new requirement. The County retains the right to reject any quote received and purchase the item through other means.
2.8 SUBSTITUTION OF ITEMS
Substitute brands or styles may be considered during the contract period. The bidder shall not deliver any substitute item as a replacement to an awarded product without express written consent of Internal Services Department, Procurement Management Division prior to such delivery. Substitute items must be provided at the contract price and be of equal or better quality than the awarded item.
2.9 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER
The bidder shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within seven calendar days after such rejected defects, deficiencies, and/or non-conformances are reported to the bidder by the County. The bidder shall bear all costs of correcting such rejected work. If the
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 9
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 5 of 17 Rev. 1/14
bidder fails to correct the work within the period specified, the County may, at its discretion, notify the bidder of its default. If the bidder is in default, the County reserves the right to obtain the services of another company to correct the deficiencies, and charge the incumbent bidder for these costs; either through a deduction from the final payment owed to the bidder or through invoicing. If the bidder fails to honor this invoice or credit memo, the County may terminate the contract.
2.10 GUARANTEE
The successful bidder must guarantee replacement at no additional charge of any defective or improperly manufactured or improperly screened garments. The silk-screening, shall be guaranteed 100% washable, with permanent paint or dye process.
2.11 SUMMER CAMP SHIRTS
Safety and security concerns require that all children and staff of a park providing summer camp activities wear shirts of similar color and design. Orders will be placed by various PROS Regions for the individual summer camp programs assigned to them. Orders shall be accepted only from authorized individuals on a list provided by PROS. Orders for Summer Camp will be made as soon as an accurate number of shirts, sizes and artwork can be established by the department. The processing of these orders must be given priority by the successful bidder. Time frames given for the delivery of samples and completed orders must be adhered to.
2.12 ADDITIONAL ARTWORK
At the time an order is issued by the County, the ordering department will advise the bidder of the necessary images/designs (artwork) and wording to be placed on the shirts if other than those already specified and priced. This information will be provided in the user department’s most current electronic method, in many cases this will be as a jpeg file or in other forms such as web screen grabs or photographs. It is incumbent on the bidder to have the necessary expertise and or computer programs to convert the submitted image to an image that their equipment can process. When artwork is presented in this form a onetime fee may be charged for its conversion into a format that the contractor can use. An estimate of the number of hours necessary will be agreed to by both parties prior to the start of work. The County shall be provided a copy of any Vector artwork/acetate created at no additional cost. This applies to all bid items. Prices bid for shirts shall include any flashing necessary, logo(s) or images as required in the specifications (front, back, sleeves and badges) and a left breast pocket if specified.
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 10
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 6 of 17 Rev. 1/14
2.13 STANDARD SIZES
Youth Small (6-8) Medium (10-12) Large (14-16) XL (18-20)
Men: Small (34-36) Medium (38-40) Large (42-44) XL (46-48) 2X (50-52) 3X (54-56) 4X (58-60) 5X (62-64)
Women: Small (4-6) Medium (8-10) Large (12-14) XL (16-18) 2X (20-22) 3X (24-26)
2.14 INSURANCE REQUIREMENT
The insurance requirement shown in Section 1.0 paragraph 1.21 does not apply to this solicitation.
2.15 SMALL BUSINESS CONTRACT MEASURES (Set-Aside) – Group 1
The contract measure applicable to this contract: SBE set-aside. The provisions for the Miami-Dade County certified Small Business Enterprises (SBEs) Program are available at http://www.miamidade.gov/business/business-development-legislation.asp.
For set-aside contracts valued up to $100,000, a 10% (ten percent) preference shall apply for certified Micro Business Enterprise bidders.
A Micro Business Enterprise is a certified SBE firm whose three year average gross revenues does not exceed $2 million, or is a manufacturer with fifty (50) employees or less, or is a wholesaler with fifteen (15) employees or less. Micro Business Enterprises and Small Business Enterprises must be certified by Small Business Development under Business Affairs, a division of the Internal Services Department (ISD) for the type of goods and/or services the enterprise provides in accordance with the applicable commodity code(s) for this solicitation. For certification information, contact ISD at 305-375-3111 or at http://www.miamidade.gov/business/business-certification-programs.asp. The enterprises must be certified by bid submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference.
Schedule of Intent Affidavit (SOI) http://www.miamidade.gov/business/library/forms/sbe-soi.pdf is a form contained in the bid documents of an SBE contract set-aside or a contract with subcontractor goals in which bidders list at the time of bid submission all SBEs to be used to meet the set-aside or the goal, and the scope of work each will perform, including the goods or services to be provided, and the percentage value of such work.
http://www.miamidade.gov/business/library/reports/sbe-code.pdf
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 11
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 7 of 17 Rev. 1/14
2.16 FEDERALLY FUNDED EXEMPTION/REGULATIONS
The goods and services that will be acquired under Group 2 will be purchased, in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this solicitation and resultant contract by reference.
