Loading...
Monica Manufacturing d/b/a All Uniform Wear � caT M IAMIBEA CH 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 three (2) additional one (1) year term. SUPERSEDES: ITB No. 41 -05/06 CONTRACTOR(S): Monica Manufacturing d /b /a All Uniform Wear. (Groups 2 and 4) 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 Gus Lopez, City of Miami Beach, Procurement Division at 305 -673 -7490. 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. �� Q LERK 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 product(s) 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 Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor Monica Manufacturing d /b /a All Uniform Wear 2605 West 8 Street Hialeah, Florida 33010 Attn: Elizabeth Baltodano Phone: 305 - 887 -9552 Fax: 305 - 889 -0656 E -mail: Elizabeth(a)-alluniformwear.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 Con IN WITNESS WHEREOF the City and ontractor have caused this Certification of Contract to be signed and attested on this day of Ct^�,rr, 2011, by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI BEACH r B B y QW ` P identt S gnature Vice -Mayor Deede Weithorn EL I7�$LT}t (3dLwQA_1 1 Print Name Date Date ATTEST: ATTEST: 4� 4 Secr �ature City Cleric . �,MIS810,y O G Pr,* me = Date � thN . o f : Q � APPROVED AS TO Date FORM & LANGUAGE & F EXECUTION i ttom lal F:\ PURCt Sf1LL 1SHIRLEYkcontrats111'B- 25 -10 -11 Mmmonica dba All Americanweat.doc COMMISSION ITEM SUMMARY Condensed Title: Request for Approval To Award Contracts To Global Trading Inc., Swago, All Uniforms And Unicommerce Pursuant To Invitation to Bid No. 25- 10/11, For The Purchase Of Uniforms And Accessories For Various City Departments For An Estimated Annual Amount Of $462,157 And Reject All Bids For Group 9 For The Purchase Of Shoes. Key Intended Outcome Supported: Attract and maintain a quality workforce. Supporting Data (Surveys, Environmental Scan, etc.): The 2009 Customer Satisfaction Survey indicated that 87.2% of residents, and 85% of businesses rated the appearance and maintenance of the City's public buildings as excellent or good. Issue: Shall the City Commission approve the award of Contracts? Item Summa /Recommendation: The purpose of Invitation to Bid No. 25 -10/11 (the Bid) is for the supply of uniforms and accessories for various Departments (Police, Parking, Building, Code Compliance, Public Works, and Parks and Recreation Departments, etc.). As required, the vendors shall provide alteration, embroidery and attachment of patches on uniforms, to meet the specific needs of the individual City Department, as part of the price of the uniform. Should the union contracts (ASFCME, CWA, FOP, GSA and IAFF) for uniform requirements be re- negotiated, the City reserves the right to negotiate pricing of additional uniforms, and accessories to amend the contract to comply with the union uniform contract requirements. This contract shall remain in effect for a period of four (4) years from date of Commission approval, and may be renewed by mutual agreement for two (2) additional years, on a year -to -year basis. APPROVE THE AWARD OF CONTRACTS. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: C 1 $ 19,134.00 Public Works Sanitation Account 435 - 0430 - 000154 L 2 $ 23,685.00 Public Works Sanitation Account 435- 9962 - 000154 OBPI 3 $ 3,450.00 Public Works Sanitation Account 435 - 9968- 000154 4 $ 5,596.00 Public Works Sanitation Account 435 - 9969 - 000154 5 $ 7,744.00 Public Works Stormwater 427 - 0427 - 000154 6 $ 7,000.00 Public Works Streets 011 - 0840 - 000154 7 $ 27,360.00 Public Works Water 425- 0410 -000154 8 $ 16,860.00 Public Works Sewer 425- 0420-000154 9 $ 8,400.00 Fleet Management Account 510 - 1780 - 000154 10 $26,637.00 Parks and Recreation Greenspace Management Division 011 - 0940 - 000154 11 $ 48,700.00 Parks and Recreation 011 - 0950 - 000154 12 $9,731.00 Building Department Account 011 -1510- 000154 13 $ 29,345.00 Code Compliance Account 011 -1520- 000154 14 $ 50,000.00 Ocean Rescue Account 011- 0960 - 000154 15 $ 150, 891.00 Fire Department Account 011- 1240 - 000154 16 $ 128,772.00 Police Department Account 011 - 1130 - 000154 17 $ 12,000.00 Police Department Account 168 - 1124 - 000154 18 $ 3,380.00 Parking Department Account 480- 0461 - 000154 19 $ 48,000.00 Parking Department Account 480 -0462- 000154 20 $13,000.00 Parking Department Account 480 -0463- 000154 Total $ 462,157.00 Financial Impact Summary: Citv Clerk's Office Legislative Tracking: Gus Lo ez Ext. 6641 Sin s: e art nt Dir or As ` " City Mana er Ci M er GL DR.JAEIKI KS& SS SF PDW MY JM T:1AG DAl2 111Dece 717, 2 0-11 uniforms summary.doc MI AMIBEACH AGENDA ITEM G2= MIA/01BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Members of the City Commission FROM: Jorge M. Gonzalez, City Manager DATE: December 14, 2011 SUBJECT: REQUEST FOR APPROVAL TO AW CONTRACTS TO THE LOWEST AND BEST BIDDERS FOR GROUPS 1 THROUGH 8, PURSUANT TO INVITATION TO BID (ITB) NO. 25- 10/11, FOR THE PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS: GROUP 1) GLOBAL TRADING, INC.; GROUP 2) ALL UNIFORMS WEAR; GROUP 3) UNICOMMERCE; GROUP 4) ALL UNIFORMS; GROUP 5) GLOBAL TRADING; GROUP 6) SWAGO; GROUP 7) GLOBAL TRADING, INC; AND GROUP 8) EMBROIDERY - SILKSCREENING; GLOBAL TRADING, INC.; ALL UNIFORMS; UNICOMMERCE AND SWAGO IN THE TOTAL ESTIMATED ANNUAL AMOUNT OF $462,157; AND FURTHER REJECT ALL BIDS RECEIVED FOR GROUP 9) FOR THE PURCHASE OF SHOES