28
Solicitation FB - 00411 Automated Vehicle Location Tracking Devices, Software, and Service Solicitation Designation: Public Miami - Dade County Solicitation FB-00411 Miami-Dade County 7/5/2016 2:36 PM p. 1

Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

55

66

Solicitation FB-00411

Automated Vehicle Location Tracking Devices, Software, and Service

Solicitation Designation: Public

Miami-Dade County

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 1

Page 2: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

55

66

Solicitation FB-00411Automated Vehicle Location Tracking Devices, Software, and Service

Solicitation Number    FB -00411

Solicitation Title    Automated Vehicle Location Tracking Devices, Software, and Service

Solicitation Start Date Jun 23, 2016 5:20:05 PM EDT

Solicitation End Date Jul 20, 2016 6:00:00 PM EDT

Question & Answer End Date

Jul 6, 2016 6:00:00 PM EDT

Solicitation Contact    Juliana Manjarres

Procurement Contracting Officer 1

ISD - Procurement Management Services

305 -375-3065

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Specifications

Prices Good for    30 days

Solicitation CommentsAdded on Jul 5, 2016:Addendum No.1 - Please see attached document

Item Response Form

Item     FB-00411--01-01 - Please complete and submit Form A - Price Schedule

Quantity    1 each

Unit Price   

Delivery Location          Miami-Dade County

No Location Specified

Qty 1

DescriptionPlease complete and submit Form A -  Price Schedule 

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 2

Page 3: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

BID NO.: FB-00411OPENING: 6:00 PM

Automated Vehicle Location Tracking Devices, Software, and ServiceJul 20, 2016

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:Automated Vehicle Location Tracking Devices, Software, and Service

BIDS WILL BE ACCEPTED UNTIL 6:00 PMON Jul 20, 2016

FOR INFORMATION CONTACT:Juliana Manjarres 305-375-3065 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.

· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.

Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive

procurement process must anticipate the inclusion of these requirements in the resultant Contract. These

general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online

at the Miami-Dade County Procurement Management website by clicking on the below link:  

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r16-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date

and time as indicated in this Solicitation document.  It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync.  Electronic proposal submissions may require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.

For information concerning technical specifications please utilize the question/answer feature provided by

BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to

the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of

services, or bidding procedures will only be transmitted by written addendum. (See addendum section of

BidSync site).  

Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit a proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the

closing time or the system will stop the process and the response will be considered late and will not be

accepted.

PLEASE NOTE THE FOLLOWING:

No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX .  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered

evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the

equipment, materials, and labor required. The entire proposal response must be submitted in accordance

with all specifications contained in the solicitation electronically.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 3

Page 4: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

BID NO.: FB-00411OPENING: 6:00 PM

Automated Vehicle Location Tracking Devices, Software, and ServiceJul 20, 2016

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:Automated Vehicle Location Tracking Devices, Software, and Service

BIDS WILL BE ACCEPTED UNTIL 6:00 PMON Jul 20, 2016

FOR INFORMATION CONTACT:Juliana Manjarres 305-375-3065 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.

· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.

Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive

procurement process must anticipate the inclusion of these requirements in the resultant Contract. These

general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online

at the Miami-Dade County Procurement Management website by clicking on the below link:  

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r16-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date

and time as indicated in this Solicitation document.  It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync.  Electronic proposal submissions may require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.

For information concerning technical specifications please utilize the question/answer feature provided by

BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to

the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of

services, or bidding procedures will only be transmitted by written addendum. (See addendum section of

BidSync site).  

Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit a proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the

closing time or the system will stop the process and the response will be considered late and will not be

accepted.

PLEASE NOTE THE FOLLOWING:

No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX .  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered

evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the

equipment, materials, and labor required. The entire proposal response must be submitted in accordance

with all specifications contained in the solicitation electronically.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 4

Page 5: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

BID NO.: FB-00411OPENING: 6:00 PM

Automated Vehicle Location Tracking Devices, Software, and ServiceJul 20, 2016

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:Automated Vehicle Location Tracking Devices, Software, and Service

BIDS WILL BE ACCEPTED UNTIL 6:00 PMON Jul 20, 2016

FOR INFORMATION CONTACT:Juliana Manjarres 305-375-3065 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

· THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.

· IT IS THE POLICY OF MIAMI -DADE COUNTY THAT ALL ELECTED AND APPOINTED COUNTY OFFICIALS AND COUNTY EMPLOYEES SHALL ADHERE TO THE PUBLIC SERVICE HONOR CODE (HONOR CODE). THE HONOR CODE CONSISTS OF MINIMUM STANDARDS REGARDING THE RESPONSIBILITIES OF ALL PUBLIC SERVANTS IN THE COUNTY. VIOLATION OF ANY OF THE MANDATORY STANDARDS MAY RESULT IN ENFORCEMENT ACTION. (SEE IMPLEMENTING ORDER 7-7)

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami -Dade County Procurement Contracts are posted online.

Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive

procurement process must anticipate the inclusion of these requirements in the resultant Contract. These

general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online

at the Miami-Dade County Procurement Management website by clicking on the below link:  

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r16-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date

and time as indicated in this Solicitation document.  It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync.  Electronic proposal submissions may require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.

For information concerning technical specifications please utilize the question/answer feature provided by

BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to

the cut -off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of

services, or bidding procedures will only be transmitted by written addendum. (See addendum section of

BidSync site).  

Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit a proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the

closing time or the system will stop the process and the response will be considered late and will not be

accepted.

