miamidade.gov€¦ · web viewinmate gym shorts, 65/35 poly/combed cotton, 7.5 oz., 1½” heat...
TRANSCRIPT
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:
INMATE UNIFORMS
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)
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.
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this solicitation is to establish a contract for the purchase of inmate uniforms in conjunction with the County's needs.
2.2 TERM OF CONTRACT
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 and upon completion of the expressed and/or implied warranty periods.
2.3 METHOD OF AWARD
Award will be made to the lowest priced responsive, responsible bidders on an item-by-item basis. An ‘item’ is defined as the total of all prices for the required sizes. Failure to provide a price for a required size may result in the bid for that item being rejected.
In situations where a bidder wishes to provide the item or service at no cost to the County, enter zero (0) on the appropriate pricing line; do not leave the line blank.
2.4 PRICES
The prices proposed by the awarded bidder(s) shall remain fixed for a period of no less than 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’s manufacturer. Acceptable documentation for an adjustment may be an email or letter by the item Manufacturer to its distributors notifying them of an adjustment. Adjustments greater than five percent on any item will be dis-allowed. The County reserves the right to negotiate lower pricing based on market conditions 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 less than 90 days prior to expiration of the then current contract period.
The County reserves the right to reject any price adjustments submitted by the bidder.
- 3 -
2.5 PRODUCTS
A. 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. This reference is intended solely to designate the style, type or quality of merchandise that will be acceptable. If an “equal” product is to be considered by the County in accordance with the Bid/Proposal Submission Form, the product shall be equal in style, color, quality and standards of performance to the item specified in the solicitation.
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 upon all bidders. Miami-Dade County reserves the right to request and review additional information and samples to make such a determination.
Each ‘equal’ item must be clearly identified on the offer submittal pages(s) as to manufacturer and style number. Failure to provide this information with the offer may result in rejection of the offer.
B SAMPLES
Bidders may be required to submit a sample of the goods to be supplied for evaluation by, and at no cost to the County. This sample will become property of the County, and may or may not be returned to the bidder at the County’s option. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name, brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, by the specified date stipulated in the notice, the County may not consider the bidder's proposal for that item(s).
The County reserves the right to perform its own testing procedures. Any costs for testing shall be borne by bidder. On the basis of this testing and analysis, the County shall be sole judge of the acceptability of the sample in conformance with the bid specifications and its decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted.
- 4 -
2.6 DELIVERY
The bidder shall make deliveries of ordered items within forty five (45) calendar days after the date of the order with the exception of extended sizes which are defined as 4XL and larger which must be delivered within sixty (60) calendar days of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery time frames shall be adhered to by the bidder; except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County.
Should the bidder(s) to whom the contract is awarded fail to deliver in the number of days stated above, the County reserves the right to cancel the order on a default basis at no cost to the County. If the order is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent bidder with any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the contract for default. Repeated late delivery or failure to deliver complete order(s) may also result in default and contract termination.
2.7 PURCHASE OF OTHER ITEMS
While the County has listed all major items within this solicitation which are utilized by County departments 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 the Internal Services Department, Procurement Management Division will contact the awarded bidders 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 bidders 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.
2.8 SUBSTITUTION OF ITEMS
Substitute brands or styles may be considered during the contract period. The bidder shall not deliver any substitute item as a replacement to an awarded product without express written consent of Internal Services Department, Procurement Management Division prior to such delivery. Substitute items must be provided at the contract price and be of equal or better quality than the awarded item.
2.9 INSURANCE REQUIREMENT- 5 -
The insurance requirement shown in Section 1.0 paragraph 1.22 does not apply to this solicitation.
2.10 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].
2.12 MEASUREMENTS
Inmate clothing shall be available in sizes Small (S) through ten extra large (10XL).
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 70-729XL 77-82 74-7610XL 83-86 78-80
- 6 -
3.1 SCOPE
Provide various types of clothing used by Miami-Dade County as uniforms for incarcerated inmates.
3.2 INMATE UNIFORMS
3.2.1 RESIDENT SCRUB SETS
Two piece scrub set. SHIRT – unisex V-neck pullover shirt; short sleeve. PANTS – elastic waist pants, no fly, no drawstring, no pockets. 65/35 Poly/cotton, 3.5 – 4.5oz. Poplin or broadcloth, colors: Orange, Red, White, Brown, Beige, Black, Mustard Gold, Charcoal Grey or Olive Green. Five thread safety stitch, serge seams, double fold clean finish hems, sizes XS – 10XL. Note: once a color has been awarded it cannot be changed for the term of the contract without prior written approval by MDCR. Bob Barker #2210-50c/2204-50c, Pride Enterprises # 2210-50c/2204-01 or equal.
