Loading...
Swago T-Shirts, Inc. MIAMIBEACH' CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: For the Purchase and Delivery of Uniforms and Accessories for Various Departments CONTRACT NO.: 25- 10/11 EFFECTIVE DATE(S): This Contract shall remain in effect for four (4) year from date of Contract execution by the Mayor and City Clerk and may be . renewed, at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year term. SUPERSEDES:. ITB No. 41 -05/06 CONTRACTOR(S): ' Swago T- Shirts, Inc. (Group 6) ESTIMATED ANNUAL.CONTRACT AMOUNT: N/A A. AUTHORITY - Upon affirmative action taken -by the Mayor and City Commission of the City of Miami Beach, Florida, on December 14, for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide for the purchase and delivery, of Uniforms and accessories for various city departments, pursuant to City Invitation to Bid . No..25- 10/11 and any addenda thereto (the ITB), and .Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents "). C. ORDERING INSTRUCTIONS All blanket purchase orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City.of Miami Beach Contract Number 25- 10/11. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to Shirley Thomas, City of Miami Beach, Procurement Division at 305 - 673 -7000 ext. 6455. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered - Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and /or. commencement of any services /work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. `in addition, Contractor shall not subcontract delivery of supplies, or any portion of work and /or services required by the Contract Documents without the prior written consent of the City. x j Certification of Contract Contractor warrants and represents that all persons providing /performing any supplies, work, and /or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide /perform same, or services to City's satisfaction, for the agreed compensation. .Contractor shall provide /perform the supplies, work, and /or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final products) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor List following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, .and may not transact any business with the City in excess of the threshold. amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, ..and /or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and /or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and /or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and /or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and /or the Contract Documents. 2 Certification of Contract K. NOTICES Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, : postage prepaid, return receipt requested, or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City Gus Lopez, Procurement Director City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 With copies to City Clerk City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor Swago T- Shirts, Inc 1020 N.W. 1 Court Hallandale Beach, Florida 33009 , Attn: Sharon Aziz Phone: 954 - 563 -8250 Fax: 954 = 563 -884 E -mail: sharon@swago.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE In the event a portion of this Contract and /or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the. court becomes final. 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and /or the Contract Documents shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either. party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall Lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and /or the Contract Documents. Contractor, shall specifically . bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract. and. executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be -bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) .Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall . prevail. 