60
BID NO.: OPENING: 6:00 PM {data.bid.title} .enddate} MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE : UNIFORMS FOR MIAMI-DADE TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BIDS WILL BE ACCEPTED UNTIL 6:00 PM ON ______ FOR INFORMATION CONTACT : Abelin Rodriguez, Telephone: (305) 375-4744, E-Mail: [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.

Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: [email protected] ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Embed Size (px)

Citation preview

Page 1: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

BID NO.: OPENING: 6:00 PM

{data.bid.title}.enddate}

 

 MIAMI-DADE COUNTY, FLORIDA

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

TITLE:

UNIFORMS FOR MIAMI-DADE TRANSPORTATION AND PUBLIC WORKS DEPARTMENT

BIDS WILL BE ACCEPTED UNTIL 6:00 PMON ______

FOR INFORMATION CONTACT:

Abelin Rodriguez, Telephone: (305) 375-4744, E-Mail: [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)

Page 2: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

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-   r16-3   .pdf    

NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document.   It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time.  There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami-Dade County solicitation via BidSync.  Electronic proposal submissions may require the uploading of electronic attachments.  The submission of attachments containing embedded documents or proprietary file extensions is prohibited.  All documents should be attached as separate files.    

For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified   in   the   solicitation.  Material   changes,   if   any,   to   the   solicitation   terms,   scope   of   services,   or   bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site).   Please allow sufficient time to complete the online forms and upload of all proposal documents.  Bidders/Proposers should not wait until the last minute to submit a proposal.  The deadline for submitting information and documents will end at the closing time indicated in the solicitation.  All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted.  PLEASE NOTE THE FOLLOWING:  No part of your proposal can be submitted via  HARDCOPY, EMAIL, OR FAX.  No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically.

Page 3: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY

The purpose of this solicitation is to establish a contract for the purchase of uniforms and accessories used in conjunction with the County's needs.

2.2 TERM OF CONTRACT: 60 MONTHS

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for sixty (60) months expire on the last day of the last month of the contract term.

2.3 METHOD OF AWARD

Award of this contract will be made to the responsive, responsible bidder who submits an offer on all items listed in the solicitation and whose offer represents the lowest price when all items are added in the aggregate. Items or services that will be provided to the County at no cost must show a zero (0) in the price line. If a bidder fails to submit an offer on all items, its overall offer may be rejected. The County will award the total contract to a single bidder. Manufacturers/styles awarded shall not be substituted for any other product without prior written approval of the county, see paragraph 2.10 for the sole exception.

Awarded bidder shall have a business location within Miami-Dade County capable of providing one stop shopping of the uniforms awarded. Proof of such will be a copy of the Local Business Tax Receipt for said location. One stop shopping is defined as an establishment at which employees will try on and purchase awarded items in regular sizes (S – 2XL) with all adjustments and patches applied.

If the primary bidder defaults, the County shall have the right to negotiated with the next responsive, responsible bidder.

2.4 PRICES

The prices proposed by the awarded bidder(s) shall remain fixed for a period of twelve (12) months after the commencement of the contract. After this period, the bidder may submit a price adjustment to the County based on documented price adjustments by the product manufacturer. Acceptable documentation for an adjustment may be an email or letter by the item Manufacturer to all its distributors notifying them of an adjustment. Adjustments greater than five percent on any item will be dis-allowed. The County

- 3 -

Page 4: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

reserves the right to negotiate lower pricing based on market research information or other factors that influence price.

It is the bidder’s responsibility to request any pricing adjustment under this provision. The bidder’s request for adjustment must be submitted to the County’s Internal Services Department for review no more than 90 days or less than 45 days prior to expiration of the then current contract period.

The County reserves the right to reject any price adjustments submitted by the bidder

2.5 “ EQUAL” PRODUCT

Unless otherwise specified, the mention of a particular manufacturer’s brand name or style number in the specifications does not imply that this particular product is the only one that will be considered for purchase. The reference is intended solely to designate the style, color and type or quality of merchandise that will be acceptable.

The determination as to whether any alternate product is or is not equal shall be made solely by Miami-Dade County and such determination shall be final and binding. Miami-Dade County reserves the right to request and review additional information and samples to make such a determination.

2.6 PURCHASE OF OTHER ITEMS

While the County has listed all major items within this solicitation which are utilized by County department in conjunction with their operations, there may be similar items that must be purchased by the County during the term of this contract. Under these circumstances, a representative of Internal Services Department, Procurement Management Division will contact the awarded bidder’s to obtain a price quote. Award of these items will be made as described in paragraph 2.3. In cases where a product has been awarded and additional sizes, colors or services are required by the County, the bidder awarded the item shall be solicited for the new requirement. The County retains the right to reject any quote received and purchase the item through other means.

2.7 SAMPLES

Samples may be required from bidders being considered for award, if so they shall be submitted within ten (10) calendar days of request. Samples supplied are to be indicative of the garments proposed in the bid. Samples must be identified with bidder name, manufacturer name and model, style number and bid item number. Samples will be carefully examined as to color, design, tailoring, workmanship and compliance to specifications. Samples are to be provided at no cost to the County. Samples must be approved by the County prior to award, the County’s decision is final. Unsuccessful bidder(s) desiring the return of their samples after award may request them. The cost of

- 4 -

Page 5: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

returning such samples will be borne by the bidder. Samples not returned to the bidder shall be disposed of by the County within thirty days of the contracts award.

2.8 INSURANCE REQUIREMENT

The insurance requirement shown in Section 1.0 paragraph 1.22 does not apply to this solicitation.

2.9 AVAILABLITY AND RETURNS

The successful bidder is strongly encouraged to stock the awarded uniform items in their store. The County’s intention is to provide its employees with one stop shopping which is defined as an establishment within Miami-Dade County, at which employees will try on and purchase awarded items in regular sizes (S – 2XL) with all adjustments and patches applied within forty five minutes of them placing the order. Employees returning to the store to pick up finished uniform items must be kept to a minimum.

Out of stock items and extended sizes (3XL and above) shall be made available for pick up at the bidder’s location within thirty calendar days of the County employee placing the order. Employee shall be advised when item is available for pick up. Should the employee fail to pick-up items within fourteen (14) calendar days of being advised of its availability via telephone and/or email, the successful bidder may package the items into bags or boxes containing each individual’s items and deliver the packages to the employee’s store room location after coordination with the respective store room supervisor.