SINCE ALL BIDDERS FAILED TO MEET THE SPECIFICATIONS. ADMINISTRATION RECOMMENDATION Approve the Award contracts FUNDING There exists pre - encumbrances (i.e., pending purchase requests) totaling $34,000, and encumbrances (i.e., purchase orders issued) totaling $130,629. The available funding for the purchase of uniforms is $462,157. Additional purchases throughout the term of the contract will be subject to funding appropriations as approved by the Mayor and City Commission during the budgeting process, and review and approval of the Office of Budget and Performance Improvement (OBPI). ANALYSIS The purpose of this ITB is to establish a contract with a qualified vendor(s) for the purchase and delivery of uniforms and accessories for various City Departments on an as needed basis. This contract shall remain in effect for a period of four years (4) from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for two (2) additional years, if approved by the City Manager. Award of this contract may be made to the primary and secondary lowest and best Bidders. Should the primary vendor fail to comply with the terms and conditions of this contract, the City reserves the right to award to the secondary vendor, if it is deemed to be in the best interest of the City. 80 Commission Memo December 14, 2011 ITB- 25 -10 -11 Uniforms It is preferred, but not required, that the uniform manufacturer be located within Miami - Dade County, Monroe County, or Broward County, in order to save on delivery time and to maintain a high level of customer service for our employees who will need additional uniforms on an as needed basis. Vendor shall be prepared to accept additional orders up to single uniforms after the initial order is placed, produced, or shipped completed. The cost shall remain the same with no additional charge or setup or quantity breaks. Production and delivery of any additional orders shall be completed within five (5) days, or sooner, upon receipt of order notification by The City. The recommended colors for clothing are lime, green, white and blue. Where indicated, successful Bidder must provide alteration, embroidery and attachment of patches on uniforms as part of the price of the uniform. In addition to sewn on patches as specified apparel including but not limited to golf shirts, work shirts, jackets and caps may have embroidery and /or silk- screening as detailed. Bidders must submit a sample of the embroidered City of Miami Beach logo upon request for City approval. The City reserves the right to approve /disapprove at its own discretion. The awarded bidder shall pack the departments or divisions orders separately in sets by employee name and the label should be placed on the package itself and or contain a sales slips attached to each individual employees package which list the contents of the order (number of shirts, T- shirts, pants, shorts and size of each item included). The City has collective bargaining agreements with the following unions: ASFCME, CWA, FOP, GSA and IAFF that have uniform provisions. Should the union contracts be re- negotiated, the City reserves the right to negotiate pricing of additional uniforms, and accessories to amend the contract to comply with the union contract requirements. BID PROCESS The ITB was issued on August 10, 2011, with an opening date of September 31, 2011. A Pre -Bid Conference was held on September 2, 2011 and on September 8, 2011; various City departments met to show samples of their respective uniforms to potential Bidders. Six (6) Addendums were issued to provide additional information and to respond to all questions submitted by the prospective bidders, thus extending the bid opening due date to October 4, 2011. BidSync issued bid notices to 45 prospective bidders, and Bidnet issued bid notices to 40 prospective bidders. Additionally, the Procurement Division sent notices to ten (10) prospective bidders. The notices resulted in the receipt of ten (10) bids from the following firms: Global Trading, Inc.; Swago; All Uniforms Wear; Unicommerce; Paragon Uniforms; G & K Services; Lehigh Outfitters, LLC; Uniforms 4 All, Inc.; Safety Shoe Distributors, Inc.; and Sole Brother, Inc. DBA Red Wing Shoes. Of the ten (10) bids received, six were (6) were deemed responsive, and four (4) were deemed non- responsive. The non - responsive bidders did not provide the correct Proposal forms. 81 Commission Memo December 14, 2011 ITS- 25 -10 -11 Uniforms The Technical Review Panel (the "Panel") met on October 7, 2011 consisting of the following individuals: Maddy Reisler- Office Associate V, Property Management Tamika Clear— Sanitation Coordinator Nedra Marcelus — Administrative Aide II, Fire Department Sonia Porter- Property Evidence Tech. I, Police Department Rocio Alba- Financial Analyst III, Parking Department Brenda Carbonell — Parks and Recreation Analyst Martha Torres - Public Works, Warehouse Supervisor Pauiita Perez- Office Associate IV, Building Department Rand MacBride -Office Associate IV, Code Compliance Joyce Dickerson - Warehouse Supervisor, Fleet Division The Technical Review Panel stated after reviewing the proposals they feel comfortable awarding contracts to multiple vendors by groups, the lowest overall responsive bidders, as follows: During the review of the specifications of all bids received for Group 9, it was determined that all bidders failed to meet the specifications. Therefore, the Technical Review