PLEASE NOTE THE FOLLOWING:

No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX .  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered

evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the

equipment, materials, and labor required. The entire proposal response must be submitted in accordance

with all specifications contained in the solicitation electronically. Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 5

Page 6: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 1 of 10 Rev. 06/23/16

SECTION 2 - SPECIAL TERMS AND CONDITIONS

2.1 PURPOSE

Miami-Dade County is soliciting bids for an Automated Vehicle Location Tracking Devices, Software, and Service. This solicitation is being conducted on behalf of the following County departments for a turn-key web based solution: Regulatory and Economic Resources, Parks, Internal Services, Recreations and Open Spaces, Transportation and Public Works, Miami-Dade Fire Rescue and Solid Waste Management. The awarded Bidder shall provide the County with the proposed Vehicle Tracking Devices free of charge for the duration of the term and any extension or renewal terms.

2.2 TERM OF CONTRACT- FIVE (5) YEARS

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the last month of the contract term.

2.3 OPTION TO RENEW FOR TWO (2) ADDITONAL THREE (3) YEAR PERIODS

The County shall have the option to renew this contract for two (2) additional three (3) year periods. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the Bidder. The County reserves the right to negotiate lower pricing for the additional term(s) based on market research information or other factors that influence price.

2.4 METHOD OF AWARD

Award of this contract will be made on a Group-by-Group basis to the lowest priced responsive, responsible Bidder who submits an offer on all items listed in the corresponding Group and whose offer represents the lowest price when all items are added in the aggregate for that Group. To be considered for award for a given group, the Bidder shall offer prices for all items within the given group. If a Bidder fails to submit an offer for all items within the Group, its offer for that specific Group may be rejected.

2.5 PRICES

If a Bidder is awarded a contract under this solicitation, the prices proposed by the awarded Bidder shall remain fixed and firm during the term of contract. However, the awarded Bidder may offer incentive discounts to the County at any point during the term of the contract.

2.6 METHOD OF PAYMENT

The County shall provide periodic payments for services rendered by the awarded Bidder. In order for the County to provide payment, the vendor shall submit a fully documented invoice that provides the basic information set forth Section 1.35 of the General Terms and Conditions.

2.7 ACCEPTANCE OF DEVICES/SOFTWARE BY THE COUNTY

The Devices and Software to be provided hereunder shall be delivered to the County, and maintained if applicable to the contract, in full compliance with the specifications and requirements set forth in this contract. If a Bidder-provided Device or Software is determined to not meet the specifications and requirements of this contract, either prior to acceptance or upon initial inspection, the item will be returned, at Bidder expense, to the Bidder. At the County’s own

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 6

Page 7: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 2 of 10 Rev. 06/23/16

option, the awarded Bidder shall either provide a direct replacement or provide a full credit for the returned item. The awarded Bidder shall not assess any additional charge(s) for any conforming action taken by the County under this clause.

2.8 WARRANTY AND MAINTENANCE REQUIREMENTS

The Service fee shall include full coverage maintenance, including preventative maintenance, all service calls and replacement of all defective or worn Devices/parts. Warranty and maintenance services must include parts and labor, and on-site, next business day response. Any payment by the County on behalf of the goods or services received from the awarded Bidder does not constitute a waiver of these warranty provisions.

2.9 OMISSION FROM THE SPECIFICATIONS

The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this contract.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 7

Page 8: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 3 of 10 Rev. 06/23/16

SECTION 3 – TECHNICAL SPECIFICATIONS

3.1 BACKGROUND

This contract is being solicited for an Automated Vehicle Location Tracking Service for the following departments of Miami-Dade County:

Aviation

The Miami-Dade Aviation Department operates the leading economic engine for Miami-Dade County and the state of Florida, Miami International Airport (MIA) and a system of four general aviation airports, generating business revenue of $33.7 billion annually and welcoming 70 percent of all international visitors to Florida. MIA offers more flights to Latin America and the Caribbean than any other U.S. airport, is America’s second-busiest airport for international passengers, boasts a lineup over 100 air carriers and is the top U.S. airport for international freight.

Regulatory and Economic Resources

The Miami-Dade County Regulatory and Economic Resources Department provides a broad portfolio of services to support its mission including reviewing permit and licensing applications and conducting code enforcement activities related to compliance with applicable building, zoning, planning, environmental, platting, traffic, and industry-specific codes and regulations. RER develops countywide and industry/neighborhood-specific economic development strategies; is responsible for land use and community planning and policy; provides environmental, historic resource, and consumer protection and education, and conducts economic research.

Parks, Recreation, and Open Spaces

Miami-Dade County Parks, Recreation, and Open Spaces Department (PROS) services approximately 25 million people per year, who use County parks, attend County events, and participate in County Programs. PROS is one of the busiest and largest leisure services agencies in the United States, and is the first park and recreation agency in the State of Florida to receive the Governor’s Sterling Award (2009), which recognizes organizations and businesses in Florida that have successfully achieved performance excellence within their management and operations.

Transportation and Public Works

The Transportation and Public Works Department (TPWM) provides a variety of functions and services to the residents. The majority are related to the development and maintenance of the County's infrastructure. The term infrastructure refers to the basic facilities, services and installations - in this case the roads, bridges, sidewalks, street signs, pavement markings, traffic lights, storm water drainage facilities, etc. - that are required for a community to function. TPWM also implements local and state mosquito control programs to help minimize the threat of disease. TPWM consists of 17 divisions staffed by almost 800 employees all dedicated to serving and working for the citizens of Miami-Dade County.