Department of Transportation and Public Works (DTPW) store room locations:

Central Warehouse Central O&I3401 NW 31 St. 3411 NW 31 St.Miami, FL. 33142 Miami, FL. 33142POC: Neyme Victores POC: Roosevelt Adams(305) 638-7226 (305) 638-7287

Coral Way O&I Finance/Revenue Room, Metro Mover2775 SW 74 St. 110 NW 3 St.Miami, FL. 33155 Miami, FL. 33128POC: Earle Petersen POC: Valerie Gary(305) 263-5483 (305) 375-5463

Major Overhaul Northeast O&I3295 NW 31 St. 360 NE 185 St.Miami, FL. 33142 Miami, FL. 33128POC: Sharon Rollins POC: Norman Davy(305) 636-3764 (305) 654-6531

- 5 -

Page 6: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Lehman Center6601 NW 72 Ave.Miami, FL. 33166POC: Nadine Turnbull or Felix Sarragua (305) 884-7571 (305) 882-1938

Returns of un-altered items delivered within the past thirty days, shall be accepted by the bidder at no charge and shall be credited to the County within fifteen calendar days. Screening, embroidery, applying patches and/or hemming of items shall be considered an alteration of the item. Repeated failure to comply with the timeframes shown above may result in the bidder being deemed in default of contract.

2.10 SUBSTITUTION OF ITEMS

Substitute brands or styles may be considered during the contract period for discontinued products. The bidder shall not provide any substitute item as a replacement to an awarded brand or style without express written consent of the Internal Services Department, Procurement Management Division prior to such delivery. Substitute items must be of equal or better quality than the awarded item and supplied at the price of the originally awarded item. Substitutes may also be considered in emergency situations. Excessive substitution requests may be cause to cancel the contract.

2.11 EXTENDED OPERATING HOURS

To accommodate the needs of County personnel, the successful bidder’s facilities must be opened a minimum of:

Monday through Wednesday 9AM to 6 PM

Thursday and Friday 9AM to 5 PM

Saturday 9AM to 1 PM

With the exception of County recognized holidays.

2.12 EMPLOYEE ACCOUNTS

Upon commencement of the contract, DTPW will provide the successful bidder a list of DTPW employees authorized to purchase uniforms under this contract, and their respective spending balance. This list will be provided in Microsoft Excel and will contain the following information: Employee Name, Badge #, and available spending balance for each employee. Thereafter, the successful bidder shall maintain an account balance for each authorized employee for accurate invoicing to the County and to ensure that the County is not invoiced for amounts greater than the employees’

- 6 -

Page 7: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

remaining balance. Employee up to date balances must be provided to DTPW Finance within two hours of their written request.

DTPW Finance will provide the successful bidder additional allowances to be added to remaining balances for each employee in June and December of each year. Additionally, the successful bidder will be notified by DTPW Finance regarding any change in employment status of employees, including new hires, terminations, retirements etc.

Upon expiration/termination of the contract, the successful bidder shall provide to the DTPW’s Finance Division a list of all outstanding orders and employee balances.

As of August 11, 2016 there were 1,540 full time bus operators, 330 part time bus operators and 100 rail operators. The number of employees authorized to use this contract may change upward or downward during the life of the contract.

2.13 MEASUREMENTS

For purposes of this bid the following approximate measurements shall apply

SIZESHIRTCHEST

PANTS WAIST

XS 30-32 26-28S 34-36 30-32M 38-40 34-36L 42-44 38-40XL 46-48 42-442XL 50-52 46-483XL 54-56 50-524XL 58-60 54-565XL 62-64 58-606XL 66-68 62-647XL 70-72 66-688XL 74-76 70-72

2.14 CONTACT PERSON:

For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: A. Rodriguez, at (305) 375-4744 email – [email protected].

2.15 COUNTY BRANDING

- 7 -

Page 8: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

All caps shall include the embroidery of the County logo and “Miami Dade Transit” below the County logo in ½” bold capital letters. The cost of the embroidery shall be the successful bidder’s responsibility and shall be included in the price of the item.

The official County logo is shown below. This version of the logo will be used on all articles where the County logo or County hook is mentioned. The logo should be no less than 2-1/2 inches across and shall not be modified without written instruction from Internal Services Department, Procurement Management Division (ISD/DPM). Information reference County branding can be found at http://www.miamidade.gov/branding .

Color Standards: The colors of the screened logo are PMS 576 Green (bar under the word MIAMI) & PMS 300 blue, with the text 100% Black. The bar with the word COUNTY in the logo is of specific proportion to the type, the proportion shall be maintained as the size of the logo increases or decreases. When color is not required the logo shall appear in black or reversed out in white. For embroidery applications the tread brand shall be Madeira, and thread colors are Green #1769, Blue #1797, Black #1800 and White #1801.

2.16 EMBROIDERED EMBLEMS:

All emblems shall be supplied by the successful bidder as patches and sewn on garments as specified by the department. One per shirt and one (1) per jacket. All lettering shall be embroidered; no silk screened emblems will be accepted. Emblem samples will be provided by the successful bidder for approval by DTPW. The cost for these emblems shall be the successful bidder’s responsibility and shall be included in the price of the garment. No additional allowances will be made for emblems required under this contract for the term of the contract.

Emblems for all Operators shall be sewn on the right sleeve.

Sizes: 2.75” width x 3.5” height

- 8 -

Page 9: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

- 9 -

Page 10: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Financial Services Emblem

Metro Mover Emblem

- 10 -

Page 11: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Metro Rail Emblem

Metro Bus Emblem

- 11 -

Page 12: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

- 12 -

Page 13: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.1 SCOPE

This contract is being established to allow the Department of Transportation and Public Works (DTPW) employees who receive a uniform allowance from the County (i.e. Bus and Rail Operators and Supervisors) to purchase items of uniform apparel as described in this solicitation. The predominant color of DTPW uniforms is spruce green or shades of green. Where colors are mentioned in the specifications the bidder must at a minimum provide those colors, where no color is mentioned all of the colors offered by the manufacturer must be available.

3.2 SIZES

Women: All women’s garments shall be available in American Ladies Standard sizes ranging from 6 through 24.

Men: Men shirts shall be available in sizes 14-1/2” through 24-1/2” neck and 32” through 35" sleeve. Men trousers shall be available in sizes 28” through 54” waist and hemmed to individual lengths.

