LEE COUNTY, FLORIDA PROPOSAL QUOTE FORM FOR THE PURCHASE OF UNIFORMS FOR DOT - TOLLS

Similar documents
REQUEST FOR QUOTATIONS

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR LEE COUNTY DETAR FACILITY

LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR RESTROOM CLEANING FOR TERRY PARK

REQUEST FOR INFORMAL BID

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY

REQUEST FOR PROPOSALS

Glenwood/Bell Street Well Pump and Piping Construction

REQUEST FOR QUALIFICATIONS

MONDAY, SEPTEMBER 20, 3:00 PM

INVITATION TO BID (ITB)

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

City of New Rochelle New York

City of Forest Park Request for Proposals. Secure Access Control Systems

Notice of Request for Proposals

construction plans must be approved for construction by the City PBZ department.

Invitation to Bid UNIFORMS RE-BID

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Notice of Request for Proposals

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Request for Bid #1667 (RFB) CONCRETE SERVICES

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

CITY OF HUTCHINSON BID FORM Page 1 of 2

Uniform (Embroidery/Screening) Request for Proposals RFP#

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

REQUEST FOR FORMAL BID

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

YOUTH APPLICATION (17 & under accompanied by a parent or guardian)

Invitation For Bid. Uniforms IFB U

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

Invitation to Bid BOE. Uniform Purchase

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Charlotte-Mecklenburg Schools. Request for Qualifications

REQUEST FOR FORMAL BID

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

Bids received after the appointed date set for receipt will be returned unopened.

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

BACKFLOW PREVENTER INSTALLATION

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION TO QUOTE & ACKNOWLEDGEMENT

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC)

PROPOSAL LIQUID CALCIUM CHLORIDE

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

BID # EFI H1625 LED Wide Format Printer Fullerton College

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

REQUEST FOR QUOTE ON BARBER/HAIRCUTTING SERVICES FOR COUNTY JAIL

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

Proposal No:

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

2 All Staff Polos ST640 Graphite or Black 40 $ $ $ $ $ $ $ $

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER:

KELTY TAPPY DESIGN, INC.

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

INVITATION TO BID (ITB)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

All companies submitting a bid will be notified in writing of award. We look forward to your bid and appreciate your interest in Gwinnett County.

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

IFB Septic Tank Cleaning Page 1

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Supply and delivery of Uniforms

PURCHASING DEPARTMENT

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

State of Florida Department of Transportation

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Transcription:

INFORMAL BID NO.: IFB130362 LEE COUNTY, FLORIDA PROPOSAL QUOTE FORM FOR THE PURCHASE OF UNIFORMS FOR DOT - TOLLS DATE SUBMITTED: VENDOR NAME: TO: The Board of Cotmty Commissioners Lee County Fort Myers, Florida Having carefully examined the "General Conditions", and the "Detailed Specifications", all of which are contained herein, the UndeI~igned proposes to furnish the following which meet these specificaflons: NOTE REQUIREMENT: IT IS THE SOLE RESPONSIBILITY OF THE VENDOR TO CHECK LEE COUNTY PROCUREMENT MANAGEMENT WEB SITE FOR ~NY PROJECT ADDENDA ISSUED FOR THIS PROJECT. THE COUNTY WILL POST AD ~ ~DA TO THIS WEB PAGE, BUT WILL NOT NOTIFY. The undersigned acknowledges receipt of Addenda numbers: GRAND TOTAL (ITEMS 1 THRU 24 - INCLUDING SET UP CHARGES): NOTE: THE STYLE NUMBERS GIVEN BELOW ARE ACCURATE TO THE BEST OF THE COUNTY S KNOWLEDGE. IF THE STYLE NUMBER GIVEN HAS BEEN DISCONTINUED; PLEASE QUOTE THE DIRECT REPLACEMENT AND NOTATE SAME 1N THE SPACE PROVIDED. THIS IS NOT A MODIFICATION; THEREFORE, DO NOT MARK THIS UNDER THE "MODWICATIONS" AREA. REQUIRED PRODUCTS/PRICING Vendors shall include in their prices the cost of embroidery for all items. See pages 21-23, rifled Detailed Item(s) Specification for details on colors and embroidely placement. No Equals to the Red Kap brand garments listed will be accepted or considered. kwiktag 113 501 315