Additionally, as Federally-funded agencies, the following clauses within this solicitation do not apply:
In Section 1 – General Terms and Conditions, Paragraphs
1.10 (Local Preferences)
1.27 (Office of the Inspector General)
1.35 (County User Access Program)
1.43 (Small Business Enterprise Measures)
1.44 (Local Certified Service Disabled Veteran’s Business Enterprise Preference)
1.46 (First Source Hiring Referral Program)
In Section 2 – Special Terms and Conditions, Paragraph
2.15 (Small Business Contract Measures - Set-aside)
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 12
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 8 of 17 Rev. 1/14
SECTION 3 – TECHNICAL SPECIFICATIONS
3.1 SCOPE
Purchase of screened t-shirts as required by various Miami-Dade County Departments, on an as needed basis. The bidder’s price shall include the screening of the County logo (image 1) and the ordering department’s name below the hook on all t-shirts except for Group 1, items 10, 12, 14 and Group 2, items 8, 10 and 12.
3.2 REQUIRED SCREENING
In addition to the County logo (image 1)and the department’s name, some t-shirts will require additional image screening; the additional screening will be requested on the purchase order issued by the ordering department. Prices quoted for these images shall include all necessary artwork and screening charges, including any flashing needed and shall be the same for all colors of shirt. Note, the Miami-Dade Parks logo is the basic beach design element (image 6), the word(s) below it change with usage.
3.2.1 LIFEGUARD (both long and short sleeve)
Miami-Dade Parks Lifeguard logo (image 3) printed on right breast in two (2) colors, red/black Logo size 3.5 x 3.5. The back of the shirt will have the word LIFEGUARD printed in red in 6” x 11.5” letters. The right sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in black. Additionally, on long sleeve shirts the left sleeve will have the word LIFEGUARD printed down the sleeve in red letters, height 1.25”.
3.2.2 DEERING ESTATE at CUTLER
Logo on left breast colors-Red/Blue/Green/Black (image 2) – Logo Size 3.5” H x 2.5 W”. The right sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in black.
3.2.3 TRAIL GLADES RANGE
Printing front and back. The front will have the Miami-Dade Parks logo (image 6) printed in white above the pocket. Logo size is 3.5” x 3.5”. The words TRAIL GLADES RANGE will be imprinted under the logo in white letters. The back of the shirt will be imprinted with the word STAFF in 8” tall letters in white, centered on the back of the shirt. The right sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in white.
3.2.4 TRAIL GLADES RANGE VOLUNTEER
Printing front and back. The front will have Miami-Dade Parks logo (image 6) printed in white above the center line of the pocket. Logo size is 3.5” x 3.5”. The words TRAIL GLADES RANGE will be printed under the logo in white. The back of the shirt will be imprinted with the word VOLUNTEER in 6” TALL letters in white, centered. The right
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 13
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 9 of 17 Rev. 1/14
sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in white.
3.2.5 MIAMI-DADE PARKS
The Miami-Dade Parks logo (image 6) will be printed above the pocket and will be 3.5” x 3.5” in five (5) colors with a graduated screen on the sun segments (yellow to red). The words PARK STAFF will be imprinted below the logo. The same logo will be printed on long sleeve shirts only on the back and will be 10” X 10” centered. The right sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in black.
3.2.6 ZOO MIAMI Zoo Miami logo (image 8) 3" X 3" on the left chest and the County logo (image 1) with the department name imprinted in black on the right sleeve. Zoo Miami logo (image 8) printed on the back, 10” X 10” centered.
3.2.7 MARINA
The Miami Miami-Dade Marina logo (image 4) is 3.5” diameter five (5) colors and will be printed in one location above the pocket. The right sleeve will have the Miami-Dade County logo (image 1) with the department name imprinted in black.
3.2.8 SUMMER CAMPER
One color imprint on front of t-shirt and the Miami-Dade County Logo (image 1) with department name imprinted on right sleeve. Individual park name imprinted on the back in 3” tall letters. Imprint artwork and park name will be supplied by ordering department.
3.2.9 YOUTH VOLUNTEER Three (3) imprints. The Miami-Dade Parks logo (image 5) will be printed on the left breast including the word VOLUNTEER below it, logo size will be 3.5” x 3.5”. VOLUNTEER will be imprinted on the back in 3” tall letters, and the Miami-Dade County Logo (image 1) with the department name below will be imprinted on right sleeve in the same color. Successful bidder will be advised what color to use.
3.2.10 ADULT VOLUNTEER
Three (3) imprints in one color. The Miami-Dade Parks logo (image 5) will be printed on the left breast and will be 3.5” x 3.5” VOLUNTEER will be imprinted on the back in 3” tall letters, and the Miami-Dade County Logo (image 1) with the department name below will be imprinted on right sleeve in the same color. Successful bidder will be advised what color to use.