4 Certification of Contract IN WITNESS WHEREOF the City and ontractor have caused this Certification of Contract to be signed and attested on this /D day of 20 1 1 ' ;° by their respective duly authorized representatives. C N RACTOR CITY OF MIAMI BEACH By By e Signature Mayor ZZ 16, Print Name _ D to Date ATTEST: ATTEST: J Seere`a / Signature City Clerk Print Name Date Date APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ity tt sy e F: \PURL \$ ALL \SHIRLEY\contracts \ITB- 25 -10 -11 Swago.doc 5 PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 14 of 28 Item Description Estimated Qty Unit Price Total GROUP IV. PARKING DEPARTMENT (INCLUDING ENFORMENT) p COMPANY NAME: Item Descri ton Estimated Qty Unit price Total -96 Flat front works shorts S -XL 85 $ 1726 $ 1,467.10 Size: 2XL - -$ 19.00 $ - Size: 3XL $ 20.87 $ - Color. Manufacturer Dickies orequal DICKIES 42 -283 97 Industrial Cargo pants 75 $ 15:47 $ 1,160.25 Size: 30-40 Color: Navy Blue Manufacturer Dickies Industrial orequal DICKIES 211 -2272 98 T -Shirt w/ pocket light steel S -XL 65 $ 6.35 $ 412.75 Size: 2XL $ 9.04 Size: 3XL $ 9.17 Color: White, Navy, Green Manufacturer Hanes Beefy orequal HANES #5590 99 Usleeve shirt w/ po cket S -XL 75 $ 7.70 $ 577.50 Size: .2XL $ 9.73 Size: 3XL $ 9.73 Color: White GILDAN #G241 Manufacturer port &.company style PC61 LSP orequal 100 S /sleeve industrial work shirt S -XL 80 $ 8.65 $ 692.00 Size: 2XL $ 10.38 Size: 3XL $ 10.35 Color: RED , KAP Manufacturer comer stone # SP24 101 Industrial cotton flat front pants 85 $ 18.70 $ 1,589.50 Size 30-48 Color: Na Manufacturer Dickies LP310KH oT equal 102 Industrial cotton flat front ants 85 $ 18.70 $ 1,589.50 Size: 30-48 Color: Na Manufacturer. Dickies LP31ODN orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 15 of 28 Item Description Estimated Qty Unit Price 'Total 103 Industrial cotton flat front pants 50 $ 15.19 $ 759.50 Size: 30-48 Color: Na Manufacturer Dickies LP810KH orequal 104 Industrial cotton flat front pants 75 $ 15.18 $ 1,138.50 Size: 30-48 Color: Na Manufacturer Dickies LP8100G orequal 105 Industrial flat front pant LP810 45 $ '15.18 $ 683.10 Size: 30-48 Color: Na Manufacturer Dickies LPLP810NV orequal 106 S /sleeve easy care shirt S508 65 $ 14.65 $ 952.25 Size: S -XL Color: Multi - colors Manufacturer port authority orequal 107 S /Sleeve value poplin shirt 5633 45 $ 10:65 $ 479.25 Size: S -XL Coior. Multi - Colors Manufacturer Port authority orequal 108 Mocean Patrol shorts 50 $ - 39.33 $ 1,96640 Size: M -XL Color: Nav Manufacturer orequal #1063 109 Caps 6210 45 $ 7.59 $ 341.55 Color: Na Manufacturer orequal 110 5.11 pants 35 $ 6.60 $ 231.00 Color: Bimini blue Size: 30-48 Manufacturer orequal GILDAN #880 PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY'DEPARTMENTS BID PROPOSAL FORM Page 16 of 28 Description Estimated Qty Unit Price Total item 35 $ _ $ - 111 5.11 shorts Color: Bimini blue g 30-48 ufacturer ore ual 45 $ 55.33 $ 2,489.85 ester ants oor: Na Size: 34-48 Manufacturer orequal MOCEAN #2063 50 $ 6.60 $ 330.00 113 Polo T -shirt S -XL Color: Multi - colors $ 9.46 Size:2XL $ 9.78 Size:3XL $ 10.15 Size: 4XL Manufacturer orequal GILDAN #G880 25 $ 65.32 $ 1,633.00 114 Jackets 526MNV Color: Nav Size: S -XL Size: 2XL Manufacturer or eg ualLiberty GRAND TOTAL GROUP IV 18,493 BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN THIS GROUP PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 21 of 28 Item Description Estimated Qty Unit Price Total GROUP VI OCEAN RESCUE COMPANY NAME: Item Description Estimated Qty Unit Price Total 142 Lifeguard micro shield swim trunks 45 $ Su lex pocket on right side Velcro Logo on left provide sample Color: Dark Na Size: Manufacturer orequal 143 Outer banks Poto embroidery logo on left chest .36 $ 27.95 $ 1,006.20 St le# CDOB - 11/12 orequal Color: White, Navy Blue Size: S -XL Manufacturer orequal 144 Polo embroidery text Miami Beach Ocean Rescue 18 $ 26.95 $ 485.10 Size:'2XL Color: Manufacturer orequal 145 Polo embroidery 6 $ 24.75 $ 148.50 Text: Miami Beach Ocean Rescue Size: Medium Color: Manufacturer orequal GRAND TOTAL GROUP VI 1.$ 1,639.80 BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN THIS GROUP - PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 22 of 28 Description Estimated Qty Unit Price Total Item GROUP "Al SERVICE WORKERS Estimated Qty Unit Price Total Item Description 10 $ 20.00 $ 200.00 146 Camp shirt L -XL Color: white, nav, and reen Manufacturer ore equal PORT AUTHORITY #S535 162 11.85 147 Work shirt S /sleeve button down S -XL $ $ 1,919.70 65% of 35 %cotton 14.18 Size: 2XL $ 14.18 Size: 3XL ga'n : striped ra /blue facturer Red Ka ore ual SP24 110 $ 1.2.64 $ 1,390.40 eve work shirt S -XL $ 13.95 2XL $ 13.95. Size:3XL Color: Green, Navy and White Manufacturer DICKIES LL508 ore jual 110 $ 8.65 $ 951.50 149 S /sleeve work shirts S -XL $ 10.38 Size: 2XL $ 10.38 Size: 3XL Color: White, Navy and Green Manufacturer ore -- REDKAP SP24 100 $ 14.65 $ 1,465.00 150 S ort Usleeve S -XL $ 16.00 Size: 2XL $ 18.65 Size: 3XL Color: Green, Na and White Manufacture. port authority K50OLS orequal 100 $ 5:45 $ 545.00 •151 T- Shirt w/ pocket S -XL Color. Gre Manufacture Gildan SS G230 orequal 200 $ 3.77 $ 754.00 152 T- shorts