INFORMAL BID NO.: IFB130362 (1) PORT AUTHORITY SILK TOUCH POLO Manufacturer/Style # K500 or Approved Equal PRICE EA. 4XL $ /7 6XL $ // (2) PORT AUTHORITY K500P SILK TOUCH POLO WITH POCKET Manufacturer/Style # K500P or Approved Equal PRICE EA. XS -XL 2XL 3XL 4XL I (.o7~",, I ~"~- 1~7~-. /, 5XL 6XL (3) GILDAN LONG SLEEVE COTTON SHIRT Manufacturer/Style # G340 or Approved Equal S-XL 2XL PRICE EA. * i Z ~/,.,.:t~,/~/,~,,,/ s / -/ ~"/"-~." ~"~X

INFORMAL BID NO.: IFB 130362 (4) EDWARDS OXFORD LONG SLEEVE MEN S SHIRT Manufacturer/Style # 1077 or Approve d Equal PRICE EA. S-XL 2XL 3XL l q " " ZO s o,,,, EDWARDS OXFORD LONG SLEEVE MEN S SmRT-STRIPE Manufacturer/Style # 1077 or Approve d Equal S-XL PRICE EA. 2XL 3XL s ZZ- 7 / (6) EDWARDS OXFORD SHORT SLEEVE MEN S SH/RT Manufacturer/Style # 1027 or Approve d Equal S-XL 2XL 3XL PRICE EA. (7) EDWARDS OXFORD SHORTSLEEVE MEN S SHIRT-STRIPE Mmmfacturer/Style # 1027 or ADorove d Equal S-XL 2XL 3XL PRICE EA. s ~0 Y I0

INFORMAL BID NO,: WB130362 (8) RED KAP MEN S INDUSTRIAL LONG SLEEVE WORK SHIRT Manufacturer/Style # SP14 RED KAP ONLY S-XL 2XL 3XL 4XL PRICE EA. (9) REt) K-AP VEWORI~SI:HRT- STRtPE Manufacturer/Style # SP24 RED KAP ONLY S-XL 2XL 3XL 4XL PRICE EA. ( 2 eo I~ 8o,,,,,,,,, (10) DEVON & JONES MEN S PIMA PIQUE SHORT SHIRT POLO Manufacturer/Style # D100 or Approved Equal PRICE EA. xs-x~ ~ IS 7~ ~ ~, ~ =x~ s / 7 7~" 3XL $ /~ 7if",,,. 1,,, ll

INFORMAL BID NO.: IFB130362 (11) PORT AUTHORITY LADIES SILK TOUCH POLO Manufacturer/Style # LS00 or Approved Equal XS-XL $ 2XL $ 3XL $ 17,PRICE EA. /! // /I ( 12 )-~EDWAt~I~oO:~2~O Rt~W~SHORTSI:~EVESH/RT Manufacturer/Style # 5027 or Approved Equal PRICE EA. xs-x~, / (o7~ zu, _~, (13) EDWARDS OXFORD WOMEN S SHORT SLEEVE SH]RT-STRIPE Manufacturer/Style # 5027 or Approved Equal XS -XL 2XL 3XL PRICE EA. ZO so,,,, (14) EDWARDS OXFORD WOMEN S LONG SLEEVE SHIRT Manufacturer/Style # 5077 or Approved Equal PRICE EA. 12