3.2.11 SUMMER STAFF
Three (3) imprints in one color. The Miami-Dade Parks logo (image 6) will be printed on the left breast and will be 3.5” x 3.5”, the word STAFF will be printed below it. STAFF will be imprinted in the same color on the back in 3” tall letters, and the Miami-Dade
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 14
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 10 of 17 Rev. 1/14
County Logo (image 1) with the department name below will be imprinted on right sleeve in the same color. Successful bidder will be advised what color to use.
3.2.12 SUMMER MANAGER
Three (3) imprints in one color. The Miami-Dade Parks logo (image 6) will be printed on the left breast and will be 3.5” x 3.5”, MANAGER will be imprinted in the same color on the right breast in ½” tall letters, and the Miami-Dade County Logo (image 1) with the department name below will be imprinted on right sleeve in the same color. Successful bidder will be advised what color to use.
3.2.13 ECO ADVENTURES and DEERING (Staff or Volunteer) Eco Adventures Logo (image 9) logo size 2.5”H X 3.5”W or Deering logo (image 2) on left breast. Below it either the word STAFF or VOLUNTEER. The right sleeve will have the Miami-Dade County Logo (image 1) with the department name below it, park name on back in 3” letters. All screening in one color. Successful bidder will advise which logo and what park name to use at time of order.
3.2.14 ECO ADVENTURES and DEERING (Summer Camper)
Summer Camper shirts will have park name in 3” letters on the back. The front will have either image 2 or 9. Right sleeve will have County logo (image 1). All in one color.
3.3 SET UP CHARGES FOR OTHER THAN REQUIRED LOGO
The Bidder shall list charges for additional screening (one (1) to six (6) color), flashing per shirt fee, and print charge per shirt, art fee onetime fee and type setting onetime fee, if required by Department.
SET UP CHARGES FOR ADDITIONAL SCREENING
ONE (1) COLOR SCREEN TWO (2) COLOR SCREEN THREE (3) COLOR SCREEN FOUR (4) COLOR SCREEN FIVE (5) COLOR SCREEN SIX (6) COLOR SCREEN
PRINT CHARGE PER SHIRT
ONE (1) COLOR SCREEN TWO (2) COLOR SCREEN THREE (3) COLOR SCREEN FOUR (4) COLOR SCREEN FIVE (5) COLOR SCREEN SIX (6) COLOR SCREEN
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 15
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 11 of 17 Rev. 1/14
ART FEE (ONE TIME FEE)
FLASHING (per shirt fee) 3.4 COUNTY LOGOS MIAMI-DADE COUNTY LOGO (hook)
The official County logo is shown below. This version of the logo will be used on all articles where the County logo or County hook is mentioned in either Section 3.0 or Section 4.0 of this solicitation. The logo should be no less than 2-1/2 inches across and shall not be modified without written instruction from the Department of Procurement Management. Information reference County branding can be found at http://www.miamidade.gov/branding . Color Standards The colors of the logo are PMS 576 Green (bar under the word MIAMI) & PMS 300 blue, with the text 100% Black. The bar with the word county in the logo is of specific proportion to the type, the proportion must be maintained as the size of the logo increases or decreases. When color is not required the logo must appear in black or reversed out in white. For embroidery applications the tread brand will be Madeira, and thread colors are Green #1769, Blue #1797, Black #1800 and White #1801.
County Vision Statement The County’s Vision Statement is “Delivering Excellence Every Day” may or may not be required. If required, it’ll be at an additional charge and the font should not be used for any other purpose on the item ordered. To download the County vision statement in its proper format, visit the branding web site (above).
Image 1 – County logo
Colors: Green: Pantone 576 Blue: Pantone 300
Black: Pantone Black
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 16
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 12 of 17 Rev. 1/14
Image 2 – Deering Estate
Image 3 - Lifeguard
Lifeguard
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 17
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 13 of 17 Rev. 1/14
Image 4 - Marinas
Image 5 - PROS Volunteer logo (Colors same as image 6)
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 18
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 14 of 17 Rev. 1/14
Image 6 - PROS logo (staff)
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 19
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 15 of 17 Rev. 1/14
Image 7 – PROS t-shirt layout
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 20
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 16 of 17 Rev. 1/14
Image 8 – ZOOMIAMI logo
PMS 312- Blue
PMS 144- Orange
PMS 376- Green
Lettering PMS Black 80%
PMS 376- Green
PMS 312- Blue
Zoo Miami Logo
All three animals in the icons must be white if not placed on a white shirt.
Font for the word ‘ZOO’ is Fink Heavy and the font for ‘MIAMI is Futura
Condensed medium.
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 21
SOLICITATION TITLE: T-Shirts SOLICITATION NO.:
Page 17 of 17 Rev. 1/14
Image 9 – ECO ADVENTURES
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 22
5
6
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.
Miami-Dade CountyProcurement Management Services
Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128
Solicitation No. FB-00151 Solicitation Title: T -Shirts
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
Remittance Address (if different from ordering address): City State Zip Code
Company Contact Person: Email Address:
Phone Number (include area code):
Fax 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, a "local business" is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; 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, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.