3.3 SHIRTS

All shirts with more than four buttons should have collar stays.

3.4 TROUSERS

Trousers shall be pressed properly and completely.

3.5 UNIFORMS

3.5.1 Men’s gabardine trousers, 100% texturized polyester, 11.25 oz. per linear yard, soil release finish. Plain front, front pockets, with reinforced bottoms, all pockets shall have a minimum of 5" openings. Bartack stress points, seven belt loops capable of accepting a 2” belt. Color; Black, Dark Navy, Spruce Green. Horace Small, style HS2146 or equal.

3.5.2 Women’s Pants per above specifications with the following changes: There is to be a dart on each side/front approximately 2-3/4" long set in approximately 4-3/4" from side seams of ladies slacks, five belt loops. Color: Black, Dark Navy, Spruce Green. Horace Small, style HS2483 or equal.

3.5.3 Men’s dress trousers, 55/45 polyester/wool, with a soil release finish. Shall conform to the style and color of the blazers specified in para. 3.5.32. Edwards Garments Style 2680-07 or equal

- 13 -

Page 14: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.5.4 Women’s dress trousers, 55/45 polyester/wool, with a soil release finish. Shall conform to the style and color of the blazers specified in para. 3.5.34. Edwards Garments Style 8680-07 or equal

3.5.5 Women’s trousers, 65/35 texturized polyester/cotton, 8 oz., soil release finish. Plain front, front pockets have reinforced bottoms, bartacked at stress points. Horace Small HS2375 or equal

3.5.6 Cargo pants unisex, 65/35 polyester/cotton, rip stop fabric BDU style, button fly, 2-1/4" belt loop openings and adjustable waistband tabs, six pocket, reinforced seats & knees and draw cords at the ankles. Tru-Spec style # 1324 or equal

3.5.7 Women’s trousers, 65/35 polyester/cotton, 8 oz., with soil release finish. Plain front, pocket will have reinforced bottoms, bartacked at stress points. Waistband shall have elastic insert for a comfort fit. Horace Small HS2178, or equal.

3.5.8 Pleated skirt, 55/45 Dacron/Wool 3 ply, tropical weave, lined. Set-on waistband with stretch Ban-Rol interlining. Inseam pocket on each side, button closure with zipper. Skirt length: Misses 25” Women’s 26” Misuse’s 0-18 Women’s sizes 18W-28W. Color: Navy, Spruce Green. Edwards Garments # 9780-07, or equal.

3.5.9 Straight skirt, 55/45 Polyester/Worsted Wool, Three-Ply, 11 - 11.5 oz. wt. classic cut, no pockets, rear kick pleat, fully lined, back button closure and zipper. Colors Navy Blue, Spruce Green. Edwards Garments # 9789-07 or equal

3.5.10 Women’s shorts, 100% texturized polyester gabardine, 11.25 oz., soil release finish, pleated, 4 pockets, 5.5” opening on front pockets, five belt loops, front zipper, bartack all stress points. Color; Navy Blue, Spruce Green. Horace Small HX2181, HX2178 or equal

3.5.11 Men’s Bermuda shorts, 100% polyester gabardine, 2 ply 11.25 oz., plain front, 4 pockets, front reinforced pockets, 5” opening, quarter top, bartacked at stress points, French fly, brass zipper. Color Midnight Navy, Spruce Green. Horace Small # HX2149 or HX2712 or equal.

3.5.12 Men’s cargo shorts, 100% cotton twill 8.5 oz., six pocket, flat front, button closure. Dickies # 43214 or equal.

3.5.13 Men’s shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, short sleeve, banded collar, two patch type pockets with flap cover. Horace Small # HS1548, HS1212, HS1210 or equal.

3.5.14 Women’s shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, short sleeve, banded collar, two patch type pockets with flap cover. Horace Small # HS1549, HS1268, HS1270 or equal

3.5.15 Men’s shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, long sleeve, banded collar, two patch type pockets with flap cover, permanent creases, two button cuff. Badge tab may be requested. Horace Small # HS1116, HS1114, HS1550 or equal.

- 14 -

Page 15: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.5.16 Women’s shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, long sleeve, banded collar, two patch type pockets with flap cover, permanent creases, two button cuff. Badge tab may be requested. Horace Small # HS1169, HS1167, HS1551 or equal.

3.5.17 Unisex shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, short sleeve, stitched creases, two patch type pockets with scalloped flap cover, wickable finish, epaulets, badge tab. Horace Small # SP46WH, SP46MB or equal.

3.5.18 Unisex shirt, 65/35 Polyester/Cotton 4.2 oz. Poplin, long sleeve, stitched creases, two patch type pockets with scalloped flap cover, wickable finish, epaulets, badge tab. Horace Small # SP36WH, SP36MB or equal

3.5.19 Men’s polo shirt 60/40 Cotton/Polyester 5.6 oz., short sleeve, double needle stitch, hemmed sleeves, three button placket, available in all colors offered by the manufacturer. Port Authority K510 or equal.

3.5.20 Women’s polo shirt 60/40 Cotton/Polyester 5.6 oz., short sleeve, double needle stitch, hemmed sleeves, three button placket, available in all colors offered by the manufacturer. Port Authority L510 or equal.

3.5.21 Unisex polo shirt, 50/50 Polyester/Cotton, 6.4 oz. pique knit, short sleeve, three button placket, buttons match color of shirt, ribbed no curl collar, no pocket, taped shoulder seam, color; MD-Transit Light Green. Horace Small HX5131B or equal

3.5.22 T-Shirt, 50/50 Cotton/Polyester, with pocket, embroidered County Logo and Department’s name below it, color: Orange. Hanes 5190P or equal.

3.5.23 Jacket, waist length, wind and water proof, 100% nylon fabric outer shell, cloth type inner lining, two way zipper, elastic cuffs with hook and loop closures, two large pleated pockets with scalloped flaps, badge tab, partial elastic waistband. Horace Small HS3354 or equal.

3.5.24 Jacket, 65/35 Polyester/Cotton 7.5oz. twill, brass zipper, slash pockets with utility pocket on sleeve, all colors offered by the manufacturer, available small thru 3XL, regular and tall. Red Kap JT36 or equal.