(15) EDWARDS OXFORD WOMEN S LONG SLEEVE SHIRT -STRIPE Manufacturer/Style 77 5077 or Approved Equal PRICE EA. INFORMAL BID NO.: IFB130362 ~ ~ I q~,,,,, 3xt ~ ~ O q " / (16) DEVON & JONES LADIES PIMA PIQUE SHORT SLEEVE Y-COLLAR POLO Manufacturer/Style # D100W or Approved Equal PRICE EA, s-x~ ~ / 5-7~" ~l,z~,..~. ~ ~! 7 7~-,, (17) AUBORN 201 LINED COACH JACKET Manufacturer/Style # 201 or Aaaroved Equal PRICE EA. s-:~ ~ I ~Y.-~~--. (18) PORT AUTHORITY CHALLENGER JACKET Manufacturer/Style # J754 or Approved Equal PRICE EA. s-~ s ~3 ~XL ~ 3~q~ 4XL $ 37~ // 13

INFORMAL BID NO.: IFB130362 (19) JERZEES SWEAT SHIRT (NO HOOD) Manufacturer/Style # 562M or Approved Equal S~ES PRICE EA. (20) JERZEES 8 oz. NUBLEND 50/50 FULL-ZIP HOODED SWEATSHIRT M a~ufaetu:re~styte4~9"3~d~a~p~n~ PRICE EA. (21) CHAMPION BRUSHED TWILL ATHLETIC VISOR, VELCRO CLOSURE Manufacturer/Style # C7000 or Approved Equal PRICE EA. ONE SIZE FITS ALL $ ~-~ ~"~/~ ~/~" (22) ZKAPZ CAP WITH SANDWICH BILL Manufacturer/Style # ZK213 or Approved Equal PRICE EA. ONE SIZE FITS ALL $ T ~ ~ /~ //~ O~" 14

INFORMAL BID NO.: IFB 130362 (23) YUPOONG CUFFED KNIT HAT Manufacturer/Style # 1501 or Approved Equal ONE SIZE PRICE EA. (24) ONE TIME SET UP CHARGES $ GRAND TOTAL (ITEMS 1 THRU 24 - INCLUDING SET UP CHARGES): TO BE (DELIVERED/COMPLETED/STARTED) WITHIN AFTER RECEIPT OF AWARD AND PURCHASE ORDER. CALENDAR DAYS Quoters should carefully read all the terms and conditions of the specifications. Any representation of deviation or modification to the quote may be grounds to reject the quote. Are there any modifications to the quote or specifications? Yes No w "~ Failure to clearly identify any modifications in the space below or on a separate page nmy be grounds for the quoter being declared nouresponsive or to have the award of the quote rescinded by the County. MODIFICATIONS: Quoter shall subntit his/her quote on the County s Proposal Quote Form, including the fn-m name rind authorized signature. Any blank spaces on the Proposal Quote Form, qualifying notes or exceptions, counter offers, lack of required submittals, or signatures, on Cotmty s Form may result in the Quoter/Quote being declared non-responsive by the County. 15

LNFORMAL BID NO.: LFB130362 ANTI-COLLUSION STATEMENT THE BELOW SIGNED BIDDER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED BID WITH OTHER BIDDERS AND HAS NOT COLLUDED WITH ANY OTHER BIDDER Ol~ PARTIES TO A BID WHATSOEVER. NOTE I NO PREMIUMS, REBATES OR GRATUITIF, S TO ANY EMPLOYEE OR AGENT ARE PERMITTED EITHER WITH~ PRIOR TO, OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN THE CANCELLATION AND/OR RETURN OF MATERIALS (AS APPLICABLE). FIRM NAME: -7-b F BY (Printed): BY (Signature): TITLE: 9 7/- Y o FAXNO.: Z 3 ~- ~/S--- 9 Z ~ o CELLULAR PHONE PAGER NO.: 776 DUNS#: /A~/, # LEE COUNTY LOCAL BUSINESS TAX ACCOUNT NUMBER: o ~,o 5-5-~ / ADDRESS " DISADVANTAGED BUSINESS ENTERPRISE (DBE): 16