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 SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled 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 service-disabled 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 Service -Disabled Veteran Business
Enterprise. A copy of the certification must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise 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 your firm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide your 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.
Bidder's Authorized Representative's Signature : Date
Type or Print Name
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 23
5
6
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.
Miami-Dade CountyProcurement Management Services
Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128
Solicitation No. FB-00151 Solicitation Title: T -Shirts
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
Remittance Address (if different from ordering address): City State Zip Code
Company Contact Person: Email Address:
Phone Number (include area code):
Fax 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, a "local business" is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; 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, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.
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 SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled 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 service-disabled 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 Service -Disabled Veteran Business
Enterprise. A copy of the certification must be submitted with the bid.
SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)
An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise 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 your firm a Miami-Dade County Certified Small Business Enterprise? Yes No
If yes, please provide your 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.
Bidder's Authorized Representative's Signature : Date
Type or Print Name
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 24
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
GROUP 1 - NON-FEDERALLY FUNDED DEPARTMENTS
1
T-Shirt, 50/50 Poly/Cotton, min. 5 oz., short sleeve, no pocket, double
needle stich at neck, hem and sleeves. Hanes 5170 , Gildan 8000 or
equal
Color White
1a 450 Size S - XL $____________ Each
1b 100 Size 2XL: - 3XL $____________ Each
1c 50 Size 4XL $____________ Each
For informational purposes only, additional sizes available (each)
5XL $___________,
6XL $_____________
7XL $____________
Same shirt as above in all colors available from manufacturer.
1d 8500 Size S - XL $____________ Each
1e 3000 Size 2XL: - 3XL $____________ Each
1f 1500 Size 4XL $____________ Each
For informational purposes only, additional sizes available
5XL $____________,
6XL $____________
7XL $____________
1g 300 Screening Lifeguard Logo (Re. para 3.2.1) $_____________ Each
1h 2600 Screening Camp Logo (Re. para 3.2.8) $_____________ Each
1i 1000 Screening Volunteer Logo (Re. para 3.2.10) $_____________ Each
1j 1000 Screening Summer Staff Logo (Re. para 3.2.11) $_____________ Each
1k 150 Screening Summer Manager Logo (Re. para 3.2.12) $_____________ Each
1l 200 Screening Eco Adventures/Deering Logo (Re. para 3.2.13)
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5170
Mark (X) here if bidding Gildan #8000
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 25
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
2T-Shirt, 100% Cotton, min. 6 oz., long sleeve, no pocket, double needle
stitch at arms and hem. Hanes 6319 , Gildan 2400 or equal
Color white
2a 400 Size S - XL $____________ Each
2b 100 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available
4XL $____________ Each
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
2c 400 Size S - XL $____________ Each
2d 20 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available
4XL $____________ Each
5XL $____________
6XL $____________
2e 300 Screening Lifeguard Logo (Re. para 3.2.1) $_____________ Each
2f 400 Screening Miami-Dade Parks Logo (Re. para 3.2.5) $_____________ Each
2g 100 Screening Eco Adventures /Deering Logo (Re. para. 3.2.13) $_____________ Each
Mfg.: ___________________________________
Style: __________________________________
Complete if
bidding different
brand or style
Mark (X) here if bidding Haines #6319
Mark (X) here if bidding Gildan #2400
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 26
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
3T-Shirt, 100% Cotton jersey, min. 6 oz., short sleeve, no pocket, taped
neck and shoulders. Hanes 6307, Gildan 2000 or equal.Color White
3a 3000 Size S - XL $____________ Each
3b 175 Size 2XL - 3XL $____________ Each
3c 51 Size 4XL - 5XL $____________ Each
For informational purposes only, additional sizes available
6XL $____________ Each
7XL $____________
8XL $____________
Same shirt as above in all colors available from manufacturer.
3d 2000 Size S - XL $____________ Each
3e 400 Size 2XL - 3XL $____________ Each
3f 360 Size 4XL - 5XL $____________ Each
For informational purposes only, additional sizes available
6XL $____________ Each
7XL $____________
8XL $____________
3g 100 Screening Deering Estate Logo (Re. para 3.2.2) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #6307
Mark (X) here if bidding Gildan #2000
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 27
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
4T-Shirt, 50/50 poly/cotton jersey, min. 5.2 oz., short sleeve with pocket,
Hanes 24268, Gildan 8300 or equal.
Color White
4a 200 Size S - XL $____________ Each
4b 10 Size 2XL $____________ Each
For informational purposes only, additional sizes available
3XL $____________ Each
4XL $____________
5XL $____________
Same shirt as above in all colors available from manufacturer.