Panel recommended that all bids for shoes be rejected. The specifications will be revised and a new bid issued for the purchase of shoes. Bidders shall bid on all line items for groups 1 through 6 to be considered for award. Bidders did not have to bid on all groups (i.e. Police, Fire, etc.) to be considered for award. Description Awarded Vendor Group 1 Police Department Global Trading Group 2 Fire Department All Uniforms Wear Group 3 Building Department Unicommerce Group 4 Parking Department All Uniforms Wear Group 5 Code Compliance Global Trading Group 6 Ocean Rescue Swago Group 7 Service Workers Global Trading and All Uniforms Wear Group 8 Embroidery All recommended vendors for Groups 1 through 7 Group 9 Shoes No recommended award. All bidders failed to meet the specifications. See detailed bid tabulation for a list of awarded items. 82 Commission Memo December 14, 2011 ITB- 25 -10 -11 Uniforms BID TABULATION The bid results are tabulated and attached. CONCLUSION Based on the analysis of the six (6) responsive bids received, it is recommended that the City Commission approve multiple awards to the lowest and the best bid received for Groups 1 through 8. The Administration recommends that the Mayor and City Commission accept the City Manager's recommendation to award contracts to the following bidders: Global Trading Inc., All Uniforms Wear, Unicommerce, and Swago, for the purchase and delivery of uniforms and accessories for various departments. TAAGENDA\20111December Mconsent \Uniforms Memo.doc 83 PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIC CITY DEPARTMENTS BID P30POSAL FORM Page° 1 of 29 Company Name: A VO ` (ILL ot UVI LFot- Bidder shall provide purchase and Delivery of uniforms, safety shoes, boots, and Accessories for various departments. Vendor shall be prepared to accept additional orders up to single uniforms after the initial order is placed, produced, or shipped completed. The cost shall remain the same with no additional charge or setup or quantity breaks. Production and delivery of any additional orders shall be completed within (5) days, or sooner, upon receipt of order notification by The City. The Bidder has the option to bid on all items, or bid on all items by groups. BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN A GROUP GROUP I. POLICE DEPARTMENT Item Description Estimated Qty Unit Price Total 1 5.11 tactical polos 75 $ $ a Size:S -XL Color: Black, Navy and white 2 T.B.U. parits (swat team) 85 $ ?JAS w $ Size:S -XL Color: Black, Navy and white 3 T.B.U. Shirts (swat team) 95 $ ` °`- $ t? - Size:S -XL Color: Black, Navy and white 4 Lined windbreakers 56 $ Size:S -XL Color: Black, Navy and white 5 Raid Jacket for Cid Detectives 56 $ 4q Size:S -XL Color: Black, Navy and white 6 5.11 performance short sleeves polo 60 $ Size:S -XL Color: Black, Navy and white p 7 Polo shirts 24 $ - $---- Size:S -XL Color: Black, Navy and white 8 5.11 Tactical ro ants 12 $ 75 W Size:S -XL Color: Black, Navy and white PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 2 of 29 Item Description Estimated Qty Unit Price Total 9 Men's poly trousers 50 $ `°' $ `' Color: Na Size:30 -48 Manufacturer style UD3900 orequal: 10 Ladies poly trousers 50 $ - $ 4— Color: Navy Size: Manufacturer style UD3933 orequal: 11 Men's poly S/S shirt with zipper 45 Color: Na Size: S -XL Manufacturer style UD12000 orequal: 12 Ladies poly S/S shirt with zipper 35 - Color: na Size: Manufacturers le UD12010 or equal: 13 Men's Poly Cotton Pants 45 $ Color: Navy Size Manufacturer style UD4954 or equal: 14 Ladies Poly Cotton Pants Color: Navy Size: Manufacturer Style UD 4964 orequal: 15 Men's poly US shirt with zip Color: Na Size: Manufacturer S le UD12020 or equal: 16 Ladies poly S/S shirt with zip S -XL 90 Color: Navy Size:2XL Manufacturer style UD12030 orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 3 of 29 Item Description Estimated Qty Unit Price Total 17 Men's p6ly S/S shirt with zip S -XL 90 - Color: White Size:2XL Size:3XL Manufacturer style UD12001 orequal 18 Ladies of S/S shirt with zip 80 $ Color: white Size: S -XL Manufacturer style UD 12011 orequal 19 Men's DolvUS shirt with zip S -XL 80 $ Color: White Size: 2XL Size: 3XL Manufacturer style UD12021 orequal 20 Ladies poly US shirt with zip 75 $ $ - Color: White Size: S -XL Manufacturer style UD12031 orequal 21 Men's polycofton S/S shirt S -XL 65 $ Color: White Size: 2XL Size: 3XL Manufacturer style 4203 or equal 22 Men's polycofton US shirt S -XL 45 $ - Y "'- Color: White Size:2XL Size:3XL Manufacturer style 35W5400 or equal 23 Ladies pol cotton S/S shirt S -XL 65 $ $ ou - Color: white -- Size: Manufacturer style 3203 or equal 24 Ladies pol cotton US shirt 100 $ - $ 2 - Color: White Size: Manufacturer style # 126R5400 or equal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 4 of 29 Item Description Estimated Qty Unit Price Total 25 Men's polycoffon S/S shirt 100 $ $ oc)"' Color: LT. Blue Size: Manufacturer style #r 4202 or equal 26 Men's polycotton L/S shirt 100 $ " - $ 53oD °v Color: LT Blue Size: Manufacturer style # 35W5435 orequal 27 Ladies polycoffon S/S shirt 100 $ 2 ''`'- $ 300 "'- Color: LT Blue Size: Manufacturer style # 3202 or equal 28 Ladies polycotton US shirt 100 $ $ pt7 °y Color: LT Blue Size: Manufacturer style # 126R5435 orequal 29 Safari Land Gun Belt 100 $ 0 f $ 4 00.