LEE COUNTY, FLORIDA DETAILED SPECIFICATIONS FOR THE PURCHASE OF UNIFORMS FOR DOT -TOLLS INFORMAL BID NO.: IFB130362 SCOPE 17ae intent of this specification is to provide for the purchase of uniforms for DOT Tolls on an annual bas~s. ESTIMATED EXPENDITURE DOT Toils estimates that it ~ expend approximately $12,000 on these items on an annual basis. This amount is given for vendor s infomaation only and no minimum quantity is guaranteed. DOT Toils will purchase items on an as needed basis throughout the year. BASIS OF AWARD The basis of award for this quote will be the overall low quoter (grand total) meeting specifications. Vendors must quote on all items (1-24) in order to be considered for award. Lee Cotmty reserves the ri.ght, at the Pro-chasing Dh ector s discretion, not to a~vard certain items listed. If the awarded vender is unable to perform with the terms and conditions of the quote, DOT Toils reserves the right to purchase from the second lowest bidder. TERM OF QUOTE If awarded, the terms of this solicitation shall be in effect for one year. The County reserves the right to renew this bid (or any potion thereof) and to negotiate lower pricing as a coudition for each renewal, for up to four additional one-year periods, upon mutual agreement of both parties and, except as to lower pricing, under the same terms and conditions. EMBROIDERY LOGO: SHIRTS, HATS, AND JACKETS TO BE EMBROIDERED WITH LEE WAY LOGO, WITH TOLL FACILITIES UNDERNEATH. NOT TO EXCEED FIVE COLOR PROCESS. The cost of all embroidery shall be included in the cost of the individual items. On the price form, indicate the one-time cost for the logo embroidery set-ups, if applicable. At the conclusion of this quote Lee County shall retain ownership of the embroidery tapes. *NOTE - THE AWARDED VENDOR WILL BE RESPONSIBLE FOR PROVIDING A SAMPLE SEW OUT FOR LEE COUNTY TRANSIT APPROVAL PRIOR TO ANY WORK BEING DONE UNDER THIS QUOTATION. 17

INFORMAL BID NO.: 1YB130362 DELIVERY REQUIREMENTS All quoted prices shall include inside delivery. Items are to be delivered F.O.B., Lee County, Florida, to the following locations: Midpoint Memorial Toll Facihty, 1930 SE 23 ra Terrace, Cape Coral, Fl 33990 - Cape Coral Toll Facility, 10100 College Pkwy, Ft Myers, F1 33919 Sanibel Toll Facility, 18700 McGregor Blvd, Ft Myers, F133908 Lee Way, 1366 Colonial Blvd, Ft Myers, F133907 Deliver~ shall be made during administration hours Monday - Friday, 8:00 am - 3:00 pm Maximum 14 calendar days from date of order for all items. THERE SHALL BE NO MINIMUM AMOUNT REQUIRED FOR DELIVERY. The awarded vendor will call 24-48 hours prior to delivery and make an appointment with the designated contact at each facility to ensure someone will be available. DESIGNATED CONTACT The awarded vendor shall appoint a person or persons to act as a primary contact with Lee County DOT Toll Facilities. This person or backup shall be readily available during normal work hours by phone or in perso~, and shall be knowledgeable of the terms and procedures involved. BACKORDERS Backorders and special order items should be delivered per the limeffame agreed upon by the vendor with the department upon placement and acceptance of the special order. The awarded vendor shall notify Lee County DOT Toll Facilities in a timely manner when an item is out of stock. Should this agreed upon tlmeframe not be met, the department may caned the order without penalty and acquire the item(s) elsewhere. DISCONTINUED ITEMS Lee County must approve iten~s for any discontinued items. If an acceptable item cannot be supplied, Lee County shall have the right to purchase that item elsewhere. Vendor shall notify Lee County wlien items have been discontinued. SUBSTITUTION It is generally required that ordered items not be substituted. In cases where a product or brand is discontinued, or not readily available, limited substitutions may be allowed if prior written approval is given by Lee County. Lee County shall be the sole jndge as to whether a product being offered by the quoter is actually equivalent to the one being specified by the detailed specifications. WARRANTY/GUARANTEE All materials and/or services furnished under this quote shall be warranted by the vendor to be free from defects and fit for the intended use. Returns due to the vendor s error in providing accurate items shall be at the vendor s expense. 18