4c 225 Size S - XL $____________ Each
4d 19 Size 2XL $____________ Each
For informational purposes only, additional sizes available
3XL $____________
4XL $____________
5XL $____________ Each
4e 144 Screening Trail Glades Range Logo (Re. para 3.2.3) $____________ Each
4f 100 Screening Trail Glades Range Volunteer Logo (Re para 3.2.4) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24268
Mark (X) here if bidding Gildan #8300
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 28
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
5T-Shirt, 50/50 poly/cotton, min. 5.2 oz., long sleeve, no pocket, double
needle neck stitch. Hanes 24269, Gildan 8400 or equal.
Color White
5a 75 Size S - XL $____________ Each
5b 25 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $___________
4XL $____________
5XL $____________
Same shirt as above in all colors available from manufacturer.
5c 45 Size S - XL $____________ Each
5d 5 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $____________
4XL $____________
5XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24269
Complete if
bidding different
brand or style
Mark (X) here if bidding Gildan 8400
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 29
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
6T-Shirt, 100% Cotton, min. 6 oz., short sleeve, with pocket. Hanes 5190,
Gildan 2300 or equal.
Color White
6a 1100 Size S - XL $____________ Each
6b 200 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
6c 500 Size S - XL $____________ Each
6d 175 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
6e 1000 Screening Miami-Dade Parks Logo (Re. para 3.2.5) $____________ Each
6f 200 Screening Zoo Miami Logo (Re. para 3.2.6) $____________ Each
6g 100 Screening Marinas Logo (Re. para 3.2.7) $____________ Each
6h 300 Screening Eco Adventures/Deering (Re. para 3.2.13) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5190
Mark (X) here if bidding Gildan #2300
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 30
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
7T-Shirt, 100% Cotton, min. 6 oz., long sleeve, with pocket, double needle
neck seam. Hanes 5596, Gildan 2410 or equal.
Color White
7a 300 Size S - XL $____________ Each
7b 100 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $___________
5XL $___________
6XL $___________
Same shirt as above in all colors available from manufacturer.
7c 300 Size S - XL $____________ Each
7d 100 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
7e 400 Screening Zoo Miami Logo (Re. para 3.2.6) $____________ Each
7f 100 Screening Eco Adventures/Deering (Re. Para 3.2.13) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5596
Complete if
bidding different
brand or style
Mark (X) here if bidding Gildan #2410
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 31
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
8
Safety t-shirt , 50/50 poly/cotton, min. 5.5 oz., short sleeve, no pocket, no
reflective strips, ANSI compliant, color safety lime, safety orange. Port &
Company PC55 or equal. $____________ Each
8a 40 Size S - XL $____________ Each
8b 20 Size 2XL - 3XL $____________ Each
8c 5 Size 4XL - 6XL
8d 50 Screening of Miami-Dade Parks Logo (Re. para 3.2.5) $____________ Each
For informational purposes only, additional sizes available Each
7XL $____________
8XL $____________
9XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Port & Company #PC55
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 32
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
9
Safety shirt, 50/50 poly/cotton min. 5.5 oz., long sleeve, no pocket, no
reflective strips, ANSI compliant, color safety lime, safety orange. Port &
Company PC55LS or equal.
9a 150 Size S - XL $____________ Each
9b 50 Size 2XL - 4XL $____________ Each
For informational purposes only, additional sizes available Each
5XL $___________
6XL $____________
7XL $____________
9c 100 Screening of Miami-Dade Parks Logo (Re. para 3.2.5) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
10Youth shirt, blank, 50/50 poly/cotton min. 5 oz., no pocket, no silk
screening. Hanes 5370, Gildan 8000B or equal
Color White
10a 100 Size XS - XL $____________ Each
All other colors manufacturer provides.
10b 500 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5370
Mark (X) here if bidding Gildan #8000B
Complete if
bidding different
brand or style
Mark (X) here if bidding Port & Company #PC55LS
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 33
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
11Youth shirt, 50/50 poly/cotton min. 5 oz., no pocket. Hanes 5370, Gildan
8000B or equal
Color White
11a 500 Size XS - XL $____________ Each
All other colors manufacturer provides.
11b 4000 Size XS - XL $____________ Each
11c 3500 Screening of Summer Campers logos Re. para 3.2.8) $____________ Each
11d 500 Screening of Youth Volunteer logos (Re. para 3.2.9) $____________ Each
11e 100 Screening Summer Staff Logo (Re. para 3.2.11) $____________ Each
11e 100 Screening Eco Adventures/Deering (Re. Para 3.2.13) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
12Youth shirt, blank, 100% cotton, min. 6 oz. short sleeve, no pocket, no
silk screening. Hanes 6410, Gildan 2000B orequal.Color White
12a 100 Size XS - XL $____________ Each
All other colors manufacturer provides.
12b 100 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Complete if
bidding different
brand or style
Mark (X) here if bidding Haines #6410
Mark (X) here if bidding Gildan #2000B
Mark (X) here if bidding Haines #5370
Mark (X) here if bidding Gildan #8000B
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 34
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
13Youth shirt, 100% cotton, min. 6 oz. short sleeve, no pocket. Hanes
6410, Gildan 2000B or equal.