`x' --"'- Manufacturer style # 4307 -2 -4 or equal 30 Bianchi Keepers Manufacturer style #7406 75 $ t j ' - $ u' 31 Bianchi Glove pouch 75 $ - U4 $ v" Manufacturer style #7328 or equal 32 Bianchi Magazine Holder 75 $ - T $ �a Manufacturer style# 7302 orequal 33 Bianchi Handcuff Holder 75 $ � , - $ 'E>ou Manufacturer style# 7300 or equal 34 Bianchi Flashlight Holder 75 $ Size: 3 Manufacturer style# or equal 35 Asp Holder- Side break 75 $ manufacturer style# 52435 or equal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 5 of 29 Item Description Estimated Qty Unit Price Total 36 Bianchi Mace Holder 75 $ D10. w $ q - Manufacturer Style# 7307 orequal 37 Safari Land Under Belt 75 $ 0 - $ 5 - Manufacturer style # 4325 -0-4 orequal 38 Mocean short 100 $ " $ =° Color: Na Manufacturer #1063 Mocean orequal 39 Bianchi Radio Holder 75 $ - - $ Manufacturer style # 7314 40 Elbe co Duty Jacket 75 $ Color: Na Manufacturer style # 3804 orequal 41 Magnum boots 75 $ - $ 0 Manufacturer style # 5287/5288 orequal 42 Bianchi Key Keeper 75 $ - $ Manufacturer style # 7405K orequal 43 Magnum Tennis Shoes Manufacturer style# 5144 orequal 75 $ =' $ 44 Shiny Weinbrenner style shoes 100 $ ="' $p - Manufacturer style # 8316027/5316303 45 Stream light flashlight holder 75 $ Manufacturer style # 85905 orequal Grand Total Group I 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 6 of 29 Item Description Estimated Qty Unit Price Total GROUP II. FIRE DEPARTMENT COMPANY NAME: �JEr.�` s �c.A W GA t} } -aACTVtO C- G _ Item Description Estimated Qty Unit Price Total 46 Dickie Caro Pants style #W841377 15 $ - 1 330 . -�' Orequal Color: Navy Blue Manufacturer or equal: 1 47 T -Shirts Short Sleeve W /pocket 50/50 Siz 15 $ "` - $ (SILKSCREENED) cost to be provided separate) Color: Nav 2XL 3XL Manufacturer Gildan orequal: G 1Lp 48 T- shirts for firefighters Gildan navy T -Shirt 50/50 and 100% short 1,150 $ - $ - Color: Na Long sleeve 2XL 3XL Manufacturer Gildan, Jensen tall orequal 49 T -Shirts Long Sleeve 100% Size: S -XL 15 -Uv (SILKSCREENED Color: Na 2XL 3XL Manufacturer Gildan, Jensen tall or equal: 50 Ladies 60% cotton /40% poly oxford Short 10 1 $ / - $ 5 - Ladies 60% cotton 40% poly oxford long Sleeve Shirts S -XL Color: White Manufacturer orequal C PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 7 of 29 Item Description Estimated Qty Unit Price Total Men's 60% cotton /40% poly oxford S� 51 s /sleeve shirts S -XL 55 $ i5. . $ 2XL 3XL Color: White Manufacturer Gildan or equal �- 1C Men's 60% cotton /40% poly oxford long 52 sleeve shirts S -XL 55 $ 00 $ d o - C-, 2XL 3XL Color: White Manufacturer Gildan or equal l7 53 Polo short sleeve unisex shirt 100% cotto 13 $ j 0 a' $ Size: S -XL 2XL 3XL Color: Gray Manufacturer or equal GI Li�.A' 54 Men's PDU Class B Twill cargo pants 55 $ $ 0 , "-" Color: Dark Navy Manufacturer or equal .1 55 Women's PDU Class B Twill cargo pants 10 $ '; $ 170 " Color: Dark Navy Manufacturer or equal Men's dress pants 75% polyester - 56 25 %cotton 55 $ 13. $ 7 4 � Color: Navy Manufacturer or equal r c -\) Women's dress pants 75% polyester - 57 25 %cotton — 10 $ 0,U $ 1 � Color: Navy Manufacturer or equal UiD _�_ 58 Rain coat -Long 78 $ v $ Manufacturer: PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 8 of 29 Item Description Estimated Qty Unit Price Total 59 Brush twill cap 30 $ 77 $ 150 ` Color: Na Manufacturer orequal: V1 60 O erator belt - 1 % wide 5.11 200 $ $ OCJ - Style 59405 orequal Color: Black Manufacturer orequal: 61 TDU belt- 1.75" plastic buckle 200 $ f �'�' $ 600 -�"' Style 59552 orequal Color: Black Manufacturer or equal: 62 Blackhawk rigger belt 200 $ 6 1 0 ,7,4 $ S le 41 C000 size up tp 34" S le 41 C000 size up to 41 " Stvle 41 CQ02 size 41 -51 " Manufacturer orequal 63 Nameplate- Engraved 13 $ x 12 $ 1 0LI ° - Black block letter 1 Initial last name Color: Gold Manufacturer orequal 64 Women's cross -over tie 18 $ Lj 5 $ _ Color: Black Manufacturer orequal 5 Am u 65 Men's tie 61 $ 1 $ `� Ll -✓' Color: Black Manufacturer orequal 5 Ao 66 Windbreaker (Embroider full back 64 $ - reflective strip on sleeve and Around jacket 2 % inches Color: Na Manufacturer or equal - L1 67 5.11 Tactical pro-pants female 75 $ $ xru Manufacturer or equal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 9 of 29 Item Description Estimated Qty Unit Price Total 68 Tactical professional polo male or female 900 $ >77 $ Manufacturer orequal 11 69 Men's short sleeve poly/cotton paramedic 400 $ o $3 Size: 38 and u Color: Na Manufacturer Pro -tuff ore ua � BUFF 70 Dress pants 75% of 25 %wool men 170 $ rn -��v $ 50 Dress pants 75% of 25 %wool female 30 $ ' 5 - $ 5 �' Color: Dark Na Manufacturer orequal 71 Dress pants 75 %pol 25 %wool men 40 $ W5 '�� $ , Dress pants 75% of 25 %wool female 10 $ - $ Color: Black Manufacturer or equal dk 4� --? Vlyl t t 72 5.11 Tactical Pro- pants (Male) 900 $ 5 ° $ © O- 73 Dress pants gabardine or polyester 45 $ 17 ° - $ Color: Black Manufacturer orequal \ 1 0 At vANkk kA5 74 Short sleeve public safety shirt female 50 $ , $ Poly/cotton L /sleeve Color: White Manufacturer or equal atAG ffiPA-k- 1 bb 75 Poly s /sleeve w/zipper public safety shirt 5 $ 2 L''� $ Sew on Miami Beach fire dept. patch on sleeves Color: White Manufacturer orequal 76 Poly / gab long sleeve w /zi per public safet 20 $ Men Sew on Miami Beach fire dept. patch on Sleeves Color: White Manufacturer orequal PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 10 of 29 Item Description Estimated Qty Unit Price Total Short sleeve public safety shirt (MEN) 77 poly /cotton 