3.5.25 Jacket, 65/35 Polyester/Cotton 7.5 twill, crew style, brass zipper, lined in black nylon quilted taffeta, all colors offered by the manufacturer, available in small to 6 extra large. Red Kap JT38 or equal.

3.5.26 Jacket, high visibility, ANSI 3 compliant, weatherproof, detachable hood, cargo pockets plus chest pocket, color Orange, available small to 5 extra large.. 3A Safety Group C3BM 7200 or equal.

3.5.27 Jacket, high visibility, two color, 5 in 1 style, waterproof, reversible vest with removable arms, zipper front with storm flap, color yellow, Class 3. Transportation Safety Apparel, Inc. (TSA) J-118 or equal.

- 15 -

Page 16: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.5.28 Jacket, high visibility, lightweight, 100% Polyester, rip stop fabric, three pocket, adjustable wrist hems, elastic waist cord adjustment, meets ANSI Class 3 standard. Ironwear 6430L or equal

3.5.29 Jacket, windbreaker, 80/20 Polyester/Cotton, available in regular and tall styles, removable liner, two way zipper closure, color green.

3.5.30 Windbreaker, lined, 100% polyester, snap front closure, elastic cuff, draw cord at hem, Available in all colors offered by the manufacturer. Liberty Uniform, Inc. #560 or approved equal

3.5.31 Rain coat, PVC over Polyester fabric, detachable hood, two front pockets, color Yellow. Ironwear 9223-Y or equal.

3.5.32 Rain coat, PVC over Polyester, attached hood, front zipper, 32” jacket, color Yellow. Ironwear 9215-Z or equal.

3.5.33 Sweater, 100% Acrylic, shaker buttons shoulders reinforced, colors Dark Green, Navy, Black.

3.5.34 Blazer, men’s, double breasted, 55/45 Dacron/Wool, 11oz. three ply, two button, breast pocket and two lower pockets, lined, color; Navy, available in short, regular and tall.

3.5.35 Blazer, men’s single breasted, 55/45 Dacron/Wool, 11oz. three ply, two button, breast pocket and two lower pockets, lined, color; Navy, available in short, regular and tall. Edwards Garment 3680-07 or equal

3.5.36 Blazer, women’s, double breasted, 55/45 Dacron/Wool, 11oz. three ply, four button, breast pocket and two lower pockets, lined, color; Navy, available in regular and tall.

3.5.37 Blazer, women’s single breasted, 55/45 Dacron/Wool, 11oz. three ply, four button, breast pocket and two lower pockets, lined, color; Navy, available in regular and tall. Edwards Garment 6680-07 or equal

3.5.38 Blazer, women’s, cardigan, 55/45 Dacron/Wool, 11oz. three ply,, one button, no collar and no lapel, color; Navy, available in regular and tall. Edwards Garments 6480-07 or equal.

3.5.39 Cap, baseball style, 100% Dacron, gabardine, front panel lined with polyurethane, hook and loop adjustment on back, color; Black, Midnight Navy, Spruce Green. Martin, Inc. 22028 or equal.

3.5.40 Cap, baseball style, 100% Dacron, gabardine, front panel lined with polyurethane, mesh back, hook and loop adjustment on back, color; Black, Midnight Navy, Spruce Green. Martin, Inc. 23028 or equal

3.5.41 Cap, 100% Cotton twill, six panel fused backing, plastic snap adjustment tab on back, color: Black, Midnight Navy, and Spruce Green. Nissin Inc., PTGC or equal.

- 16 -

Page 17: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.5.42 Hat, women’s, ‘wave’ style, 100% Polyester crown and brim, constructed of Spruce Green cloth molded to permanent shape, under heat process, blocking. Banding is to be of Green Geograin cloth 1" turned and stitched, forming over for crown/brim join. Cloth cushioned sweatband. Brim and crown are then to receive final and permanent heat blocking. Sara W, Custom or equal.

3.5.43 Tie, men’s, four in hand style, 100% Polyester, color: Black, Dark Navy, Spruce Green. Samuel Broome 90072 or equal.

3.5.44 Tie, women’s, cross over style, 100% Polyester, with covered snap, color; Black, Dark Navy, Spruce Green. Samuel Broome 90156 or equal.

3.5.45 Belt, leather, 1 ½” wide, five snap, color; Black, sizes 22 – 56. Boston Leather 6583-1 or equal.

3.5.46 Belt, leather, 1 ¾” wide, embossed, frontier style, color; Black. Artcraft Belt Co. 7790-1, Boston Leather 6505-3 or equal.

3.5.47 Belt, 1 ¾” all sizes, black. Vogel Belt Co. style Frontier or equal.

3.5.48 Belt, leather, garrison style, 1 ¾” wide, color Black. Artcraft 2905-1, Boston Leather 6505 or equal.

3.5.49 Sock, unisex, 85/15 Acrylic/Nylon, over the calf style, color; Black, Navy, White, fits shoe sizes; women 5 ½” – 10 ½” men 8 ½” – 16. Ridge Outdoors, Inc. Cool Max or equal.

3.5.50 Sock, unisex, 85/15 Acrylic/Nylon, padded, crew style, color: Black, Navy, White, fits shoe size women 5 ½” – 10 ½” men 8 ½” – 16. Ridge Outdoors, Inc. Cool Max TAZ or equal.

3.5.51 Sock, unisex, Banlon style, over the calf, stretch, color Black, Navy, White, fits shoe size women 5 ½” – 10 ½” men 8 ½” – 16. Ridge Outdoors, Inc. Pro Calf or equal

3.5.52 Shoe, unisex, oxford style, high gloss, cushioned innersole, slip resistant, five eyelets, plain toe, fiberglass shank, sizes 5-15 including half sizes up to 11 ½” whole sizes over that, available in medium through extra wide widths. Thorogood 831-6031 or equal.

3.5.53 Boot, 8”, men’s, full grain leather, side zipper, foam padded collar, antimicrobial and moisture wicking, removable insole, steel shank, slip resistant, color Black, sizes 7 – 14. Original SWAT 1012 or equal.

3.5.54 Boot, 6” men’s, full grain leather and mesh uppers, removable foot bed, slip resistant, slip resistant, color Black, sizes 7 – 15 with half sizes up to 11 ½”. Thorogood 834-6086 or equal.

- 17 -

Page 18: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

3.5.55 Boot, 6” women’s, full grain leather and mesh uppers, removable foot bed, slip resistant, slip resistant, color Black, sizes 7 – 15 with half sizes up to 11 ½”. Thorogood 534-6086 or equal.