Color White
13a 1500 Size XS - XL $____________ Each
All other colors manufacturer provides.
13b 800 Size XS - XL $____________ Each
13c 2000 Screening of Summer Campers Logo (Re. para 3.2.8) $____________ Each
13d 300 Screening of Volunteer logos (Re. para 3.2.9) $____________ Each
Mfg.: ___________________________________
Style: __________________________________
14 Compression style shirt, color Black, long sleeve, no screening required.
Zorrel Z1234 or equal.
14a25 Size M - 2XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #6410
Mark (X) here if bidding Gildan #2000B
Complete if
bidding different
brand or style
Mark (X) here if bidding Zorrel #Z1234
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 35
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
15Women's jewel neck, 95/5 cotton/spandex, long sleeve, color Black,
White. Cherokee Workwear 4818 or equal.
15a 15 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
16 Women's jewel neck, 95/5 cotton/spandex, short sleeve, color Black,
White. Cherokee Workwear 4808 or equal.
16a 25 Size XS - L $____________ Each
16b 5 Size XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
17 Safety shirt, 100% cotton, short sleeve with 2" reflective stripes on front
and , color: safety lime, safety orange. North Safety TV35TS or equal. $____________ Each
17a 50 Size S - XL $____________ Each
17b 15 Size 2XL - 3XL
For informational purposes only, additional sizes available Each
4XL $___________
5XL $___________
6XL $___________
Mfg.: ___________________________________
Style: __________________________________
Complete if
bidding different
brand or style
Mark (X) here if bidding North Safety #TV35TS
Complete if
bidding different
brand or style
Mark (X) here if bidding Cherokee #4818
Complete if
bidding different
brand or style
Mark (X) here if bidding Cherokee #4808
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 36
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
18
Safety shirt, 100% polyester, short sleeve, with reflective strips, color:
safety lime, safety orange. Complies with ANSI Class 2 requirements.
Dickies VS200, Port Authority CS401 or equal.
18a 75 Size S - XL $____________ Each
18b 30 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Dickies #VS200
Complete if
bidding different
brand or style
Mark (X) here if bidding Port Authority #CS401
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 37
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
19T-Shirt, 100% Polyester, long sleeve, no pocket, double needle stich at
neck, hem and sleeves, moisture wicking, Ultraviolet Protection Factor
(UPF) minimum rating of 50. Hanes 24270 or equal
Color White
19a 50 Size S - XL $____________ Each
19b 25 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
19c 125 Size S - XL $____________ Each
19d 50 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $___________
5XL $___________
6XL $___________
19e 30 Screening Lifeguard Logo (Re. para 3.2.1) $_____________ Each
19f 45 Screening of Miami-Dade Parks Logo (Re. para 3.2.5) $_____________ Each
19g 20 Screening of MarinaLogo (Re. para 3.2.7) $_____________ Each
19h 15 Screening Camp Logo (Re. para 3.2.8) $_____________ Each
19i 25 Screening Volunteer Logo (Re. para 3.2.10) $_____________ Each
19j 30 Screening Summer Staff Logo (re. para 3.2.11) $_____________ Each
19k 12 Screening Summer Manager Logo (Re. para 3.2.12) $_____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24270
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 38
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
20
T-Shirt, Women's, 100% Polyester, short sleeve, no pocket, V-neck,
moisture wicking, Ultraviolet Protection Factor (UPF) minimum rating of
50. Hanes 25877 or equal
Color White
20a 20 Size S - XL $____________ Each
20b 6 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
20c 50 Size S - XL $____________ Each
20d 25 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
20e 6 Screening Lifeguard Logo (Re. para 3.2.1) $_____________ Each
20f 8 Screening of Miami-Dade Parks Logo (Re. para 3.2.5) $____________ Each
20g 10 Screening Camp Logo (Re. para 3.2.8) $_____________ Each
20h 10 Screening Volunteer Logo (Re. para 3.2.10) $_____________ Each
20i 20 Screening Summer Staff Logo (re. para 3.2.11) $_____________ Each
20j 5 Screening Summer Manager Logo (Re. para 3.2.12) $_____________ Each
20k 10 Screening Marina Logo (Re. para 3.2.7) $_____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #25877
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 39
21 One time charge per contract term (See para 2.3)
21a One (1) Color Screen $____________One Time
21b Two (2) Color Screen $____________ One Time
21c Three (3) Color Screen $____________ One Time
21d Four (4) Color Screen $____________ One Time
21e Five (5) Color Screen $____________ One Time
21f Six (6) Color Screen $____________ One Time
21g Custom art fee $____________ Per Hour
PRINT CHARGE PER SHIRT
21h One (1) Color Imprint $____________ Per Shirt
21i Two (2) Color Imprint $____________ Per Shirt
21j Three (3) Color Imprint $____________ Per Shirt
21k Four (4) Color Imprint $____________ Per Shirt
21l Five (5) Color Imprint $____________ Per Shirt
21m Six (6) Color Imprint $____________ Per Shirt
21n Additional flashing $____________ Per Shirt
21o
Imprint of Parks, Recreation and Open Spaces logo (image 6) on any shirt
not previously quoted. $____________ Each
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 40
GROUP 2 - Departments Using Federal/Grant Funds
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
1
T-Shirt, 50/50 Poly/Cotton, min. 5 oz., short sleeve, no pocket, double
needle stich at neck, hem and sleeves. Hanes 5170 , Gildan 8000 or
equal
Color White
1a 50 Size S - XL $____________ Each
1b 30 Size 2XL: - 3XL $____________ Each
1c 10 Size 4XL $____________ Each
For informational purposes only, additional sizes available Each
5XL $____________
6XL $____________
7XL $____________
Same shirt as above in all colors available from manufacturer.