105 $ C " ? $ l Do Size: S -XL $ - Size:2XL $ Size:3XL $ Q� long tail $ "- Color: white Manufacturer orequal :NEA - '5 vA& \- 5 Long sleeve public safety shirt poly /cotton 78 (men) 105 105 $ G $ 10 Size:S -XL $ - Size:2XL $ �' Size:3XL $ = ^� Long tails ►� Color White Manufacturer orequal �ACC . Svc X\- Grand Total Group 11 $ 3i aL CA2 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 11 of 29 Item Description Estimated Qty Unit Price Total GROUP III. BUILDING DEPARTMENT COMPANY NAME: CY W I C A M ; y'� C. N_W lV ' 6A MV \!n( E Jf44A w Item Description Estimated Qty Unit Price Total 79 5.11 Tactical series 100% cotton s /sleeve 188 $ $ _ 9 0 3 5W o� Polo shirt orequal Style# 41060 S -XL $ 50 2XL $ ° 3XL $ 0 ' Lonq tail Color: white, Black Manufacturer orequal 80 5.11 Tactical series 100% cotton Usleeve 100 $ _ c $ 3 Polo shirt orequal style # 42056 S -XL $ 2XL $ 3XL $ b Color: White, Black Manufacturer orequal 81 Vertx 100% polyester action dress polo sh 27 $ dQ $ IA, Q' Style # VTX400WH S -XL $ 3 2XL $ 4 0 3XL $ -w Color: White Manufacturer or equal \ r -- i 10 Cargo pants 65 %poly /35 %cotton style # 82 UD49303 6 $ 1 ° $ u!L Color: Tan Manufacturer flying cross or equal Edward dress male plain front pant 100% 83 1 microfiber 6 Style 2674 Color: Tan Manufacturer orequal 84 1 '/2 belt with silver buckle 45 $- Manufacturer orequal ) v Y\ PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 12 of 29 Item Description Estimated Qty Unit Price Total 85 Heavy winter jacket 45 $ 95 $ 3 ' Color: Na Style # 475RSC3M Manufacturer or equal NvLAC�- 5 vy�Ax- IN 5 86 5.11 Tactical series 100% cotton s /sleeve 4 Polo shirt female Size: S -XL Color: White Style # 41060 Manufacturer or equal 41060 87 5.11 Tactical series 100% cotton I /sleeve 4 $ 7 )-3 Lj' $ Polo shirt (female) Size: S -XL Color: White Style # 42056 Manufacturer or equal 88 jVertX 100% polyester action polo shirt 4 $ 5 a $ ! (female) Size : Color: Manufacturer orequal 5,\\ (0 kjG a 89 VertX 100% cotton cargo pants Female 12 $ $ L4 0 $ Size: Color: Na Style # VTX105 Manufacturer orequal el 5 90 1 '/z belt with silver buckle 2 $ 1 rj $ `- Color: Black style # 6582 — Manufacturer or equal 91 Heavy winter Jacket 2 $ 5 $ no Color: Na Style # 59131 Manufacturer orequal - W\ At PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 13 of 29 Item Description Estimated Qty Unit Price Total 92 T- Shirt 72 $ ` $ Color: Black Manufacturer orequal 93 Cotton 1 % s /sleeve polo shirt 3 $ "Q $ Cu Size 3X -tall Color: White Style K449 Port authori Manufacturer orequal 94 Cotton 100% USleeve polo shirt 3 Size 3X -Tall Color: white Style # K320 Manufacturer orequal 95 Edwards male pleated front pant 6 $' $ Color: Black Style# 2674 Manufacturer orequal Grand Total Group III $ - 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 14 of 29 Item Description Estimated Qty I Unit Price Total GROUP IV. PARKING DEPARTMENT (INCLUDING ENFORMENT COMPANY NAME: Mom ( Wx UVcC wxcr b6 Mk Uv1 t(zo944 u) Item Descri ton Estimated Qty Unit price Total 96 Flat front works shorts S -XL 85 $ / S $ 1,06 - Size: 2XL $ Size: 3XL $ - Color: Manufacturer Dickies orequal 97 Industrial Caro ants 75 $ �S" $ �u Size: 30-40 Color: Navy Blue Manufacturer Dickies Industrial or equal i) K. A 91 98 T -Shirt w /pocket light steel S -XL 65 $ 7 ao $�` Size: 2XL Size: 3XL Color: White, Navy, Green Manufacturer Hanes Beefy orequal S I~Ly"" - 99 L /sleeve shirt w/ pocket S -XL 75 $ T $ Size: 2XL Size: 3XL Color: White Manufacturer port & company style PC61 LSP or equal 100 S /sleeve industrial work shirt S -XL 80 $ $ '- Size: 2XL Size: 3XL Color: Manufacturer corner stone # SP24 101 Industrial cotton flat front pants 85 $ Z $ 5 p Size 30 -48 Color: Navy— Manufacturer Dickies LP310KH or equal' 9 102 Industrial cotton flat front pants 85 $ $ Size: 30 -48 Color: Na Manufacturer Dickies LP310DN orequal VIg- f''" -Ir'Q PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 15 of 29 Item Description Estimated Qty Unit Price Total 103 Industrial cotton flat front pants 50 $ r J c"'- $ T50 Size: 30-48 Color: Na Manufacturer Dickies LP810KH orequal 104 Industrial cotton flat front ants 75 $ a o $ 1�5 Uy" Size: 30 -48 Color: Na Manufacturer Dickies LP810OG orequal c Jai' 5 (r 105 Industrial flat front pant LP81 O 45 $ 00 $ 5 U'' Size: 30-48 Color: Na Manufacturer Dickies LPLP81ONV or equal p 106 S /sleeve easy care shirt S508 65 $ 1 V D $ Size: S -XL Color: Multi- colors Manufacturer port authority orequal 107 S /Sleeve value poplin shirt S633 45 $ 00 $ 5 V EJ— Size: S -XL Color: Multi - Colors Manufacturer Port authority orequal 108 Mocean Patrol shorts 50 $ Size: M -XL Color: Na Manufacturer or equal 109 Caps 6210 45 $ 00 $ ' Color: Na Manufacturer orequal VA 110 5.11 pants 35 $ Q0- Color: Bimini blue Size: 30 -48 Manufacturer or equal ��\V-,, PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 16 of 29 Item Description Estimated Qty Unit Price Total 111 5.11 shorts 35 $ 5 $ Color: Bimini blue Size: 30 -48 Manufacturer orequal t' I 1 G, 112 Polyester pants 45 $ Color: Na Size: 34 -48 Manufacturer orequal VVO GA-C� WI - 113 Polo T -shirt 50 $ i 3 c `�' $ 5U0 Color: Multi- colors Size: S -XL Size: 2XL Size: 3XL Size: 4XL Manufacturer orequal Iry 114 Jackets 526MNV 25 $ $ V Color: Na Size: S -XL Size: 2XL Manufacturer or equal Libe GRAND TOTAL GROUP IV O 0 BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN THIS GROUP O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U') o 