INFORMAL BID NO.: IFB130362 BRAND & STYLE CHANGES Lee County may, at its sole discretion, add or delete brands and styles at any time throughout the term of this quote as long as the new or deleted brands and styles are of a similar nature and the total changes do not increase or decrease the original number of items by more than 25% up or down. In the case of this quote which has an original list of 23 items; as many as 6 items may be added and as many as 6 items may be deleted. Should Lee County, at its sole discretion, add new items; they will be based on a mutually agreed price, to be negotiated between the vendor and an authorized Lee County representative. PRICE INCREASES/DECREASES After the first year, if the awm ded vendor experiences a major price increase fi om suppliers for items in this quotation, the vendor may submit a written request to increase pricing. All information necessary to review and analyze the request must be submitted to Lee County Procurement. Lee County shall have the right to grant the price increase, or re-qunte, at the County s sole discretion. Awin~easewchict~re~Division-ofProc~erminewis~exzcegsive, regardless of any documentation supplied by the vendor, may be cause for cancellation of the contract by the Division of Procurement. However, "across the hoard" prlee decreases are subject to implementation at any time and shall be immediately conveyed to the County. REGULAR DEALER Quotes will be considered only from firms that qualify as a "regular dealer". "Regular dealer" means a firm that owns, operates, or maintajms a store, warehouse, or other establishment in which the products required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of bnsiness. To be a regular dealer, the fi~xn must engage in, as its principal business and in its own name, the purchase and sale of the products in question. SUB-CONTRACTORS The use of sub-contractors under this quote is not allowed without prior written authorization from the County representative. INSURANCE Insurance shall be provided, per the attached insurance guide. Upon request, an insurance certificate complying with the attached guide may be required prior to award. AFFIDAVIT CERTIFICATION IMMIGRATION LAWS The attached document, Affidavit Certification Immigration Laws, is required and should be submitted with your solicitation package. It must be signed and notarized. Failure to inchide this affidavit with your response will delay the consideration and review of your submission; and could result in your response being disqualified. i9

INFORMAL BID NO.: IFB130362 AUTHORITY TO PIGGYBACK It is hereby urade a precondition of any quote and a part of these specifications that the submission of any quote in response to this request constitutes a quote made under the same conditions, for the same price, and for the same effective period as this quote, to a~y other governmental entity. COUNTY RESERVES THE RIGHT The County reserves the right to review a random sample of uniforms furnished at any time. Any problems or deviations from the specifications shall be corrected within 10 calendar days. Futm e inability to meet the specifications will be considered default, and will be cause for canceling the total award. REQUESTS FOR APPROVED EQUALS The brands listed on the Proposal Quote Foma are the only brands which will be acceptable under this quotation; unless an acceptable approved equal is quoted. Requests-forapproved~lwatswcitkbe-considered~y L~e42~urayONLYhfthey-ar~ree~on the form included in this package for this propose and by the deadline of: May ~ 2~)13 at 5:00~ Requests for approved equals may be brought to the pre-bid conference, faxed, or e-mailed to: k ew ~le~gpv.conx Katia Lewin, 239 485.5460. Lee County reserves the right to request samples of the items to be considered for "approved equal" status and will be the final judge as to what qualifies as an "approved equal." NOTE: Vendors will find a listh~g of those bra~ads deemed to be an acceptable approved eqnal on the Lee County Procurement web site. It will be the vendor s responsibility to check fltis site for approved equals; no other notification will be provided. NOTE: No equals to the Red Kap brand items will be accepted or considered. 20