1d 75 Size S - XL $____________ Each
1e 40 Size 2XL: - 3XL $____________ Each
1f 10 Size 4XL $____________ Each
For informational purposes only, additional sizes available Each
5XL $____________
6XL $____________
7XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5170
Mark (X) here if bidding Gildan #8000
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 41
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
2T-Shirt, 100% Cotton, min. 6 oz., long sleeve, no pocket, double needle
stitch at arms and hem. Hanes 6319 , Gildan 2400 or equal
Color white
2a 50 Size S - XL $____________ Each
2b 10 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
2c 100 Size S - XL $____________ Each
2d 20 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #6319
Mark (X) here if bidding Gildan #2400
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 42
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
3T-Shirt, 100% Cotton jersey, min. 6 oz., short sleeve, no pocket, taped
neck and shoulders. Hanes 6307, Gildan 2000 or equal.Color White
3a 75 Size S - XL $____________ Each
3b 20 Size 2XL - 3XL $____________ Each
3c 5 Size 4XL - 5XL $____________ Each
For informational purposes only, additional sizes available Each
6XL $____________
7XL $____________
8XL $____________
Same shirt as above in all colors available from manufacturer.
3d 150 Size S - XL $____________ Each
3e 45 Size 2XL - 3XL $____________ Each
3f 40 Size 4XL - 5XL $____________ Each
For informational purposes only, additional sizes available Each
6XL $____________
7XL $____________
8XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #6307
Mark (X) here if bidding Gildan #2000
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 43
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
4T-Shirt, 50/50 poly/cotton jersey, min. 5.2 oz., short sleeve with pocket,
Hanes 24268, Gildan 8300 or equal.
Color White
4a 200 Size S - XL $____________ Each
4b 120 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $____________
4XL $____________
5XL $____________
Same shirt as above in all colors available from manufacturer.
4c 200 Size S - XL $____________ Each
4d 100 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $____________
4XL $____________
5XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24268
Mark (X) here if bidding Gildan #8300
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 44
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
5T-Shirt, 50/50 poly/cotton, min. 5.2 oz., long sleeve, no pocket, double
needle neck stitch. Hanes 24269, Gildan 8400 or equal.
Color White
5a 20 Size S - XL $____________ Each
5b 20 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $____________
4XL $____________
5XL $____________
Same shirt as above in all colors available from manufacturer.
5c 25 Size S - XL $____________ Each
5d 10 Size 2XL $____________ Each
For informational purposes only, additional sizes available Each
3XL $____________
4XL $____________
5XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24269
Mark (X) here if bidding Gildan 8400
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 45
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
6T-Shirt, 100% Cotton, min. 6 oz., short sleeve, with pocket. Hanes 5190,
Gildan 2300 or equal.
Color White
6a 25 Size S - XL $____________ Each
6b 15 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
6c 30 Size S - XL $____________ Each
6d 17 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5190
Mark (X) here if bidding Gildan #2300
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 46
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
7T-Shirt, 100% Cotton, min. 6 oz., long sleeve, with pocket, double needle
neck seam. Hanes 5596, Gildan 2410 or equal.
Color White
7a 15 Size S - XL $____________ Each
7b 5 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
7c 15 Size S - XL $____________ Each
7d 5 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5596
Mark (X) here if bidding Gildan #2410
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 47
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
8Youth shirt, blank, 50/50 poly/cotton min. 5 oz., no pocket, no silk
screening. Hanes 5370, Gildan 8000B or equal
Color White
8a 100 Size XS - XL $____________ Each
All other colors manufacturer provides.
8b 175 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
9Youth shirt, 50/50 poly/cotton min. 5 oz., no pocket. Hanes 5370, Gildan
8000B or equal
Color White
9a 150 Size XS - XL $____________ Each
All other colors manufacturer provides.