Internal Services Department

The Internal Services Department (ISD) provides a wide range of internal support services for the ongoing operation of County government. The Department focuses on promoting operational best practices and efficient government operations. As part of the General Government strategic area, ISD supports governmental operations by providing procurement services, facility management, design and construction management, fleet management, risk management, surplus property disposition services, capital inventory management, and small business program management and services. Additionally, ISD is engaged in real

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 8

Page 9: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 4 of 10 Rev. 06/23/16

estate development and management, Americans with Disabilities Act compliance, elevator regulation, and parking services.

Water and Sewer Department

The Water and Sewer Department is considered the largest utility in the Southeastern United States, serves over 420,000 retail water customers and 14 municipal wholesale customers within the County. The wastewater system serves approximately 336,000 retail customers and 12 wholesale customers, consisting of 11 municipal customers. It consists of three regional wastewater treatment plants, and over 1,035 sewage pump stations and nearly 6,200 miles of collection and transmission pipelines.

Miami-Dade Fire Rescue

The Miami-Dade Fire Rescue Department (MDFR) protects people, property and the environment by providing responsive professional and humanitarian fire rescue services essential to public health, safety and well-being. Miami-Dade Fire Rescue Department is one of the youngest departments of its size in the country, yet one of the fastest growing. MDFR leads the nation in Fire Suppression, Emergency Medical Services, Search and Rescue and other specialized areas.

Solid Waste Management

The Miami-Dade County Department of Solid Waste Management (SWM) is the largest government owned integrated Solid Waste Management System in the Southeastern United States. SWM’s principal responsibilities may be categorized as: (1) waste collection, (2) recycling, (3) waste transfer and disposal, and (4) regulation.

SWM provides solid waste collection and disposal services to single family residential units (including certain multi-family units such as duplexes) and a small number of commercial and multi-family accounts in the unincorporated portions of the County. It also provides solid waste collection and disposal services to the Village of Pinecrest, the City of Sunny Isles Beach, the City of Aventura, the Town of Miami Lakes, the Village of Palmetto Bay, the City of Miami Gardens and the City of Doral; trash disposal and garbage collection and disposal services to the City of Sweetwater; and it has entered into long-term interlocal agreements with 18 municipalities (including Sweetwater) to provide solid waste disposal services.

3.2 SCOPE OF WORK The awarded Bidder shall provide the County with Vehicle Location Tracking Devices, Software, and Services for the purpose of locating and tracking designated County vehicles assigned to employees. The purpose of this solicitation is to provide the County with the ability to locate and track designated County vehicles assigned to employees working in the field and will also enable the County to examine current and past locations of vehicles on specific dates and times. It is intended that the Devices and Software will provide the County with the ability to view map addresses, show the amount of time spent at each location or site, view, and monitor vehicle movement on a computer screen map as well as be capable of displaying the individual record history and providing a back-up system for record retention.

3.2.1 GROUP A – VARIOUS COUNTY DEPARTMENTS

The County estimates that in excess of 2,800 vehicles in Group A may be equipped with the Devices as listed in the table below. In accordance with Section 1.9 of the General Terms and Conditions, the Bidder should not interpret the estimated quantities provided below as a firm quantity and/or dollar committed by the County:

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 9

Page 10: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 5 of 10 Rev. 06/23/16

Department Estimated

Quantity Device Description

Aviation

391

General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

Regulatory and Economic Resources 281 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

Parks, Recreation, and Open Spaces 450 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

Transportation and Public Works 220 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

Water and Sewer 700 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

Internal Services 99 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

3.2.2 GROUP B – FIRE RESCUE DEPARTMENT

The County estimates that 200 vehicles in Group B may be equipped with the Devices as listed in the table below and as further described in Section 3.3.2. In accordance with Section 1.9 of the General Terms and Conditions, the Bidder should not interpret the estimated quantities provided below as a firm quantity and/or dollar committed by the County:

Department Estimated

Quantity Device Description

Fire Rescue 200 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver

3.2.3 GROUP C – WASTE MANAGEMENT DEPARTMENT

The County estimates that 650 vehicles in Group C may be equipped with the Devices as listed in the table below and as further described in Section 3.3.2. In accordance with Section 1.9 of the General Terms and Conditions, the Bidder should not interpret the estimated quantities provided below as a firm quantity and/or dollar committed by the County:

Department Estimated

Quantity Device Description

Waste Management 650 General Packet Radio Service (GPRS) Modem and Global Positioning System (GPS) Receiver with sensors to capture the movement of the arms as further described in Section 3.3.3

3.3 DEVICES, SOFTWARE AND SERVICES TO BE PROVIDED

3.3.1 GROUP A - DEVICES, SOFTWARE AND SERVICES TO BE PROVIDED TO VARIOUS COUNTY DEPARTMENTS

The awarded Bidder shall provide a complete replacement of existing Vehicle Tracking Devices and any additional new Devices required.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 10

Page 11: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 6 of 10 Rev. 06/23/16

The following specifications are that of the Automated Vehicle Tracking Devices, Software and Services required:

Devices Requirements • Devices shall be able to locate and track vehicles within Miami-Dade County, Palm Beach County,

Broward County, Monroe County and Collier County. • Devices shall be durable and able to operate in environmental conditions such as extreme heat,

moisture in the air. • Devices shall be fully compatible with multiple web browsers (not necessarily all, but multiple) e.g. MS

Edge, Safari, Chrome, Firefox, etc. • Proprietary Firmware: All firmware with any Device, or accessory, purchased or paid by Miami-Dade

County shall be the property of Miami-Dade County. Only industry standard, fully documented firmware, software, or communications protocols should be used. Special enhancements or modifications made by the awarded Bidder that will prevent Miami-Dade County from using the purchased Devices with the County’s own software systems are not acceptable.