0 0 0 0 O O o 0 o cn X 0 0 0 0 o O O O o O O O d o 0 00 0 0 0 0 0 0 0 rl- r- 0 0 0 0 0 0 0 0 0 0 0 0 M O— O d• N U') O O 0 00 O P- N CD O 00 In O O O O O O V- O CD O C Cn d' O O N O 0 00 I` m O O rn cM rn cM N M M 6 64 CY) y} C-4 64 69 64 Ef? 64 64 6<T d 6 64 64 64 64 cli C\f 64 O H 0 0 0 0 0 0 CD 0 0 0 0 0 0 0 0 0 O O O O O O O O O O LO 0 0 0 0 0 O O O O Cl t!7 U') O O O 0 0 O O O O O O O d 00 CD 00 06 O N m m m m m M M m m �t U') CD CD O N O N M C7 V N M M I d' M M � v- N I N �� M N N N N N N N N N N CO 64 64 64 64 64 64 64 69. EFT 64 64 W. 64 64 64 64 W 69 64 69 64 64 EFT a c CJ d m�U O CD O N O O K lf) U') 0 LO O O O O 0 m 0U') m r` O In LC) 7 00 co Cp r 11� lf� ' M "t CD T O m 00 CO r` � O O O CD CD 0 0 C) N W J J 2 > a X X X v n _ a n_ E C � ,� ,�-' '�' +�' '�'' . C `= +__-' �' +L•,, '�'' 'C L N O c9 cv v o 3 '3 v 3 3 3 . CL — �' L o (n Q ca ` c C _ c/) - � cn J v o 3 3 V v ° v = N v' o= cn co r u' (D N c c o o c c m _a °° ° U) cn C j U J iA cn J J o o �°, 0 0 U Co L C C `� _ j ° ° ° ° ° ° ° ° ° ° ° ° O ° ° ° O ° °- c/) 3 v v cv a C- a ° a d Q a a Q. a °- n a n. ° n n a) v v v a) v 0) v M m _� cu � —°° o (D m ac) cu a co aci m J aci m aa)i co a a CU m m a f— f— J lC) C. In J J J J X J J J J N M ct U) C) r` 00 CA O N M It M CD r— co O O r N M d• Ln CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . . . . . . . . . . . . . . . . . . . � 0 0 0 0 0 0 o 0 0 ui ui ui o LO ui 0 0 0 U') U) 0 0 U') o ui o L6 6 0 6 L6 O O O I-- i-- N O N I U0 U0 O N 1- U0 0 N 0 I-- ` M O U0 N U7 N M CO c' O U7 O U) U0 Itt Cn N (f) M M M U0 N O N M T O T T 00 N N 6R T N 1-: N r N M N CO (O 69 CO CO 69 to 69 00 69 69 69 9 U9. 6 69 69- 69 6F? 69 69 69 ER 691 to 69 tA 0 0 C C) 0 0 0 O C) 0 o 0 O 0 O o o o o O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O M CO O M T 1- o I-- M (O O U T U0 0 CO 1` N M N I` ti 00 U6 U7 N N 'rr T N N N 69 M N C) M M 00 0) Eg M CO T N 69- 69 69 r' 69 69 69 69 69 69 693 6% 69 (& 6F? 6F} 69 69 69 69 64 (& ER 64 O O O to U) LO U0 U) U0 0 0 O U) U) U0 U0 U) O 0 U7 u0 O U0 � O O O ti ti ti t` t` O I` I- fl- ti I- O I- T T 110 T ((J T T T T T T T O , T VJ N N 0 2 U �+ = N 0 O O CL O d d N - N - Y ±. tp O = G > E2 OT o \° O O O p c L H U O O O O O O O C C C C m O O tG L CU O U Q� C C N CT N O OC O O tJ' d m - s cn 0) 'C O -' �O Y C� O O c OU a c ° c m n° .c L 2) a) o o L cn >, >, "U o L o 0 0 a J Y CD 2 ti �_ o E Y E °' U� c N U� U) (n L L L L L O L f� L U � L O E O T C = V N� to O O C U U U U U= U C N U C U C >+ O s N O C: a O N CO (� (0 CO v) (9 m O N �_ (0 C6 (0 C U Cn Cn x O O N J J (n m m m m m Q m 0 2 m W m U) (n D k E-- O� H F- UJ i O 2 O - U) L 00 CA O T N M U7 (o r 00 Q) O T N M It U0 (fl 00 (A O N N M M M M M M M M M M 't `� �I N �t IT �i U7 LO 0 0 O O o 0 o o o o o o o o o 00 O o O 00 O O LO 00 0 0000 0 LO O o o O O o . . . . . . . . . . 0 0 Ln O N o 4 0 0 0 O 4Y 1- �t O 6 o O 0 0 co M M ti Nt ti N 0 0 0 O O 00 fl- Nt f� Cf) O CC') U') Co T- O M fl r CD - CD CD O . 69 N N �i CD CD CO M N 69 Cn N V E9 6H N N L M fl 1 6R 69. 64 Q9- Eg 6% N M 69 69 69 69 O O O O O 0000000000 O O O O O cc O O to 0 0 0 0 0 0 0 Uf) Cn O O U? O O O cD O ti ti m ti M LO W M O O� d' 0 co co d' U') lc) co co r e- 69 y} N N 6 69 69- M co N co ch Itt ER 6A 6FJ U9- 6R E!3 b4 69 6R 6F} 69 6R 6% H9 609- U') M LO O In O co 0 0 o O M 00 V) 0 O O ° to .- U .- U') — I- M O 0 0 CD CD fl- O O II- co N N N U O 0 cu C 21 - � c O O >, O — CO O O O o cn 3 0 0 ? E E o 3 3 CL _ �— n uO Li : a) o U o 0 x CD 3 In o r` a) a) N o >, Lo 0 ° c N ti c 3 '_ a) m 2 a m ca m M ° c > a c a) ca. ° a c > �' c � n a`) 0) o ° E 0 a o 0 0 a) cv ch m a - m c U) w Q U) a) LO LO a) U p ° a) c ca = in a) W o a) ti m �' o IL v . U a) .` a) o c w o b N c p v� p _ cn a) ccu _a - cu cu cu CO � N s U c a v c a; O O a) w c cu (n a) a. n. a) U) a) O m cn 0 U L a m n a) a) !n > cn to O N U O U L 2 Y a) N O F-- U (n E cn N c o a) o c E m c 0 E >, .c N a) U E E c :_ c� c c� <n c v) ca a) O °0 a) cu ° � ` p - a' Lo : o �o m 2 a ca C 1 3 : 0 a) E o 2 w E E o cn d, a 'S U N C1 N Of M 0� m Z �� o� Q) c- lo E o N M I- co Cn O , N M ci U') CD I` c0 cn O U') LO l() to In U') CD CD CD CD CD CO CO CD CD (D !� C- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 o L6 00 0 6 L6 O LO Q r O N N O r LO O t1 O LO 1- N co It ►` 00 r r L() r M N M N O r r (D 00 �- CA N N U') M EJ3 69 E14 69 C H} NEH 69 EF} 69 M 69 69 69 eel V1. O O O O O O O O O O O O O O O O O O O O O O O O O Lq O O O O O O U') LO M 00 N It O O N 00 N L6 00 6 U6 6 It Nt M r N N N N N N M M r N T 00 69 69- 69 69 69 69 69 Eg 699 69 69 64 6H 69 69 69 M 7 O 0 is O It t� LO O O 0 00 O N O CD �� 'C O = N � A (9 C C C ° ° O 3 3 C° cn n (n (n (n U U c U o 0 0 �' a �' �` o - .- C, L17 V) (n ° a� n ° Y cu Cf) n a � n U a ai (n a o 0 -0 ° n c c >. o �° > L) LO V) a co a 3 a vi vi o Ln E N m r� ti rn ° a> n n L CD U C C U C > O O > C > C U U c O "' N o �= c 0 3 c cu co U cv N t .p co N O U p U p O O p ° 0 0 ,_ a a a) m a N � N m N o U) o r @> M> r Q ° - 2 0 V _ _ M c,= O U) (1) ~ cn N � ,� .v Z � O P N U O *k r N C N r T p > >+ O W >� > � N r N r O d 3 � W N r' L O L O (0 O L O O O r `- O c9 p cu \_ O E D y - L1 j in n U) d U) a_ n (n n n L1 j cn u > a U W n E r N co LO (0 fl- 00 O O r N M� LO 1l- ti r- P- I` 1` � 11- 00 Co 00 co 00 00 C) o O O o00000 000 LO CD o0000000oO 0 0 0 0 0 0 0 0 0 0 °o Uq 0 0 1- 0 LO LO 0 0 0 0 0 0 0 0 4 N U7 00 O O 00 O (D O q N O U) ti O ti ti O U7 U7 U7 0 0 to O r M 1-- O M ti 00 (D (D U) Ln co U) U') LO It I' 1• U7 N h 1.