SAMPLE OF LOGO 20A

INFORMAL BID NO.: IFB 130362 DETAILED ITEM(S) SPECWICATIONS ITEM 1 - Brand: Port Authority Style: K500 - Short sleeve, Silk Touch Polo Shirt Color: Black, Coffee Bean, Dark Green, Deep Berry, Hibiscus, Lime, Light Blue, Matti Blue, Navy, Purple, Red, Royal Blue, Tropical Pink, White Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when specified over left from pocket. ITEM 2 - Brand: Port Authority Style: K500P - Short sleeve, Silk Touch Polo with Pocket Color: Black, Burgundy, Coffee Bean, Dark Green, Lime Logo: Embroidered "LEEWAY TOLL FACILITIES" un the left sleeve or when ITEM 3 - Brand: Gildan Style: G340 - Long sleeve, 100% cotton pique polo slfirt Color: White, and Navy Logo: Embroidered "LEEWAY TOLL FACILITIES" un the left sleeve or when ITEM 4 - Brand: Edwards Oxford Style: 1077 -Men s Long sleeve, 60% cotton, 40% polyester Color: White, Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when specified over left from pocket. ITEM 5 - Brand: Edwards Oxford Style: 1077 -Man s Long Sleeve, 60% cotton, 40% polyester Color: Blue Striped, Maroon Striped Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 6 - Brand: Edwards Oxford Style: 1027 -Men s Short sleeve, 60% cotton, 40% polyester Color: White, Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or ~vhen ITEM 7 - Brand: Edwards Oxford Style: 1027 - Men s Short sleeve, 60% cotton, 40% polyester Color: Blue Striped, Maroon Striped Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or ~vhen 21

INFORMAL BID NO.: IFB130362 ITEM 8 - Brand: Red Kap (no equal) Style: SP14 - Long sleeve work shirt, 65% polyester, 35% cotton Color: White, Light Tan Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 9 - Brand: Red Kap (no equal) Style: SP24 - Short sleeve work shirt, 65% polyester, 35% cotton Color: White, Light Tan Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 10 - Brand: Devon & Jones Style: D100 - Men s Short sleeve, 100% Peruvian Pima pique polo shirt Color: White, Butter, Slate Blue, Lime, French Blue, Melon, Purple, Stone, and Navy Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 11 - Brand: Port Authority Style: L500 - Women s Silk Touch Polo Shirt Color: Black, Bright Lavender, Coffee Bean, Dark Green, Deep Berry, Hibiscus, Lime, Maui Blue, Navy, Purple, Red, Royal blue, Tropical Pink, White Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 12 -Brand: Edward Oxford Style: 5027 - Women s Short sleeve, 60% cotton, 40% polyester Color: White, Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 13 - Brand: Edward Oxford Style: 5027 - Women s Short sleeve, 60% cotton, 40% polyester Color: Blue Striped, Maroon Striped Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when ITEM 14 - Brand: Edward Oxford Style: 5077 - Women s Long sleeve, 60% cotton, 40% polyester Color: White, Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when 22