3.5.56 Shoe, athletic style, men’s, oxford, six eyelets, leather, removable foot bed, slip and oil resistant, color black, sizes 7-12 extra wide and 7-13 wide, Skechers 76690 or equal.

3.5.57 Shoe, athletic style, women’s, oxford, six eyelets, leather, removable foot bed, slip and oil resistant, color black, sizes 5-10 regular and 6-10 wide, Skechers 76033 or equal.

3.5.58 Boot, men’s, cross trainer style, full grain leather upper, slip resistant, removable inset, fiberglass shank, color Black, size 7 -13. Thorogood, 834-6874 or equal.

3.5.59 Boot, women’s, cross trainer style, full grain leather upper, slip resistant, removable inset, fiberglass shank, color Black, size 5 -10. Thorogood, 534-6574 or equal

3.5.60 Boot, unisex, leather and mesh uppers, removable foot bed, rubber sole, color; Black, size 4-12 with half sizes plus 13 – 15 in full size. Thorogood 834-6087 or equal.

3.5.61 Shoe, men’s, high shine leather, rubber sole, removable foot bed, color; Black. Thorogood 834-6574 or equal.

3.5.62 Shoe, women’s, high shine leather, cross trainer style, rubber sole, removable foot bed, color; Black. Thorogood 534-6574 or equal.

3.5.63 Boot, leather and nylon uppers, zipper side, hook and loop zipper keeper, removable insole, slip resistant, color Black. Ridge Footwear 8003 or equal,

3.5.64 Glove, driving, half finger style, leather, open knuckles, adjustable strap. Damascus Protective Gear, Inc. D22s or equal.

3.5.65 Glove, driving, fingertips removed, Nylon. Safariland HC290 or equal.

- 18 -

Page 19: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Miami-Dade CountyProcurement Management Services

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

Solicitation No. Solicitation Title: Inmate Uniforms

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

[ * enc}

State

[ 1

Zip Code

[ * ${reqenc}

Company Contact Person:

[ *

Email Address:

[ * }

Phone Number (include area code):

[ ccked>]

* ${request.rfpdtb15_enc}

Fax Number (include area code):

[ ]

*

Company's Internet Web Address:

[ * _e}

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.

[ checked > 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.  

- 19 -

}

${request.rfpdtb13_enc}

${request.rfpdtb1 ${request.rfpdtb1

Page 20: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

[ checked>] checked > 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.

[ checked>] checked > 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:

[ checked>]  * ${request.rfpdtb18_enc}

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.  

[ checked>] checked > 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 Bidder provides 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[ checked>] checked >No

checked > 

        If yes, please provide your Certification Number: [ checked>]  * ${request.rfpdtb19_enc}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::  [ checked>]

 *     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.

- 20 -

${request.rfpdtb18_enc}

${request.rfpdtb1

${request.rfpdtb2

Page 21: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

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:

[ checked>] * $

{nc}

Date

[ checked>] * }

Type or Print Name

[ checked>] * ${request.rfpdtb23_enc}

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.

- 21 -

${request.rfpdtb21_enc}

${request.rfpdtb2

${request.rfpdtb23_enc}

Page 22: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

1Men's gabardine trousers. Black, Dark Navy, Spruce Green. Horace Small HS2146 or equal

Size 28 - 38 $___________ EachSize 40 - 54 $___________ Each

Mark here if bidding Horace Small HS2146. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

2Women's gabardine trousers. Black, Dark Navy, Spruce Green. Horace Small HS2483 or equalSize 4 - 24 $___________ Each

Mark here if bidding Horace Small HS2483. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

3 Men's dress trousers, poly/wool,Navy. Edwards Garment 2680 or equal. Size 28 - 38 $___________ EachSize 40 - 54 $___________ Each

Mark here if bidding Edwards Garments 2680. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________- 22 -

Page 23: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

- 23 -

Page 24: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

4 Women's dress trousers, poly/wool, Navy. Edwards Garments 8680 or equal.Size 4 - 24 $___________ Each

Mark here if bidding Edwards Garments 8680. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

5 Women's trousers, poly/cotton. Horace Small HS2375 or equal.Size 4 - 24 $___________ Each

Mark here if bidding Horace Small HS2375. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

6 Cargo pants, BDU style. Tru-Spec 1324 or equal.Size XS - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding Tru-Spec 1324. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 24 -

Page 25: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

7 Women's trousers, poly/cotton elastic insert in waistband. Horace Small HS2178 or equal.Size 4 - 20 $___________ EachSize 22 - 26 $___________ EachSize 28 - 32 $___________ Each

Mark here if bidding Horace Small HS2178. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

8 Pleated skirt, Dacron/Wool, Navy. Edwards Garments 9780-07 or equal.Size 4 - 24 $___________ EachSize 18W - 28W $___________ Each

Mark here if bidding Edwards Garments 9780-07. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

9 Straight skirt, poly/wool, Navy Blue, Spruce Green. Edwards Garments 9789 or equal.Size 0 - 18 $___________ EachSize 18W - 28W $___________ Each

Mark here if bidding Edwards Garments 9789. _____________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________- 25 -

Page 26: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

10Women's shorts, gabardine, 100% polyester. Colors Navy. Spruce Green. Horace Small HX2178, HX2181 or equal.Size 4 - 20 $___________ EachSize 22 - 26 $___________ EachSize 28 - 32 $___________ Each

Mark here if bidding Horace Small HX2178 and HX2181. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

11Men's bermuda shorts, gabardine, Navy, Spruce Green. Horace Small HX2149, HX2712 or equalSize S - XL (28 - 42) $___________ EachSize 2XL - 3XL (44 - 54) $___________ Each

Mark here if bidding Horace Small HX2149 and HX2712. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

12 Men's cargo shorts, 100% cotton. Dickies 43214 or equal.Size 30 - 48 $___________ Each

Mark here if bidding Dickies 43214. ___________

Complete if bidding an 'equal'

Mfg. _________________________

- 26 -

Page 27: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

13 Men's shirt, poplin, short sleeve. Horace Small HS1210, HS1212, HS1548 or equal.Size S - XL (14.5 - 17.5) $___________ EachSize 2XL - 4XL (18 -20.5) $___________ Each

Mark here if bidding Horace Small HS1210, HS1212, HS1548. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