Software Requirements • Software shall accurately locate and track vehicle +/- three meters. The Devices will operate efficiently

with no outside interference (high rises, tree canopy, etc.) which may cause a false reading and impair the Software’s ability to accurately track and locate the vehicles.

• Software shall interface with the historical data providing a means to digitally extract the data based on vehicle, vehicle groups, location, time frames and any combination thereof.

• Software shall have the necessary tools to allow users the functionality of retrieving, reviewing, and printing reports.

• Communication and data transfer between the County/vehicles and the awarded Bidder’s systems shall be stored and transmitted at no less than 128 bit encryption.

• Proposed Software shall be subjected to a penetration test to validate adequate security measures are in place.

• Software shall provide grouping capabilities by limiting the access to the data to the individual departments and distinguish the vehicles assigned to each team supervisor’s group.

• Software shall include a function of remote diagnostics or fault notification where the system can notify if it has been tampered with.

• Software shall have the ability to: • Send alerts to administrators for unauthorized access attempts. • Provide the County with the option to block addresses of certain user-defined landmarks from

appearing online or in printed reports. • Limit concurrent sessions. • Independently define normal service hours per vehicle. • Date and time stamped all recording events. • Automatically archive audit logs. • Provide a near real time service with an automatic download capability. • Display all times in the web based application in hours, minutes, and seconds. • Protect audit logs from unauthorized access. • Log changes to administrative functions. • Provide two different links: one for display to the public, and one for County’s internal functions. • Allow each department to set up their required intervals.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 11

Page 12: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 7 of 10 Rev. 06/23/16

• Lock out user or group ID by date or time. • Provide a password database encrypted in storage at a minimum of 128 bit encryption. • Require automatic password expirations when initially assigned or reset and for each user to be

uniquely identified by a unique user ID. • Configure password parameters such as password lengths, user access to expiration settings and

other behaviors, enabling alphanumeric characters, etc. • Synchronize passwords throughout a network. Support for SSL 128 bit and higher encryption (SSL

v.3 or TLS 1.0). • Enable automatic logoff of ID after a defined period of session inactivity, and perform subsequent

re-log-on password authentication. • Allow for basic customization per department and per vehicle. • Provide an intranet interface to the County stored historical data. The interface will enable the

users to query the database on all fields and export the data captured in a digital format. The data extracted will be formatted in such a way that it can be imported into applications such as MS Word / Excel and ArcGIS.

• Capture at least eight elements of vehicular data as required by each department. • Keep a minimum of six months of historical data at all times or as requested by each department.

Data history must be transferred to the County every six months. • Allow County users the option to query and export the data captured to external applications such

as MS Word/Excel/ArcGIS. • Generate random screen and printed reports on vehicle location as well as groups of vehicle

locations; showing the closest addresses or intersection along the street as well as the vehicle status (stopped, moving), speed, mileage, vehicle number, driver’s name, coordinates, and time duration stopped at locations.

• Provide the County with statistical reporting on tracking parameters and alerts when required. • Develop a data maintenance procedure that will update street and address data in a timely manner

as determined by County Departments. • Provide for a thin client, browser-based user access to the vehicle tracking solution. This solution

must provide County staff with a means of viewing the location of all vehicles on a map. • Provide public access to a map on screen on web-site: The computer screen will show a picture

and vehicle number, together with a map. The map will show the inspector’s vehicle location. The on screen map will start at 7:00 AM and will cease after the last task/work made by the driver.

• Allow the County to be able to control the driver’s information, driver’s route, and work information when the maps are displayed to the public.

• Provide user interface to allow County personnel to change and administer all the parameters associated with vehicle tracking. The initial input of all parameters needed to start up the service will be provided and installed and tested by the awarded Bidder.

• Log activities performed by specific user ID or time of day, and to date stamp all activities. • Identify and log all subsequent access points to ensure accountability is maintained throughout

session. • Have a centralized administration, user authorization, registration and termination. • To set an unsuccessful access attempt limit and suspend IDs after reaching the unsuccessful

access threshold. • Encrypt transmitted data and authentication information over internal and external networks. • Provide alerts and alert reports via or electronic mail (e-mail) to the individual departments at no

additional charge, when a vehicle is not in compliance with County rules. To include; moving during hours of non-operation (non-working hours), exceeding a pre-defined speed limit, arriving at a

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 12

Page 13: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 8 of 10 Rev. 06/23/16

prohibited landmark address, and leaving the vehicle’s pre-defined zone of operation. • No advertisements will be allowed on public access links, for the awarded Bidder or any other third

party associated with the proposed web based Software or Service. • County shall control the map’s availability to the public; however, the Service provider controls the

vehicle movement on the map by displaying addresses, when the vehicle ignition is engaged and disengaged, and displaying other information, like real time of vehicle location, map address location, date, etc.

• Awarded Bidder shall use the County’s address and street GIS layers as the source files for all address functions. Addresses will be stored using the County’s address standards attached as Appendix A.

• Data stored in device shall automatically reset before the next day service begins. • Historical data shall be normalized and contain the following fields: vehicle location (x, y coordinates),

closest address or intersection along the street, status as to whether the vehicle is stopped or moving, the speed that the vehicle is traveling, the mileage between the current position and the last reported location, vehicle number, driver’s name, and time duration at stopped locations.