INFORMAL BID NO.: IFB130362 ITEM 15 -Brand: Edward Oxford Style: 5077 - Women s Long Sleeve, 60% cotton, 40% polyester Color: Blue Striped, Maroon Striped Logo: Embroidered "LEEWAY TOLL FACILITIES " on the left sleeve or when ITEM 16 -Brand: Devon & Jones Style: D100W - Women s Short sleeve, 100% Peruvian Pima piqne polo shirt Color: White, Butter, Lime, Lavender, French Blue, Melon, Stone, Navy, Purple, and Black Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve or when specified over left front pocket. ITEM 17 - Brand: Auburn Coach Jacket Style: 201 - Wind Breaker, 100% Nyhin taffeta with polyurethane coating, kasha lining Color: Forest Green, Royal Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" omtheleft~leeve ITEM 18 - Brand: Port Authority Winter Coat Style: J754 - Heavy nylon full-zip, fleece lined. Color: Hunter Green, Royal Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve ITEM 19 - Brand: Jerzees Style: 562M - 50/50 fleece crew sweat shirt, 50% cotton, 50% polyester NuBlend Color: Forest Green, Sand stone, Royal Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve. ITEM 20 - Brand: Jerzees Style: 993M - 50/50 full zip hooded sweat shirt, 50% cotton, 50% polyester NuBlend Color: Hunter Green, Navy, Ash, Royal Blue Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve. ITEM21 - Brand: HYP Style:A7009-100% Cotton Visor with Velcro closure Color: Khaki Logo: Embroidered "LEEWAY TOLL FACILITIES" ITEM 22 - Brand: ZKAP Style: ZK213 -Cotton Twill Cap Color: Khaki Logo: Embroidered "LEEWAY TOLL FACILITIES" ITEM 23 - Brand: Yupoong Style: 1501- Cuffed Knit Hat, 100% turbo spun acrylic knit, Color: Flame, Navy Logo: Embroidered "LEEWAY TOLL FACILITIES" on the left sleeve. 23

REQUEST FOR APPROVED EQUAL - IFB130362 INFORMAL BID NO.: 11~B130362 PLEASE FILL 1N THE FOLLOWING INFORMATION ON THE ITEM YOU ARE OFFERING FOR CONSIDERATION AS AN APPROVED EQUAL: NOTE: No eq~al~ to the ~e~ Kap t~. a~ i~e~:~ w~l be ~ccepte~l o~ c~sh~ered~ ITEM NO. FOR WHICH AN APPROVED EQUAL IS REQUESTED: MANUFACTURER/STYLE #: : COLORS (IF APPLICABLE): DESCRIPTION/FEATURES: ITEM NO. FOR WHICH AN APPROVED EQUAL IS REQUESTED: ~v~-lp~tukek/~ 1 Y be #: : COLORS (IF APPLICABLE): DESCRIPTION/FEATURES: ITEM NO. FOR WHICH AN APPROVED EQUAL IS REQUESTED: MANUFACTURER/STYLE #: : COLORS (IF APPLICABLE): DESCRIPTION/FEATURES: ITEM NO. FOR WHICH AN APPROVED EQUAL IS REQUESTED: MANUFACTURER/STYLE #: : COLORS (IF APPLICABLE): DESCRIPTION/FEATURES: PLEASE PROVIDE YOUR NAME, COMPANY NAME, E-MAIL AND PHONE #: 24

INFORMAL BID NO.: IFB130362 AFFIDAVIT CERTIFICATION IMMIGRATION LAWS SOLICITATION NO.: PROJECT NAME: LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS, CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C. SECTION 1324 a(e) {SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT ("INA"). LEE COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A (e) OF THE INA. SUCH VIOLATION BY TiIE RECIPIENT OF TIlE EMPLOYMENT PROVISIONS CONTAINED IN SECTION 274A(e) OF Tile INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF TIlE CONTRACT BY LEE COUNTY. BIDDER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS (SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS). Company Name: Signature Title Date STATE OF COUNTY OF ~ ~ Th~ ~f_oregoiagj,nstrument was.signed and acknowledged before me this "-[-~ day of ~Cwb~_ 20~, by ~d(~% "~-h,~-~ who has produced - (Print or Type Name) ~3t. t~xs~- cs~-k+~?~c~ as ldentaficanon. (Type of Identification and Ntanber) P~t~N~e of Notmy Public Megan K. Dixon State of P lor~da MY GOMMIS$10N # ~E 857852 Not~ Co~ssidn N~ber~xpkafian The signee of this Affidavit guarantee, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REOUEST SUPPORTING DOCUMENTATION, A S EVIDENCE OF SERVICES PROVIDED, A T ANY TIME. 25