9b 175 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #5370
Mark (X) here if bidding Gildan #8000B
Complete if
bidding different
brand or style
Mark (X) here if bidding Haines #5370
Mark (X) here if bidding Gildan #8000B
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 48
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
10Youth shirt, blank, 100% cotton, min. 6 oz. short sleeve, no pocket, no
silk screening. Hanes 6410, Gildan 2000B orequal.
Color White
10a 150 Size XS - XL $____________ Each
All other colors manufacturer provides.
10b 150 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
11Youth shirt, 100% cotton, min. 6 oz. short sleeve, no pocket. Hanes
6410, Gildan 2000B orequal.
Color White
11a 100 Size XS - XL $____________ Each
All other colors manufacturer provides.
11b 120 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #6410
Mark (X) here if bidding Gildan #2000B
Complete if
bidding different
brand or style
Mark (X) here if bidding Haines #6410
Mark (X) here if bidding Gildan #2000B
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 49
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
12 Compression style shirt, color Black, long sleeve, no screening required.
Zorrel Z1234 or equal.
12a 5 Size M - 2XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
13Women's jewel neck, 95/5 cotton/spandex, long sleeve, color Black,
White. Cherokee Workwear 4818 or equal.
13a 5 Size XS - XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
Complete if
other than
Mark (X) here if bidding Cherokee #4818
Complete if
bidding different
brand or style
Mark (X) here if bidding Zorrel #Z1234
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 50
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
14Women's jewel neck, 95/5 cotton/spandex, short sleeve, color Black,
White. Cherokee Workwear 4808 or equal.
14a 5 Size XS - L $____________ Each
14b 1 Size XL $____________ Each
Mfg.: ___________________________________
Style: __________________________________
15 Safety shirt, 100% cotton, short sleeve with 2" reflective stripes on front
and , color: safety lime, safety orange. North Safety TV35TS or equal. $____________ Each
15a 25 Size S - XL $____________ Each
15b 20 Size 2XL - 3XL
For informational purposes only, additional sizes available Each
4XL $___________
5XL $____________
6XL $___________
Mfg.: ___________________________________
Style: __________________________________
16
Safety shirt, 100% polyester, short sleeve, with reflective strips, color:
safety lime, safety orange. Complies with ANSI Class 2 requirements.
Dickies VS200, Port Authority CS401 or equal.
16a 75 Size S - XL $____________ Each
16b 20 Size 2XL - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Port Authority #CS401
Complete if
bidding different
brand or style
Mark (X) here if bidding Cherokee #4808
Complete if
other than
Mark (X) here if bidding North Safety #TV35TS
Complete if
bidding different
brand or style
Mark (X) here if bidding Dickies #VS200
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 51
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
17T-Shirt, 100% Polyester, long sleeve, no pocket, double needle stich at
neck, hem and sleeves, moisture wicking, Ultraviolet Protection Factor
(UPF) minimum rating of 50. Hanes 24270 or equal
Color White
17a 40 Size S - XL $____________ Each
17b 13 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
17c 75 Size S - XL $____________ Each
17d 50 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #24270
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 52
Item
Number
Estimated
Annual Usage Description Unit Price
Unit or
Measure
18
T-Shirt, Women's, 100% Polyester, short sleeve, no pocket, V-neck,
moisture wicking, Ultraviolet Protection Factor (UPF) minimum rating of
50. Hanes 25877 or equal
Color White
18a 10 Size S - XL $____________ Each
18b 2 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Same shirt as above in all colors available from manufacturer.
18c 35 Size S - XL $____________ Each
18d 10 Size 2XL: - 3XL $____________ Each
For informational purposes only, additional sizes available Each
4XL $____________
5XL $____________
6XL $____________
Mfg.: ___________________________________
Style: __________________________________
Mark (X) here if bidding Haines #25877
Complete if
bidding different
brand or style
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 53
19 One time charge per contract term (See para 2.3)
19a One (1) Color Screen $____________One Time
Fee
19b Two (2) Color Screen $____________One Time
Fee
19c Three (3) Color Screen $____________
One Time
Fee
19d Four (4) Color Screen $____________One Time
Fee
19e Five (5) Color Screen $____________One Time
Fee
19f Six (6) Color Screen $____________One Time
Fee
19g Custom art fee $____________ Per Hour
PRINT CHARGE PER SHIRT
19h One (1) Color Imprint $____________ Per Shirt
19i Two (2) Color Imprint $____________ Per Shirt
19j Three (3) Color Imprint $____________ Per Shirt
19k Four (4) Color Imprint $____________ Per Shirt
19l Five (5) Color Imprint $____________ Per Shirt
19m Six (6) Color Imprint $____________ Per Shirt
19n Additional flashing $____________ Per Shirt
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 54
55
66
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
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 55
55
66
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
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 56
5
6
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
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 57
55
66
Question and Answers for Bid #FB-00151 - T-Shirts
OVERALL BID QUESTIONS
There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.
Bid FB-00151Miami-Dade County
10/15/2014 5:40 AM p. 58