SILK SCREEN: SHIRT – Silk screened with “INMATE D.C.J.”, 2” letters in Black, centered horizontally across the back.
PANTS – Silk screened with “INMATE D.C.J.” 2” letters in Black, centered vertically on the outside of the left leg.
3.2.2 RELEASE SCRUB SETS
Same requirements as the above with the exception of there is no screening required.
3.2.3 INMATE JUMPSUIT
One piece, short raglan sleeves, 65/35 poly/cotton, rustproof snaps, one breast pocket, Triple stitched seams with bartack at crotch, pocket and stress points, elastic back, size: XS - 8XL, color: Charcoal Grey, Grey and Navy. Silk screen, centered on the back in 2” letters J S D in white or black (as requested). Pride Enterprises 2134-27 or equal.
GYM SHORTS
3.2.4 A. Resident Shorts
Inmate Gym Shorts, 65/35 poly/combed cotton, 7.5 oz., 1½” heat resistant woven elastic waistband. Waistband shall be double needle stitched to pants. No pockets or drawstrings. All seams 3 needle stitched. Crotch to be, double needle lock stitched and bartacked. Leg hems double folded and lock stitched, 10” inseams, sizes S – 7XL.
- 7 -
Colors: Brown, Red, Navy Blue, Orange, and White. Pride Enterprises, Style #2204-05 or equal.
SILK SCREEN: Silk screened with the word “INMATE”, centered vertically down the side of the right leg. (only when requested). 2” letters in white.
3.2.5 B. Release Shorts
Inmate Release Gym Shorts, may be elastic or drawstring waist, size S- 7XL, color: any of the following Beige, Black, Mustard Gold, Charcoal Grey, Olive Green. No silk screening required 4 ½” inseam. Pride Enterprises 2204-51 or equal.
3.2.6 DENIM INMATE JACKET
Inmate blue denim jacket, 7.5oz. 65/35, poly/cotton, hip length, fleece lined, no pockets, preshrunk, heavy duty. Available in sizes up to 7XL.
CLOSURE: Metal button front
CUFFS: Full length long sleeves
MAJOR SEAMS: Safety-stitched with over-lock for added strength and durability.
LINER: 5 Oz. fleece liner
POCKETS: NO POCKETS
STYLING: Full cut for freedom of movement and added comfort.
SILK SCREEN: Silk screened with “INMATE D.C.J.”, 2” letters in white, centered horizontally across the back.
- 8 -
3.2.7 INMATE SHIRT “SUMTER”
Five (5) thread safety stitch, surged seams. 2 thread lock-stitch on left breast pocket. Lap shoulder seams. Hemmed clean finish short sleeves and bottom, 5 button front, convertible collar. Pointed 2” contrasting shoulder stripe on each shoulder, size S – 6XL. Color; Postman Blue with White shoulder stripes. Pride Enterprises #2107-09, or equal.
FABRIC: 65/35 Poly/cotton twill, 7.5 oz. per yard.
3.2.8 INMATE PANTS “SUMTER” (Boot Camp Cadet Uniform)
Five (5) thread safety stitch surged seams, 2 thread lock-stitch, fabric 65/35, Poly/cotton 7.5oz.per yard, twill, wrinkle resistant. Stitching, 2 back patch pockets, 2 front slant patch pockets, five, 5/8” belt loops, bar-tacked fly and pockets, Button fly front, 1” stripe on each side seam, sizes 28 -50. Un-hemmed bottoms. Color; Blue pant, white stripe. Pride Enterprises #2101-09 or equal.
3.2.9 INMATE T-SHIRTS
Crew neck, 50/50 cotton/polyester, 5.5 oz. per yard, short sleeve, no pocket, available in both Light Blue and White size S – 5X. No printing required. Jerzees, 29M, Gildan #8000 or equal.
3.2.10 RELEASE T-SHIRT
Crew neck, 100% cotton, 4.5 to 5.0 oz. short sleeve, no pocket, color: white, no printing required, sizes S-5X. Jerzees 363M, Gildan #5000 or equal.