1NFORMAL BID NO.: IFB130362 Standard Insurance Requirements Minimum Insurance Requirements: Risk Management in no way represents that the insurance required is sufficient or adequate to protect the vendors interest or liabilities. The following are the required minimums the vendor must maintain throughout the duration of this contract. The County reserves the right to request additional documentation regarding insurance pravided. Commercial General Liability - Coverage shall apply to premises and~or operations, products and completed operations, independent contractors, contractual liability exposures with minimum limits of: $500,000 per occurrence $1,000,000 general aggregate $500,000 products and completed operations $500,000 personal and advertising injtu-y b. Business Aut o Liability - The following Automobile Liability will be required and coverage shall apply to all owned, hired and non-owned vehicles use with minintumjirni~of~ $500,000 combined (mgle limit (CSL) $300,000 bodily injury per person $500,000 bodily injua2 per accident $300,000 property damage per accident Workers Compensation - Statutory benefits as defined by FS 440 encompassing all operations contemplated by this contract or agreement to apply to all owners, officers, and employees regardless of the number of employees, Workers Compensation exemptions may be accepted with written proof of the State of Florida s approval of such exemption. Employers liability will have minimum limits of: $100,000 per accident $100,000 disease limit $500,000 disease - policy limit *The required mimmum Ynmt of liability shown in a; b; c; may be provided in the form of"excess Insurance" or "Commercial Umbrella Policies." In which case, a "Following Form Endorsemenf will be required on the "Excess Insurance Policy" or "Commercial Umbrella Policy." 26

INFORMAL BID NO.: IFB130362 Verification of Coverage: Coverage shall be in place prior to the commencement of any work and throughout the duration of the contract. A certificate of insurance villi be provided to the Risk Manager for review and approval. The certificate shall provide for the following: a. The certificate holder shall read as follows: Lee County Board of County Commissioners P.O. Box 398 Fort Myers, Florida 33902 ~. "Le~ - -- " rter~ ortda~, ~ts agents, employees, andpublic officials " will be named as an "Additional Insured" on the General Liability policy, including Products and Completed Operations coverage. Special Requirements: 1. An appropriate "hldemnificati0n" clause shall be made a provision of the contract. 2. It is the responsibility of the general contractor to insure that all subcontractors comply with all insurance requirements. 27

//

INFORMAL BID NO.: IFB130362 LEE COUNTY PROCUREMENT MANAGEI~ENT - BIDDERS CHECK LIST IMPORTANT: Please read carefully and return with your bid proposal. Please check off each of the following items as the necessary action is completed: ~/ 1. The Quote has been signed. ~// 2. The Quote tnjces offered have been reviewed. ~// 3. The price extensions and totals have been checked. ~// 4. The original (must be manually signed) and 1 additional copy of the quote has been submitted. 5. Two (2) identical sets of descriptive literature, brochures and/or data (if required) have been submitted under separate cover. 6. All modifications have been acknowledged in the space provided. 7. Al~addendums issued, if any, have been acknow eledgedt~a~die space providea. 8. Erasures or other changes made to the quote document have been initialed by the person signing the quote. 9. Bid Bond and/or certified Check, (if required) have been submitted with the quote in amounts indicated. 10. Any Delivery information required is included. 11. Affidavit Certification Immigration Signed and Notarized / 12. The mailing envelope has been addressed to: MAILING ADDRESS PHYSICAL ADDRESS Lee County Procurement Mgmt. Lee County Procurement Mgmt. P.O. Box 398 or 1825 t-iendry St 3 r~ Floor Ft. Myers, FL 33902-0398 Ft. Myers, FL 33901 13. The mailing envelope MUST.be sealed and marked with: Quote Number Opening Date and/or Receiving Date 14. The quote will be mailed or delivered in time to be received no later than the specified opening date and time. (ot3aerwise quote cannot be considered or accepted.) 15. If submitting a "NO BID" please write quote nmnber here and check one of the following: Do not offer this product Insufficient time to respond. Unable to meet specifications (why) Unable to meet bond or insurance requirement. Other: Company Name and Address: 28

t/