- d' U') N U) d 69 V N 69 64 r 00 O M 1 1 , (D (D r r 1` r O O U) t- N M 69' 6r� 69 69 69. W. 69 r r ( 69 69 t- l'� 69 69 69 69 r 69 69 69 69 69 An O O O O 0 0 0 0 0 0 O O O Il- O 0 0 0 0 0 0 0 0 0 0 LO O O O O O O O O O U7 0 0 1l_ 0 U) U) 0 0 0 0 0 0 0 0 00 M In 4 U7 U7 4 O N U7 N m i-_ 00 00 m M U7 N U7 LC) O N M M M r 00 69 N N N e - r 69 69 69 r r r r r r r M 69 r 69 69 69 69 69 69 69 64 Ef} 69 69 69 69 69 69 69 6% ea 69 69 IZ 3 O C9 m d '• N N N N M M Cp O U7 U7 LO LO O U7 LO O U7 LO LO U7 O U7 U) r O ti (D 1` co 00 00 U7 ti r- CD 'Tr U7 't M . C c0 , V O C C O J M O O N .0 ccu X cn O O M U U C C N D J J ( N O O U) O d L O C X O U) 0 o U O O O O x N U 0. d Q Q a U) O O (0 Y O d C� Y C C C C C L O O L U O 0) cn O N (` O O O O C N cn U N •J v •' ' p C L U 3 C1 C v N cn C Y > a) M = cu m O (II (0 t4 CO ,, p O C C >, 0 j U v CD Q U a w a .� ti C n N v = O 0) U O v C C C C O (Oj iZ N U U o to o N O c6 0 0 O O O O N (6 co �. o 0 3 c o o E 3 U a N C U U U U v > a o U p U o 0 3 r r cn c cu 3 v v (d co m m v v c N c I N > > r r v v C C 2 --� t' > m « . i a) v CO d N v CU �' L O O (6 y- (n L N v N N O N N v N v N_ r` r — L Q) N C O O- -0 ) J 0 7 0 _0 "0 - 0 W O N �- Lo � L6 => cn > LL r 2 h U U W LL 1 J U) X c C C C C U) c!) U U) O r N M rh Lf� (D f� 00 O O (D 1- l o 1 0) I CD r l c , 4 I c) I't LC) (D 00 rn 0 0 0 0 0 0 0 0 0 0 00 co 00 00 (n (A 0 0 0 0) O O O (A r r r r r r r r r r r O O O O N C 0 LO O 00 lO O M O O O O O O O O N co O OD LO r r C'7 69 6s EF} 6f3 , IL O 0 J H tO tO O lO 0 m LO N Q Z 9 U) Z c 2 U) a O O N CLn LO _ ' i U) C/) Cl) F- —a) r U O O r N CO � r r r r r r r r PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS o ' BID PROPOSAL FORM Page 17 of 29 Item Description Estimated Qty Unit Price Total GROUP V. CODE COMPLIANC - - - COMPANY NAME: ` - — — Estimated Item Description Quantities Unit Price Total 115 Polo Shirt 511 Tactical Gear US (Men) 274 $ - $ Q U 0 Size: S -XL $ Size: 2XL $ /1� - Size: 3XL $ r1 - Color: Dark Navy and White Manufacturer or equal Polo shirt 511 Tactical Gear S/S (Women) 116 S -XL 274 $ 17 65 - $ f(7 =00 Size 2XL Size 3XL Manufacturer or equal 117 V -Tex S/S shirt (Women) S -XL 274 $ $ Size 2XL Size 3XL Color: Navy Blue and White Manufacturer or equal 118 V -Tex short sleeve shirt (Men) S -XL 274 $ $ 7 Size 2XL Size 3XL Color: Navy Blue and White Manufacturer or equal 119 Dress shirt, short sleeve (Women) 274 $ - $ Lko Qu Size 2XL Size 3XL Color: white Manufacturer orequal 274 _ 120 Dress shirt S/S with zipper (Women) Size 2XL Size 3XL Color: White Manufacturer or equal 'Z i PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS V BID PROPOSAL FORM Page 18 of 29 Item Description Estimated Qty Unit Price Total 121 Dress shirt S/S sleeve (Men) S -XL 274 Size 2XL Size 3XL Color: White Manufacturer or equal 5 � 122 1 Dress shirt S/S with Zipper (Men) S -XL 274 $ - $ Size 2XL Size 3XL Color: white Manufacturer or equal 123 Jonathan Core US performance S -XL 274 $ $ ' brushed twill shirt (Ladies) Size 2XL Color: Navy and white Manufacturer or equal Edwards with pocket (cut HNO276) S -XL 124 (Ladies) 274 $ Size 2XL Size 3XL Color: White Manufacturer or equal 125 Jonathan Corey US performance 274 $ - $ - Brushed twill shirt (Men) S -XL Size 2XL Size 3XL Color: Navy and White Plain Velcro — Tipped 1 -114" leather belt 126 6530 274 $ - $ I/(9 _ Size 2XL Size 3XL Color. Black Manufacturer or equal 127 Plain 1 '/' Off duty belt 6580 274 $ - $ U u Size 2XL Size 3XL Manufacturer or equal I PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 19 of 29 Item Description Estimated Qty Unit Price Total 128 Men's 511 Pants (74273) MEN Size 274 $ $ k9 Ll J - Color: Navy Manufacturer orequal 129 41 CQ 01 Hawk 274 $ $ - Size 2XL Size 3XL Color: Black Manufacturer orequal 130 Mocean Pant's 274 $ ljo $ jo Color: Police Blue Manufacturer or equal 131 Trouser Poly/Rayon/ Lycra — men Size 274 $ Hy °� $ Color: Navy Manufacturer orequal S •4 132 Trouser Poly /Rayon /Lycra- women size 274 $ $ • Color: Navy Manufacturer or equal 5� 133 Duty Jacket 48102 XS -XL 100 $ NS $ q ,F Color: Navy Size: 2XI Size: 3XL Size: 4XL Manufacturer 511 signature or equal 134 BDU Trousers UD4000 274 $ - $ - Color: Navy Manufacturer or equal 135 Class B- EMT - Matrix series size S -XL 274 $ ,,i" $ - EMT Pants Manufacturer or equal 136 Command Trousers (49350) 274 $ - $ Q - Women Size, Color Navy Manufacturer orequal 137 Command Wear Trousers (49300) .274 $ 1 p 1 - $ A 0 ,14 1 4 Q 0 Men Size, Color: Navy Manufacturer or equal I PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 20 of 29 I Item Description Estimated Qty Unit Price Total 138 Mocean 100% poly patrol shorts 274 $ - $ 52 0 Men or Women, Color: Navy (1063) Manufacturer or equal 139 Command wear shorts (490330) 274 Men or Woman, Color: Manufacturer or equal o? 140 Cargo Shorts 49330WT women size $ $ - Color: Manufacturer or equal 141 Pro -Mesh cap 100 %polyest $ $ - Color: Navy Manufacturer C833 port authority or equal GRAND TOTAL GROUP V BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN THIS GROUP i i i PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 21 of 29 Item Description Estimated Qty Unit Price Total GROUP VI OCEAN RESCUE COMPANY NAME: Item- -- -- - _ Description _ _ .