• Software shall also provide mileage records on the vehicles, and the capability of mileage alert settings by the County for routine services like change of oil, and other services.

• Bidder will provide two different links: one for display to the public, and one for the County’s internal functions.

Service Requirements • Awarded Bidder shall provide:

• An online web based hosted application that is to be utilized by the County. • A guarantee of service up-time at a minimum Monday through Friday from 8:00 a.m. to 6:00 p.m. • Same day service to correct defective readings or interferences that may be experienced during

work hours at no charge to the County. • Extended service hours if operationally required by the County at no additional charge to the

County. • Awarded Bidder shall submit the results of an annual SAS 70 type II, or similar, audit performed at the

Bidder’s expense. 3.3.2 GROUP B - DEVICES, SOFTWARE AND SERVICES TO BE PROVIDED TO MDFR ONLY

In addition to the Devices, Software and Service requirements listed in Section 3.3.1, the Miami-Dade Fire Rescue Department (MDFR) requires the following:

• System shall have apps for mobile devices both IOS and Android. • Device shall connect to vehicle’s Engine Control Module and gather mileage, speed and other

diagnostic information. • System shall be capable of monitoring additional sensors such as seatbelt use, warning lights use,

pump in operation, etc. • System shall be capable of providing alerts to such as speed, leave geo-fence, enter geo-fence, PM

due, PM overdue. • Capability of sending alerts to multiple contacts. • System permissions shall be role based so that different levels of access can be given to different

levels of supervision and/or users.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 13

Page 14: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 9 of 10 Rev. 06/23/16

• System shall allow vehicles to be placed in multiple groups e.g. vehicle can be part of code enforcement group so it can be listed when a sort by that group is performed but also belong to the life safety supervisors group and the fire prevention group.

• System shall show vehicle tracking information for 6 months and then download information to MDFR. • System shall provide real time vehicle tracking and status data e.g. ignition on, vehicle moving, ignition

off, direction of travel and speed. • System shall be capable of creating user defined geo-fences, either a specific radius around a

landmark, a user defined polygon or a shape file. • System shall allow user defined alerts for each geo-fence. • System shall support both canned and ad-hoc reporting. Ad-hoc reports include reports for a specific

vehicle for a date range, a group of vehicle for a date range, group of status within a date range, etc. • System shall support tabular reports, map based reports and “video-replay” reports. All reports must be

exportable, tabular reports as an .CVS, or excel spreadsheet and as a PDF; Map based reports must be exportable as a PDF and “video-replay” as an MPEG-4/H.264.

3.3.3 GROUP C - DEVICES, SOFTWARE AND SERVICES TO BE PROVIDED TO SOLID WASTE MANAGEMENT ONLY

In addition to the Devices, Software and Service requirements listed in Section 3.3.1, the Miami-Dade Solid Waste Management Department requires Devices that will provide the following enhanced features on the garbage trucks and trash cranes that pick up the bulk piles in front of houses:

• Full cycle armature movement tracking which will display the location of these movements and show that each house was serviced on the truck’s route.

• Landing gear/outrigger deployment tracking on the trash cranes. The System will also track when the landing gear/outriggers that provide stability for the cranes are in the down position(s) and raised. The system shall track the outrigger position throughout the route. This provide the department specific time frames on how long the truck takes to pick up each pile, it will also show when the cranes have to be repositioned as well.

3.4 SYSTEM COMPATIBILITY

The awarded Bidder has the option of using its own contract for subscriber service or accessing the Miami-Dade County current contract for data wireless services with AT&T. All Devices and accessories to be acquired by Miami-Dade County shall be compatible with the services provided by AT&T and other major wireless service providers. The wireless service is to be provided by the Automated Vehicle Location Tracking Devices, Software, and Service provider. The awarded Bidder will provide full service to the County, which will also include the charges for the wireless service.

3.5 OPTIONAL INSTALLATION SERVICES

The County, in its sole discretion, may request installation services from the awarded Bidder at the Installation Rate provided in Form A – Price Schedule. In the event that such services are requested, the awarded Bidder agrees to install the Automated Vehicle Tracking Devices, at the applicable site(s) provided by the County on the Work Order. Work may occur during the hours of 8:00 a.m. to 6:00 p.m. Awarded Bidder shall diligently pursue and complete such installation without interruption, so that such Automated Vehicle Tracking Device is in good working order and ready for immediate use.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 14

Page 15: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 10 of 10 Rev. 06/23/16

The complete installation shall consist of the Devices specified in Section 3.0 and all other components necessary for their proper operation, including any items not identified in these specifications which are necessary (i.e., power supplies, connectors, brackets and mounting equipment, devices junction boxes, etc.)

The awarded Bidder will provide next day service for the installation of new Automated Vehicle Tracking Devices (and removal of any defective Automated Vehicle Tracking Device(s) and/or accessories, when required) at no additional charge to the County.

In the event that the County requests installation services, the awarded Bidder shall perform the following tasks:

• Remove all previously installed Vehicle Tracking Devices, mounts and cabling. • Ensure all the necessary wiring for the proper operation of the Vehicle Tracking Devices is provided at

the time of installation. • The tracking device antenna shall be installed in a non-visible area of the vehicle. • Provide all equipment as described in this solicitation. • Perform entire installation (under the dashboard on the passenger side of the County vehicles) and

configuration of the Vehicle Tracking Devices.