S -XL $ 6.12 Size: 2XL $ 6.12 Size: 3XL Color: NAvv blue, White, Green Manufacturer Hanes beefy orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 23 of 28 Item Description Estimated Qty Unit Price Total 153 Polo shirts w/ ocket S -XL 100 $ 8.29 $ 829.00 Size:2XL $ 11..62 $ 12.00 Size: 3XL Color: White, Navy Blue, Tan, Green 1.54 Polo cotton pique w/ ocket M -L #01314 122 $ 17.89 $ 2,182.58 S -$ 20.56 Size: Size 3XL $ 22.88 Color: Black, Navy, Putty, White, Green Manufacturer outerbanks orequal 155 Cargo Pants 660 $ 18.36 $ 12,117.60 Size:34 -42 44 -60 $ 20.18 P Color: Black, CHR Manufacturer dickies orequal DICKIES #211 -2372 156 Regular fit 'eans 30-46 20 $ 17.46 $ 349.20 Size: 30-46 46 -50 $ 19:13 Color: stone, stwden Manufacturer dickies orequal DICKIES #17 -293 "157 Double knee work pants 100 $ 20.53 $ 2,053.00 Size: 30-44 46 -50 $ 22.60 Color: DK Brown Manufacturer dickies 85 -283 orequal 158 Plain Dants 100 $ 18.46 $ 1,846.00 Size: 30 -36 Color: white, - black, navy and Dark Brown Manufacturer dickies: 874 orequal 159 Cotton Pleated work pants 50 $ 19.80 $ 990.00 Size: 30 Color: khaki, na Manufacturer dickies 1868 orequal 25 $ 19.80 $ 495.00 ' 160 Work. ants 200 $ 13.40 $ 2,680.00 Size: 29 -32 Color: brown Manufacturer Red Cap RCPT20 orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 24 of 28 Item Description Estimated Qty Unit Price Total 161 Utility work pants 50 $ 15.66 $ 783.00 Size:30 -32 Color: Black, cha, Manufacturer Red Cap RCPT62 162 Works pants 65% of /35% cotton 500 $ 11.75 $ 5,875.00 Size: from 32x 32 thru 46x28 $ 19.80 Color: Navy blue Manufacturer EWC orequal 163 1 Premium painters pants 60 $ 19.00 $ 1,140.00. Size: 30 -34 Color: White Manufacturer Dickies WP820 orequal 1.64 Caro Shorts 60 $ 16.33 $ 979.80 Size: 30-42 44 -50 $ 17.96 - Color: Na Manufacturer orequal DICKIES LR542 165 Multiuse pocket shorts 75 $ 17.26 $ 1,294.50 Size: 34-40 Color: Dark Brown Manufacturer Dickie 42 -28 orequal 166 100% cotton shorts 75 $ 13.60 $ 1,020.00 Size: 33 -38 Color: Brown Manufacturer Red Cao RCPC26 167 Utility work shorts 50 $ 15.66 $ 783.00 Size: 36 Color: White Manufacturer. Dickies.DX400 or equal ..168 3 Panel low profile twill visor 10 $ 4.40 $ 44.00 Color: Na Manufacturer OSFA 158 orequal 169 Anvil Twill Hat 40 $ 3.80 $ 152.00 Color: Black, Navy, Khaki White Manufacturer OSFA 176 orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 25 of 28 Item Description Estimated Qty Unit Price Total 170 Mesh flex sandwich cap 5 $ 13.32 $ 66.60 Color: Black Manufacturer Nike 333115 or equal 171 Bucket Hat 16 $ 4.24 $ 67.84 Color: Navy, Stone, White Manufacturer BX003 orequal 172 Outdoor Hat 29 $ 10.66 $ 309.14 Color: Navy, Stone, White Manufacturer.EOM 101 orequal 173 Challenger Jacket 50 $ 34.65 $ 1,732.50 Color. Black, Chestnut, Steel Gre Manufacturer Port Authority J754 or equal 174 Lon Skirt 65/35 long length - Color: Nav Manufacturer GRAND TOTAL GROUP VII $ 45,015.36 PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 26 of 28 Item Description Estimated Qty .Unit Price Total COMPANY NAME: GROUP Vlll. EMBROIDERY/ SILKSCREENING APPLICATION A. COST OF EMBROIDERY Approximately 2,065 pieces of apparel including Golf Shirts, Twill, Work Shirts, Jackets and Caps may have embroidery as shown on the Design Cost: One Time design of City Loo - I Ad ne time design cost of official bade e $ - ditionallines: $ - Embroidery Cost: Cost of Embroidery of the City Loo $ 2.00 Cost of Embroidery of official bade $ 7 Cost of Embroidery full back 3 lines Read Miami Beach Fire Rescue . Cost of name tape embroidered on large cloth $ - Additional lines: $ - Person's Name, all caps $ 4.00 Department Name, upper and lower case $ 2.00 Each additional line $ 1.00 EMBROIDERY MUST BE APPROVED BY THE CITY PRIOR TO AWARD OF A CONTRACT Approximately 1,200 T -Shirts will be silk- screened as shown on the attached pages 9.1 and 9.3. of the City of Miami Beach Identity Design Cost: One Time design to City Logo $ One time design cost of official badge $ - Cost for.each additional color $ - B. COST OF SILKSCREENING Cost of Silkscreened single colored City Loo $ 0.68 Cost of.Silkscreened official 'bade $ 1.27 Cost of Silkscreened full back 2 color with /flashes $ 0.88 3M reflective link to read Miami Beach fire rescue $ 1.10 Additional Text erson's Name, all caps $ 4.00 Department Name, upper and lower case $ 0.68 SILKSCREENING MUST BE APPROVED BY THE CITY PRIOR TO AWARD OF A CONTRACT C. COST OF SEWING Unit Cost of sewing on emblem $ 2.00 Unit cost of hemming $ 1.50 Cost of sewing name tape $ 2.00