14 Women's shirt, poplin, short sleeve. Horace Small HS1268, HS1270, HS1549 or equal.Size 6 - 20 $___________ EachSize 22 - 26 $___________ EachSize 28 - 32 $___________ Each

Mark here if bidding Horace Small HS1268, HS1270, HS1549. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

15 Men's shirt, poplin, long sleeve. Horace Small HS1114, HS1116, HS1550 or equal.Size S - XL (14.5 - 17.5) $___________ EachSize 2XL - 4XL (18 -20.5) $___________ Each

Mark here if bidding Horace Small HS1114, HS1116, HS1550. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________- 27 -

Page 28: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

16 Women's shirt, poplin, long sleeve. Horace Small HS1167, HS1169, HS1551 or equal.Size 6 - 20 $___________ EachSize 22 - 26 $___________ EachSize 28 - 32 $___________ Each

Mark here if bidding Horace Small HS1167, HS1169, HS1551. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

17Shirt, unisex, 65/35 Polyester/cotton, short sleeve. Horace Small SP46WH, SP46MB or equal.Size S - XL $___________ EachSize 2XL - 4XL $___________ Each

Mark here if bidding Horace Small SP46WH, SP46MB. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

18Shirt, unisex, 65/35 Polyester/cotton, long sleeve. Horace Small SP36WH, SP36MB or equal.Size S - XL $___________ EachSize 2XL - 4XL $___________ Each

Mark here if bidding Horace Small SP36WH, SP36MB. ___________

Complete if bidding an 'equal'

Mfg. _________________________- 28 -

Page 29: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

19Men's polo shirt, 60/40 Cotton/Polyester, short sleeve, all colors offered by the manufacturer. Port Authority K510 or equal.Size XS - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mark here if bidding Port Authority K510. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

20Women's polo shirt, 60/40 Cotton/Polyester, short sleeve, all colors offered by the manufacturer. Port Authority L510 or equal.Size XS - XL $___________ EachSize 2XL - 4XL $___________ Each

Mark here if bidding Port Authority L510. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

21 Polo shirt, unisex, 50/50 Cotton/Polyester, MD-Transit light green. HX5131B or equalSize S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mark here if bidding Horace Small HX5131B. ___________

Complete if bidding an 'equal'

Mfg. _________________________- 29 -

Page 30: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

22T-Shirt, 50/50 Polyester/Cotton, pocket, embroidered with County Logo and ddepartment name. Hanes 5190P or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ Each

Mark here if bidding Hanes 5190P. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

23 Jacket, wind and waterproof, 100% Nylon. Horace Small HS3354 or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mark here if bidding Horace Small HS3354. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

24Jacket, 65/35 Polyester/Cotton, all colors offered by the manufacturer. Red Kap JT36 or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ Each

Mark here if bidding Red Kap JT36. ___________

Complete if bidding an 'equal'

Mfg. _________________________- 30 -

Page 31: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

25Jacket, 65/35 Polyester/Cotton, all colors offered by the manufacturer. Red Kap JT38 or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mark here if bidding Red Kap JT38. _________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

26Jacket, high visability, weatherproof, ANSI 3 compliant. 3A Safety Group, C3BM7200 or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding 3A Safety Group C3BM7200 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

27Jacket, high visibility, 5 in 1 style, class 3. Transportation Safety Apparel Inc. J-118 or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding TSA J118 ___________

Complete if bidding an 'equal'Mfg. _________________________

- 31 -

Page 32: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

28Jacket, high visibility, lightweight, meets ANSI Class 3 standards. Ironwear style 6430L or equal. Size M - XL $___________ EachSize 2Xl - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding Ironwear 6430L ___________

Complete if bidding an 'equal'Mfg. _________________________

Style: ________________________

29 Jacket, windbreaker, 80/20 Polyester/Cotton.

Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mfg. _________________________

Style: ________________________

- 32 -

Page 33: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

30Windbreaker, lined, 100% Polyester, available in all colors offered by the manufacturer. Liberty Uniform 560 or equal,Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 6XL $___________ Each

Mark here if bidding Liberty Uniform 560 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

31 Rain coat, detachable hood, yellow. Ironwear 9223-Y or equal.Size S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding Ironwear 9223-Y ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

32 Rain coat, attached hood, yellow. Ironwear 9215-Y or equalSize S - XL $___________ EachSize 2XL - 3XL $___________ EachSize 4XL - 5XL $___________ Each

Mark here if bidding Ironwear 9215-Y ___________

Complete if bidding an 'equal'

Mfg. _________________________- 33 -

Page 34: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

33 Sweater, 100% Acrylic, Colors; Dark Green, Black, Navy. Size S - XL $___________ EachSize 2XL - 4XL $___________ Each

Mfg. _________________________

Style: ________________________

34 Blazer, men's double breasted. Dacron/wool, color; Navy. Size 36 - 46 $___________ EachSize 48 - 58 $___________ Each

Mfg. _________________________

Style: ________________________

35Blazer, men's single breasted, Dacron/wool, color; Navy. Edwards Garment 3680-07 or equal.Size 36 - 46 $___________ EachSize 48 - 58 $___________ Each

Mark here if bidding Edwards Garments 3680-07 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

36 Blazer, women's double breasted. Dacron/wool, color; Navy. Size 0 - 16 $___________ EachSize 18 - 28 $___________ Each

Mfg. _________________________

Style: ________________________

- 34 -

Page 35: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

37Blazer, women's single breasted, Dacron/wool, color; Navy. Edwards Garment 6680-07 or equal.Size 0 - 16 $___________ EachSize 18 - 28 $___________ Each

Mark here if bidding Edwards Garments 6680-07 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

38Blazer, women's cardigan, 55/45 Dacron/Wool, no lapel, Navy. Edward Garments 6480-07 or equal.Size 0 - 16 $___________ EachSize 18 - 28 $___________ Each

Mark here if bidding Edwards Garments 6480-07 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

39 Baseball cap, 100% Dacron, hook and loop adjustment. Martin, Inc. 22028 or equal.

$___________ Each

Mark here if bidding Martin, Inc 22028 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 35 -

Page 36: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

40Baseball cap, 100% Dacron, hook and loop adjustment, mesh back. Martin, Inc. 23028 or equal.