__ ___.._Estimated Qty.. _Unit Price _ . _ Total 142 Life ward micro shield swim trunks 45 $ - $ - Su lex- pocket on right side Velcro - Lo - go on left provide sample Color: Dark Na Size: Manufacturer orequal Outer banks Polo embroidery logo on left 143 chest 36 - Style# CDOB -11/12 or equal Color: White, Navy Blue Size: S -XL Manufacturer or equal r 144 Polo embroidery text Miami Beach Ocean Rescue 1 8 Size: 2XL Color: Manufacturer or equal 145 Polo embroidery 6 - $ - Text: Miami Beach Ocean Rescue Size: Medium Color: Manufacturer or equal GRAND TOTAL GROUP VI 0 BIDDER MUST SUBMIT PRICING FOR ALL ITEMS IN TE1.13 GROUP I PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 22 of 29 Item Descri tion Estimated Qty Unit Price Total GROUP VII SERVICE WORKERS Item Description Estimated Qty Unit Price Total 146 Camp shirt L -XL 10 $ U. w $ 0 12 Color: white, nav, and green Manufacturer orequal 147 Work shirt S /sleeve button down S -XL 162 1 ) .. 0 L 65% of 35 %cotton Size: 2XL Size: 3XL Color: striped gray/blue Manufacturer Red Kap orequal V- A - - Y - D - 0 148 L/ sleeve work shirt S -XL 110 $ Size:2XL Size:3XL Color: Green, Navy and White Manufacturer Red Kap LL508 orequal 149 S /sleeve work shirts S -XL 110 $ $ '{ 0 Size: 2XL Size: 3XL Color: White, Navy and Green Manufacturer orequal 150 Sort L /sleeve S -XL 100 $ 14 . 0 D $ H 00 Size: 2XL Size: 3XL Color: Green, Navy and White Manufacture port authority K50OLS orequal 151 T- Shirt w/ pocket S -XL 100 $ , 50 $ Color: Gre Manufacture Gildan SS G230 orequal I 152 T- shorts SAL 200 $ d� $ Size: 2XL Size: 3XL Color: Navy blue, White, Green Manufacturer Hanes beefy ore ual I i I r i PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 23 of 29 i Item Description Estimated Qty Unit Price Total 153 Polo shirts w /pocket S -XL 100 $ Ow Size: 2XL Size: 3XL Color: White, Navy Blue, Tan, Green 154 Polo cotton pique w/ pocket M -L 122 $ V*-- w Size: 2XL i Size 3XL Color: Black, Navy, Putty, White, Green Manufacturer outerbanks orequal 155 Caro Pants 660 $ w Size:34 -48 Color: Black, CHR Manufacturer dickies orequal I 156 Re ular fit jeans 20 $ ,, - $ DO Size: 30 -48 Color: stone, stwden Manufacturer dickies orequal 157 Double knee work pants 100 $ v $ '� y Size: 32-42 Color: DK Brown Manufacturer dickies 85 -283 orequal 158 Plain pants 100 $ �K, -+� $ °y Size: 30 -36 Color: white, black, navy and Dark Brown Manufacturer dickies 874 orequal 159 Cotton Pleated work pants 50 $ ) �- $ /00 Size: 30 Color: khaki, nav Manufacturer dickies 1868 or equal 25 $ - $ - 160 Work pants 200 $ _ / ' �' $' Size: 29 -32 I Color: brown Manufacturer Rea RCP20 or equal i I ! PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 24 of 29 Item Description Estimated Qty Unit Price Total 161 Utility work pants 50 $' $ sj2L, 0-0 Size:30 -32 Color: Black, cha, Manufacturer Red Cap RCPT62 162 Works pants 65% of /35% cotton 500 $ I ` 5 $ Size: from 32x 32 thru 46x28 Color: Navy blue Manufacturer EWC orequal I Pl 163 Premium painters pants 60 $ rK. Size: 30 -34 Color: White Manufacturer Dickies WP820 orequal 164 Caro Shorts 60 Size: 30 -48 Color: Nav Manufacturer orequal 165 Multiuse pocket works shorts 75 $ 00 $ - Size: 34 -40 Color: Dark Brown Manufacturer Dickies 42 -283 orequal 166 100% cotton shorts 75 $ 0 - 0 $ , `' Size: 33 -38 Color: Brown Manufacturer Red Cao RCPC26 167 Utility work shorts 50 $ L. u- 0 $ Size: 36 Color: White Manufacturer Dickies DX400 or equal r 168 3 Panel low profile twill visor 10 Color: Na Manufacturer OSFA 158 orequal 169 Anvil Twill Hat 40 $ `'- $ G Color: Black, Navy, Khaki White Manufacturer OSFA 176 orequal I I PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 25 of 29 I Item Description Estimated Qty Unit Price Total 170 Mesh flex sandwich cap 5 $ /L`/. $ . Color: Black Manufacturer Nike 333115 orequal 171 Bucket Hat 16 $ `� Color: Navy, Stone, White Manufacturer BX003 orequal 172 Outdoor Hat 29 $ - - $ Color: Navy, Stone, White Manufacturer EOM 101 orequal 173 Challenger Jacket 50 $ . `'- $ ! �o Color: Black, Chestnut, Steel Gre Manufacturer Port Authority J754 orequal 174 Long Skirt 65/35 long length 10 $ ' �-U $ Color: Nav Manufacturer F A-6 i r GRAND TOTAL GROUP VII $ r�l i I I i i PURCHASE AND DELIVERY OF UNIFORMS AND ACCESSORIES FOR VARIOUS CITY DEPARTMENTS BID PROPOSAL FORM Page 26 of 29 i Item Description Estimated Qty Unit Price Total COMPANY NAME: cA Nk T GROUP VIII. 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 attached pages 91 and 9.3. of the City of IVliami Beach Identity Standards Manual. Design Cost: One Time design of City Logo $ One time design cost of official badge $ - Additional lines: $ Embroidery Cost: Cost of Embroidery of the City Logo _ $ Cost of Embroidery of official badge $ Cost of Embroidery full back 3 lines Read Miami Beach Fire Rescue Cost of name tape embroidered on large cloth $ a✓1 Additional lines: $ �D Person's Name, all caps $ Department Name, upper and lower case $ Each additional line $ f} 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 Standards Manual. B. Design Cost: One Time design to City Logo $ One time design cost of official badge $ - Cost for each additional color $ j COST OF SILKSCREENING Cost of Silkscreened single colored Cit Logo $ �r i Cost of Silkscreened official badge n cc ) v2_ $ Cost of Silkscreened full back 2 color ith /flashes 3M reflective link to read Miami Beach fire rescue _ Additional Text person's Name, all caps ( 0 r' Department Name, upper and lower case r r $ 1 o0 SILKSCREENING MUST BE APPROVED BY E CITY PRI TO AWA D OF A CONTRACT C. COST OF SEWING Unit Cost of sewing on emblem $ C)O Unit cost of hemming $ ©o i I i I