3.6 OPTIONAL TRAINIG SERVICES

The County, in its sole discretion, may request training services from the awarded Bidder. In the event that such services are requested, the awarded Bidder agrees to train County employees at the Miami-Dade County location(s) designated by each of the participating County departments identified within this solicitation at the hourly rate provided in Form A – Price Schedule. The County might request from the awarded Bidder, to train its employees in the installation and removal of all equipment.

Technical manuals and associated training materials shall be provided for all applications and maintenance operations at every training session, regardless of the minimum number of training hours required by the County.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 15

Page 16: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 1 of 2 Rev. 07/01/16

FORM A

PRICE SCHEDULE

AUTOMATED VEHICLE LOCATION TRACKING DEVICES, SOFTWARE, AND SERVICE

The Bidder’s price shall be submitted on this Form “A - Price Schedule”, and in the manner stated herein. Bidder is

requested to fill in the applicable blanks on this form and to make no other marks. The awarded Bidder shall provide

the County with the proposed Automated Vehicle Tracking Location Devices free of charge for the duration of the term

and any additional renewal terms, if required. The Bidder shall submit pricing stated as a flat, fixed price for each line

item. The awarded Bidder shall provide the County with the proposed Vehicle Tracking Devices free of charge for the

duration of the term and any extension or renewal terms.

A. GROUP A – VARIOUS CONUNTY DEPARTMETNS

The Bidder shall state its price for providing the Requirements and Services required as stated in Section 3.2.1 and

3.3.1 of this solicitation.

Description Unit Price - Initial Term Unit Price – Year 5 Unit Price – Year 6

Automated Vehicle Location Tracking Service Fee for Various County Departments

$ /Month

$ /Month

$ /Month

B. GROUP B – FIRE RESCUE DEPARTMENT

The Bidder shall state its price for providing the Requirements and Services required as stated in Section 3.2.2 and

Section 3.3.2 of this solicitation.

Description Unit Price - Initial Term Unit Price – Year 5 Unit Price – Year 6

Automated Vehicle Location Tracking Service Fee for the Fire Rescue Department

$ /Month

$ /Month

$ /Month

C. GROUP C – DEPARTMENT OF SOLID WASTE MANAGEMENT

The Bidder shall state its price for providing the Requirements and Services required as stated in Section 3.2.3 and

Section 3.3.3 of this solicitation

Description Unit Price - Initial Term Unit Price – Year 5 Unit Price – Year 6

Automated Vehicle Location Tracking Service Fee for the Department of Solid Waste Management

$ /Month

$ /Month

$ /Month

Enhanced Device Functionality Service Fee

$ Monthly Fee per Device, including required sensor

$ Monthly Fee per Device, including required sensor

$ Monthly Fee per Device, including required sensor

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 16

Page 17: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Page 2 of 2 Rev. 07/01/16

C. GROUP D – SOLID WASTE MANAGEMENT – BATTERY OPERATED DEVICES

The Bidder shall state its price for providing the Requirements and Services required as stated in Section 3.2.4 and

Section 3.3.4 of this solicitation

Description Unit Price - Initial Term Unit Price – Year 5 Unit Price – Year 6

Battery powered devices High Speed Packet Access (HSPA) Modem and Global Positioning System (GPS) Receiver as further described in Section 3.3.4

$ /Month

$ /Month

$ /Month

D. OPTIONAL SERVICES

Training

Description Price

Training of County personnel – As further described in Section 3.6 (Hourly rate for up to four hours of training. Training Sessions will consist of five (5) to 25 County employees – including documentation and manuals)

$ /Hour

Optional Installation

Description Price

Installation services – As further described in Section 3.5

$ /Device

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 17

Page 18: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

Miami-Dade CountyProcurement Management Services

Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128

Solicitation No. FB-00411 Solicitation Title: Automated Vehicle Location Tracking Devices, Software, and Service

Legal Company Name (include d/b/a if applicable):Federal Tax Identification Number:

If Corporation - Date Incorporated/Organized :State Incorporated/Organized:

 Company Operating Address: City State Zip Code

 Remittance Address (if different from ordering address): City State Zip Code

 Company Contact Person:  Email Address:

 Phone Number (include area code):

 Fax Number (include area code):

 Company's Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “ local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this

certification at this time (by checking the box above) may render the vendor ineligible for Local Preference .

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a “ locally-headquartered business” is a Local Business whose “principal place of business” is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.

Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference

(LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the

certification must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No

If yes, please provide your Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM   ENERGY SECTOR LIST: 

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized

representative and shall also initial this space:: . In such event, the Bidder shall furnish together with its bid

response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

 IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

Bidder's Authorized Representative's Signature : Date

Type or Print Name

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 18

Page 19: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

Miami-Dade CountyProcurement Management Services

Solicitation Submittal Form111 NW 1st Street, Suite 1300, Miami, FL 33128

Solicitation No. FB-00411 Solicitation Title: Automated Vehicle Location Tracking Devices, Software, and Service

Legal Company Name (include d/b/a if applicable):Federal Tax Identification Number:

If Corporation - Date Incorporated/Organized :State Incorporated/Organized:

 Company Operating Address: City State Zip Code

 Remittance Address (if different from ordering address): City State Zip Code

 Company Contact Person:  Email Address:

 Phone Number (include area code):

 Fax Number (include area code):

 Company's Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “ local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of Miami-Dade County from which business is performed; and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this

certification at this time (by checking the box above) may render the vendor ineligible for Local Preference .

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a “ locally-headquartered business” is a Local Business whose “principal place of business” is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.

Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference

(LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the

certification must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidderprovides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375 -2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The SBE/Micro Business Enterprise must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No

If yes, please provide your Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM   ENERGY SECTOR LIST: 

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized

representative and shall also initial this space:: . In such event, the Bidder shall furnish together with its bid

response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

 IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

Bidder's Authorized Representative's Signature : Date

Type or Print Name

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 19

Page 20: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

55

66

FAIR SUBCONTRACTING PRACTICES

In compliance with Miami -Dade County Code Section 2 -8.8, the Bidder/Proposer shall submit with the

proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding

subcontractors.

55

66

NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT

Signature Date

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 20

Page 21: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

55

66

Name of Bidder/Proposer: FEIN No.

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business

development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.

SUBCONTRACTOR/SUPPLIER LISTING

(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)

In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more.  The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County.  The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers.   In the event that the recommended

Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business

Name and Address of

First Tier Direct Supplier

Principal Owner

Supplies/ Materials/

Services to be

Provided by Supplier

Principal Owner

(Enter the number of male and female owners by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

Business

Name and Address of

First Tier

Subcontractor/

Subconsultant

Principal Owner

Scope of Work

to be Performed by

Subcontractor/

Subconsultant

Principal Owner

(Enter the number of male and female owners  by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

SUB 100 Rev. 1/14

Signature of Bidder/Proposer Print Name Print Title Date

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 21

Page 22: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

Miami-Dade County

Contractor Due Diligence Affidavit

Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval:

(1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;

(2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances;

(3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not.

All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator

overseeing this solicitation.  The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.  

Contract No. :

Federal Employer

Identification Number (FEIN):

Contract Title:

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

Notary Public Information

Notary Public – State of County of

Subscribed and sworn to (or affirmed) before me this day of, 20___

by He or she is personally known to me or has produced identification

Type of identification produced

Signature of Notary Public Serial Number

Print or Stamp of Notary Public Expiration Date Notary  Public Seal

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 22

Page 23: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 23

Page 24: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 24

Page 25: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 25

Page 26: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 26

Page 27: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

Question and Answers for Solicitation #FB-00411 - Automated Vehicle Location Tracking Devices, Software, and Service

Overall Solicitation Questions

Question 1 For all of the forms that require signature, and especially the Contract Due Diligence Affidavit that requires

notary signature, how should these be submitted? Should we just type the names in those spaces, with signature implied by the Bidsync password at the bottom? Or do we need to upload scans of original signatures? Thank you so much for your assistance. (Submitted: Jun 27, 2016 2:01:55 PM EDT)

Answer- Bidders are required to scan copies of original documents containing original signatures. (Answered: Jun 29, 2016

8:02:04 AM EDT)

Question 2 Hi - in regards to the answer above, what is the process to upload the documents? There doesn't seem to be a way to upload a document once we fill it out and enter our password. (Submitted: Jun 29, 2016 5:19:58 PM EDT)

Answer- For any questions related to the use of www.bidsync.com (including how to upload documents to the site) please contact Bidsync directly at 1-800-990-9339. (Answered: Jun 30, 2016 6:56:33 AM EDT)

Question 3 The question is can we use Verizon for the service instead of AT&T. AT&T has done away with their 2g system.

(Submitted: Jun 30, 2016 2:41:50 PM EDT)

Question 4 What data is required in the automatically archived audit logs? (Submitted: Jun 30, 2016 2:42:13 PM EDT)

Question 5 On Form A it states awarded Bidder shall provide devices free of charge...then below asks for the Unit

Price/Month for initial term/year 5/year6.,,is this where the monthly monitoring price should go since the units are all $0? (Submitted: Jun 30, 2016 2:46:24 PM EDT)

Question 6 1. Section 2 – Special Terms and Conditions under 2.1 Purpose. “The awarded Bidder shall provide the County with the proposed Vehicle Tracking Devices free of charge for the duration of the term and any extension or renewal terms.†Is this a request for all GPS units for each division of the County to be zero cost? Please provide clarification. Also, does the county currently have a provider for Vehicle Tracking Service, if so who is the provider? 2. In looking in Bid Sync, it appears that you do not want us to provide any type of technical response and will make award solely on the lowest price. Is that correct? If no technical responses are to be received, how will you determine if a response meets all of your requirements for the price proposed? 3. Additionally, if we would like to take exceptions to the Miami-Dade Terms and Conditions, and would like to offer a proposal utilizing the terms and conditions of our GSA Schedule, how do we make that proposal to you? (Submitted: Jul 1, 2016 12:55:36 PM EDT)

Question 7 Has the Department identified a project manager / technical contact for this effort? If so, are you able to provide

their name? (Submitted: Jul 1, 2016 3:42:45 PM EDT)

Question 8 Has the Department identified a funding source for this effort? If so, are you able to indicate which source will be

used and the anticipated cost? (Submitted: Jul 1, 2016 3:42:56 PM EDT)

Question 9 Are you able to disclose the drivers behind this acquisition? (Submitted: Jul 1, 2016 3:43:08 PM EDT)

Question 10 Do the Departments currently have AVL Devices? If so, are you able to disclose the names of the vendor(s) who

provide the current devices, software and services? (Submitted: Jul 1, 2016 3:43:17 PM EDT)

Question 11 AT&T Mobility would like to request an extension to Solicitation #FB -00411. A two-week extension from the current end date of July 15th to 29th would be optimal, if at all possible. Please advice and thank you in advance for your consideration. (Submitted: Jul 5, 2016 9:03:25 AM EDT)

Question 12 In regards to awarding subcontractors...can you please explain this in greater detail. We already have a

subcontractor we use if we were requested to perform an installation and would not be awarding any new subcontractors. Is this information still necessary to submit? And if so what information is necessary? (Submitted:

Jul 5, 2016 10:10:24 AM EDT)

Question 13 Page 12...