$___________ Each

Mark here if bidding Martin, Inc 23028 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

41 Cap, 100% Cotton, six panel. Nissin Inc. PTGC or equal.

$___________ Each

Mark here if bidding Nissin, Inc. PTGC ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

42 Hat, women's, wave style, 100% Polyester crown and brim. Sara W, Custom or equal.

$___________ Each

Mark here if bidding Sara W., Custom ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 36 -

Page 37: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

43 Tie, men's, four in hand. Samuel Broome 90072 or equal.

$___________ Each

Mark here if bidding Samuel Broome, 90072 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

44 Tie, women's, cross over style. Samuel Broome 90156 or equal.

$___________ Each

Mark here if bidding Samuel Broome, 90156 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

45 Belt, leather, five snap. Boston Leather 6583-1 or equal.Size 22 - 40 $___________ EachSize 42 - 56 $___________ Each

Mark here if bidding Boston Lether 6583-1 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 37 -

Page 38: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

46 Belt, leather, frontier style. Boston Leather 6505-3 or equal.Size 22 - 40 $___________ EachSize 42 - 56 $___________ Each

Mark here if bidding Boston Lether 6505-3 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

47 Belt, 1.75", black. Vogel Belt Co., style Frontier or equal.

$___________ Each

Mark here if bidding Vogel, Frontier ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

48 Belt, leather, garrison style. Boston Leather 6505 or Artcraft 2905-1 or equal.Size 22 - 40 $___________ EachSize 42 - 56 $___________ Each

Mark here if bidding Boston Lether 6505 ___________

Mark here if bidding Artcraft 2905-1 ___________

Complete if bidding an 'equal'

Mfg. _________________________

- 38 -

Page 39: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

49 Socks, 85/15 Acrylic/Nylon color; Black, Navy, White. Ridge Outdoors, Inc. Cool Max or equal

$___________ Each

Mark here if bidding Ridge Outdoors, Cool Max ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

50Socks, 85/15 Acrylic/Nylon color; Black, Navy, White. Ridge Outdoors, Inc. Cool Max TAZ or equal

$___________ Each

Mark here if bidding Ridge Outdoors, Cool Max TAZ ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

51 Socks, 85/15 color; Black, Navy, White. Ridge Outdoors, Inc. Pro Calf or equal

$___________ Each

Mark here if bidding Ridge Outdoors, Pro Calf. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 39 -

Page 40: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

52 Shoe, oxford, high gloss. Thorogood 831-6031 or equal.Size 5 - 15 $___________ Each

Mark here if bidding Thorogood 831-6031. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

53 Boot, men's, 8", leather, side zipper. Original SWAT, 1012 or equal.

$___________ Each

Mark here if bidding Original SWAT, 1012. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

54 Boot, men's, 6",leather and mesh. Thorogood 834-6086 or equal.

$___________ Each

Mark here if bidding Thorogood, 834-6086. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 40 -

Page 41: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

55 Boot, women's, 6",leather and mesh. Thorogood 534-6086 or equal.

$___________ Each

Mark here if bidding Thorogood, 534-6086. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

56 Shoe men's, athletic style, color Black. Skechers 76690 or equal.

$___________ Each

Mark here if bidding Skechers 76690. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

57 Shoe women's, athletic style, color Black. Skechers 76033 or equal.

$___________ Each

Mark here if bidding Skechers 76033. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 41 -

Page 42: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

58 Boot, men's cross trainer, Black. Thorogood 834-6874 or equal.

$___________ Each

Mark here if bidding Thorogood 834-6874. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

59 Boot, women's cross trainer, Black. Thorogood 534-6574 or equal.

$___________ Each

Mark here if bidding Thorogood 534-6574. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

60 Boot, leather and mesh, color; Black. Thorogood 834-6087 or equal.

$___________ Each

Mark here if bidding Thorogood 834-6087. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 42 -

Page 43: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

61 Shoe, men's leather, Black. Thorogood 834-6574 or equal

$___________ Each

Mark here if bidding Thorogood 834-6574. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

62 Shoe, women's leather, Black. Thorogood 534-6574 or equal

$___________ Each

Mark here if bidding Thorogood 834-6574. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

63 Boot, leather and nylon upper, Black. Ridge Footwear 8003 or equal.

$____________ Each

Mark here if bidding Ridge Footwear 8003. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 43 -

Page 44: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Item Description Unit Price Unit of Measure

64 Glove, half finger style. Damascus Protective Gear D22s or equal.

$____________ Each

Mark here if bidding Damascus Protective Gear D22s. ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

65 Glove, driving, nylon. Safariland HC290 or equal.

$____________ Each

Mark here if bidding Safariland HC290 ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

66 Belt, 1 3/4" all sizes, Black. Vogel Belt Co. Frontier of equal.

$___________ Each

Mark here if bidding Vogal Belt Co. Frontier style ___________

Complete if bidding an 'equal'

Mfg. _________________________

Style: ________________________

- 44 -

Page 45: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

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. :

[ checked>] * ${request.rfpdtb1_enc}

Federal EmployerIdentification Number (FEIN):

[ checked>] * ${request.rfpdtb2_enc}

 

  Contract Title: [ checked>]  * ${request.rfpdtb3_enc}  

  

[ checked>]  * ${request.rfpdtb4_enc}

 

[ checked>]  * ${request.rfpdtb5_enc}

 

[ checked>]  * ${request.rfpdtb6_enc}

Printed Name of Affiant    Printed Title of Affiant   Signature of Affiant 

[ checked>]  * ${request.rfpdtb7_enc}[ checked>]  * $

{request.rfpdtb8_enc}Name of Firm     Date

[ checked>]  * ${request.rfpdtb9_enc}

[ checked>]  * ${request.rfpdtb10_enc}

 [ checked>]  * $

{request.rfpdtb11_enc}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

- 45 -

${request.rfpdtb1 ${request.rfpdtb2

${request.rfpdtb3_enc}

${request.rfpdtb4_enc} ${request.rfpdtb5 ${request.rfpdtb6

${request.rfpdtb7_enc}${request.rfpdtb8

${request.rfpdtb9_enc} ${reques ${request.rfpdtb1

Page 46: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

          

Print or Stamp of Notary Public   Expiration Date   Notary  Public Seal 

- 46 -

Page 47: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

SUBCONTRACTOR/SUPPLIER LISTING(Miami-Dade County Code Sections 2-8.1, 2-8.8 and 10-34)

  

Name of Bidder/Proposer:  [ checked>]  * ${request.rfpdtb1_enc} FEIN No. [ checked>]

 * ${request.rfpdtb2_enc} 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 Nam

e and

Address of

First Tier Direct

Supplier

Principal Own

er

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 Hispanic

Asian/Pacific Islande

r

Native Americ

an/ Native Alaska

n

Other M F White Black Hispanic

Asian/Pacific Islande

r

Native Americ

an/ Native Alaska

n

Other

[

checked>

[

checked>

[

checked>

[checked

[checked>]

[checked

[checked

[checked

[checked

[checked

[checked

[checked

[checked>]

[checked

[checked

[checked

[checked

[checked

[checked

- 47 -

${request.rfpdtb1_enc}

${request.rfpdtb2_enc}

${req ${req

Page 48: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

]

* ${request.rfpdtb3_enc}

]

* ${request.rfpdtb4_enc}

]

* ${request.rfpdtb5_enc}

>]

* ${request.rfpdtb6_enc}

 * ${request.rfpdtb7_enc}

>]

* ${request.rfpdtb8_enc}

>]

* ${request.rfpdtb9_enc}

>]

* ${request.rfpdtb10_enc}

>]

* ${request.rfpdtb11_enc}

>]

* ${request.rfpdtb12_enc}

>]

* ${request.rfpdtb13_enc}

>]

* ${request.rfpdtb14_enc}

 * ${request.rfpdtb15_enc}

>]

* ${request.rfpdtb16_enc}

>]

* ${request.rfpdtb17_enc}

>]

* ${request.rfpdtb18_enc}

>]

* ${request.rfpdtb19_enc}

>]

* ${request.rfpdtb20_enc}

>]

* ${request.rfpdtb21_enc}

[

checked>]

* ${request.rfpdtb22_enc}

[

checked>]

* ${request.rfpdtb23_enc}

[

checked>]

* ${request.rfpdtb24_enc}

[checked>]

* ${request.rfpdtb25_enc}

[checked>]

 * ${request.rfpdtb26_enc}

[checked>]

* ${request.rfpdtb27_enc}

[checked>]

* ${request.rfpdtb28_enc}

[checked>]

* ${request.rfpdtb29_enc}

[checked>]

* ${request.rfpdtb30_enc}

[checked>]

* ${request.rfpdtb31_enc}

[checked>]

* ${request.rfpdtb32_enc}

[checked>]

* ${request.rfpdtb33_enc}

[checked>]

 * ${request.rfpdtb34_enc}

[checked>]

* ${request.rfpdtb35_enc}

[checked>]

* ${request.rfpdtb36_enc}

[checked>]

* ${request.rfpdtb37_enc}

[checked>]

* ${request.rfpdtb38_enc}

[checked>]

* ${request.rfpdtb39_enc}

[checked>]

* ${request.rfpdtb40_enc}

Business Nam

e and

Address of

First Tier

Subcontractor/

Principal Own

er

Scope of Work to be

Performed by Subcontractor

/ Subc

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 Hispani

cAsian/Pacific Islande

r

Native Americ

an/ Native Alaska

n

Other M F White Black Hispanic

Asian/Pacific Islande

r

Native Americ

an/ Native Alaska

n

Other

- 48 -

${reques ${reques ${reques${req ${req ${req ${req

${req ${req ${req ${req ${req${req

${req ${req ${req ${req ${req ${req

${reques ${reques ${reques

${req${req

${req ${req ${req ${req ${req ${req ${req${req

${req ${req ${req ${req ${req ${req

Page 49: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

Subcon onsulta

[

checked>]

* ${request.rfpdtb41_enc}

[

checked>]

* ${request.rfpdtb42_enc}

[

checked>]

* ${request.rfpdtb43_enc}

[checked>]

* ${request.rfpdtb44_enc}

[checked>]

 * ${request.rfpdtb45_enc}

[checked>]

* ${request.rfpdtb46_enc}

[checked>]

* ${request.rfpdtb47_enc}

[checked>]

* ${request.rfpdtb48_enc}

[checked>]

* ${request.rfpdtb49_enc}

[checked>]

* ${request.rfpdtb50_enc}

[checked>]

* ${request.rfpdtb51_enc}

[checked>]

* ${request.rfpdtb52_enc}

[checked>]

 * ${request.rfpdtb53_enc}

[checked>]

* ${request.rfpdtb54_enc}

[checked>]

* ${request.rfpdtb55_enc}

[checked>]

* ${request.rfpdtb56_enc}

[checked>]

* ${request.rfpdtb57_enc}

[checked>]

* ${request.rfpdtb58_enc}

[checked>]

* ${request.rfpdtb59_enc}

[

checked>]

* ${request.rfpdtb60_enc}

[

checked>]

* ${request.rfpdtb61_enc}

[

checked>]

* ${request.rfpdtb62_enc}

[checked>]

* ${request.rfpdtb63_enc}

[checked>]

 * ${request.rfpdtb64_enc}

[checked>]

* ${request.rfpdtb65_enc}

[checked>]

* ${request.rfpdtb66_enc}

[checked>]

* ${request.rfpdtb67_enc}

[checked>]

* ${request.rfpdtb68_enc}

[checked>]

* ${request.rfpdtb69_enc}

[checked>]

* ${request.rfpdtb70_enc}

[checked>]

* ${request.rfpdtb71_enc}

[checked>]

 * ${request.rfpdtb72_enc}

[checked>]

* ${request.rfpdtb73_enc}

[checked>]

* ${request.rfpdtb74_enc}

[checked>]

* ${request.rfpdtb75_enc}

[checked>]

* ${request.rfpdtb76_enc}

[checked>]

* ${request.rfpdtb77_enc}

[checked>]

* ${request.rfpdtb78_enc}

  

[ checked>] checked >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.

- 49 -

${reques ${reques ${reques

${req${req

${req ${req ${req ${req ${req ${req ${req${req

${req ${req ${req ${req ${req ${req

${reques ${reques ${reques

${req${req

${req ${req ${req ${req ${req ${req ${req${req

${req ${req ${req ${req ${req ${req

Page 50: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

 

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

- 50 -

Page 51: Web viewAbelin Rodriguez, Telephone: (305) 375-4744, E-Mail: abelin@miamidade.gov ... The bar with the word COUNTY in the logo is of specific proportion to the type,

INTENTIONALLY BLANK PAGE

- 51 -