• Synchronize passwords throughout a network. Support for SSL 128 bit and higher encryption (SSL v.3 or TLS 1.0) The requirement for network password synchronization is unclear • Lock out user or group ID by date or time. Please clarify. (Submitted: Jul 5, 2016 1:11:50 PM EDT)

Question 14 Page 13...

• Awarded Bidder shall use the County’s address and street GIS layers as the source files for all address

functions. Addresses will be stored using the County’s address standards attached as Appendix A.

Where is Appendix A located? (Submitted: Jul 5, 2016 1:12:51 PM EDT)

Question Deadline: Jul 6, 2016 6:00:00 PM EDT

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 27

Page 28: Solicitation FB -00411 Automated Vehicle Location Tracking ... · SOLICITATION TITLE: Automated Vehicle Location Tracking Devices, Software, and Service SOLICITATION NO.: FB-00411

5

6

Question and Answers for Solicitation #FB-00411 - Automated Vehicle Location Tracking Devices, Software, and Service

Overall Solicitation Questions

Question 1 For all of the forms that require signature, and especially the Contract Due Diligence Affidavit that requires

notary signature, how should these be submitted? Should we just type the names in those spaces, with signature implied by the Bidsync password at the bottom? Or do we need to upload scans of original signatures? Thank you so much for your assistance. (Submitted: Jun 27, 2016 2:01:55 PM EDT)

Answer- Bidders are required to scan copies of original documents containing original signatures. (Answered: Jun 29, 2016

8:02:04 AM EDT)

Question 2 Hi - in regards to the answer above, what is the process to upload the documents? There doesn't seem to be a way to upload a document once we fill it out and enter our password. (Submitted: Jun 29, 2016 5:19:58 PM EDT)

Answer- For any questions related to the use of www.bidsync.com (including how to upload documents to the site) please contact Bidsync directly at 1-800-990-9339. (Answered: Jun 30, 2016 6:56:33 AM EDT)

Question 3 The question is can we use Verizon for the service instead of AT&T. AT&T has done away with their 2g system.

(Submitted: Jun 30, 2016 2:41:50 PM EDT)

Question 4 What data is required in the automatically archived audit logs? (Submitted: Jun 30, 2016 2:42:13 PM EDT)

Question 5 On Form A it states awarded Bidder shall provide devices free of charge...then below asks for the Unit

Price/Month for initial term/year 5/year6.,,is this where the monthly monitoring price should go since the units are all $0? (Submitted: Jun 30, 2016 2:46:24 PM EDT)

Question 6 1. Section 2 – Special Terms and Conditions under 2.1 Purpose. “The awarded Bidder shall provide the County with the proposed Vehicle Tracking Devices free of charge for the duration of the term and any extension or renewal terms.†Is this a request for all GPS units for each division of the County to be zero cost? Please provide clarification. Also, does the county currently have a provider for Vehicle Tracking Service, if so who is the provider? 2. In looking in Bid Sync, it appears that you do not want us to provide any type of technical response and will make award solely on the lowest price. Is that correct? If no technical responses are to be received, how will you determine if a response meets all of your requirements for the price proposed? 3. Additionally, if we would like to take exceptions to the Miami-Dade Terms and Conditions, and would like to offer a proposal utilizing the terms and conditions of our GSA Schedule, how do we make that proposal to you? (Submitted: Jul 1, 2016 12:55:36 PM EDT)

Question 7 Has the Department identified a project manager / technical contact for this effort? If so, are you able to provide

their name? (Submitted: Jul 1, 2016 3:42:45 PM EDT)

Question 8 Has the Department identified a funding source for this effort? If so, are you able to indicate which source will be

used and the anticipated cost? (Submitted: Jul 1, 2016 3:42:56 PM EDT)

Question 9 Are you able to disclose the drivers behind this acquisition? (Submitted: Jul 1, 2016 3:43:08 PM EDT)

Question 10 Do the Departments currently have AVL Devices? If so, are you able to disclose the names of the vendor(s) who

provide the current devices, software and services? (Submitted: Jul 1, 2016 3:43:17 PM EDT)

Question 11 AT&T Mobility would like to request an extension to Solicitation #FB -00411. A two-week extension from the current end date of July 15th to 29th would be optimal, if at all possible. Please advice and thank you in advance for your consideration. (Submitted: Jul 5, 2016 9:03:25 AM EDT)

Question 12 In regards to awarding subcontractors...can you please explain this in greater detail. We already have a

subcontractor we use if we were requested to perform an installation and would not be awarding any new subcontractors. Is this information still necessary to submit? And if so what information is necessary? (Submitted:

Jul 5, 2016 10:10:24 AM EDT)

Question 13 Page 12...

• Synchronize passwords throughout a network. Support for SSL 128 bit and higher encryption (SSL v.3 or TLS 1.0) The requirement for network password synchronization is unclear • Lock out user or group ID by date or time. Please clarify. (Submitted: Jul 5, 2016 1:11:50 PM EDT)

Question 14 Page 13...

• Awarded Bidder shall use the County’s address and street GIS layers as the source files for all address

functions. Addresses will be stored using the County’s address standards attached as Appendix A.

Where is Appendix A located? (Submitted: Jul 5, 2016 1:12:51 PM EDT)

Question Deadline: Jul 6, 2016 6:00:00 PM EDT

Solicitation FB-00411Miami-Dade County

7/5/2016 2:36 PM p. 28