3.2.11 MEN’S BRIEFS
100% pre-shrunk Cotton, elastic waist and leg bands, fully functional fly, color: White, sizes S – 5XL. Pride Enterprises. #2228-04, Charm-Tex CL/BRIEF or equal
3.2.12 WOMEN’S SPORTS BRAS
Sports bra, cotton/lycra, pullover style, color: White, sizes A-D and
32 – 52. Pride Enterprises #2228-30, Bob Barker EBASPL, Charm-Tex, CL/ISBRA or equal.
- 9 -
3.2.13 WOMEN’S BRIEFS
100% pre-shrunk Cotton, elastic waist and leg bands, color: White,
sizes 5-16. Bob Barker, ELBLCTN, Pride Enterprises 2228-09 or equal.
3.2.14 SOCKS
Crew type, Polyester/cotton blend, elastic top, color: White, mid-calf, fits men’s sizes 7 – 12. Bob Barker #WC, Charm-Tex #SCK/CREW, or equal.
3.2.15 SANDALS
X-strap sandal, shower shoe, sizes S – 3XL. Bob Barker 5114X. Charm-Tex Inc. or equal.
3.2.16 TENNIS SHOE
Canvas fabric, slip on type, twin elastic gores, non-marking vulcanized rubber sole, color: Navy Blue. Available in whole and half sizes 3 – 11 ½ and 13 -16 in whole sizes.
Bob Barker, 255, or equal.
3.2.17 CLOG (Crogs)
100% EVA, metal free, heel strap, color; orange, size S - 2XL.
Charm-Tex #F/CROGSOR, Bob Barker, EVASTPN-OR or equal
- 10 -
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.
- 11 -
}
${request.rfpdtb13_enc}
${request.rfpdtb1 ${request.rfpdtb1
[ 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.
- 12 -
${request.rfpdtb18_enc}
${request.rfpdtb1
${request.rfpdtb2
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.
- 13 -
${request.rfpdtb21_enc}
${request.rfpdtb2
${request.rfpdtb23_enc}
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
1
Resident scrub set, 65/35 Polyester/Cotton, V neck short sleeve shirt. Elastic waist pants. Color to be determined by ordering department. Bob Barker 2210-50c/2204-50c, PRIDE Enterprises 2210-50c/2204-01 or equal.
3500 Size S - XL $__________ Each2000 Size 2XL - 3XL $__________ Each1000 Size 4XL - 5XL $__________ Each250 Size 6XL - 7XL $__________ Each200 Size 8XL - 10XL $__________ Each
____________ Mark here if bidding Bob Barker 2210-50c/2204-50c
____________ Mark here if bidding Pride Ent. 2210-50c/2204-01
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 14 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
2
Release scrub set, 65/35 Polyester/Cotton, V neck short sleeve shirt. Elastic waist pants. Color to be determined by ordering department. Bob Barker 2210-50c/2204-50c, PRIDE Enterprises 2210-50c/2204-01 or equal.
3000 Size S - XL $__________ Each2000 Size 2XL - 3XL $__________ Each1000 Size 4XL - 5XL $__________ Each200 Size 6XL - 7XL $__________ Each200 Size 8XL - 10XL $__________ Each
____________ Mark here if bidding Bob Barker 2210-50c/2204-50c
____________ Mark here if bidding Pride Ent. 2210-50c/2204-01
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 15 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
3Jumpsuit, 65/35 Polyester/Cotton, short sleeve,elastic back. Pride Enterprises 2134-27 or equal.
500 Size S - XL $__________ Each250 Size 2XL - 3XL $__________ Each300 Size 4XL - 5XL $__________ Each300 Size 6XL - 8XL $__________ Each
____________ Mark here if bidding Pride Ent. 2134-27
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
4
Resident gym shorts, 65/35 Polyester/Cotton, elastic waistband 10" inseam. Pride Enterprises 2204-05 or equal.
500 Size S - XL $__________ Each300 Size 2XL - 3XL $__________ Each500 Size 4XL - 5XL $__________ Each500 Size 6XL - 7XL $__________ Each
____________ Mark here if bidding Pride Ent. 2204-05
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 16 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
5Release gym shorts, 65/35 Polyester/Cotton, elastic waistband. Pride Enterprise 2204-51 or equal.
8500 Size S - XL $__________ Each10000 Size 2XL - 3XL $__________ Each8000 Size 4XL - 5XL $__________ Each100 Size 6XL - 7XL $__________ Each
____________ Mark here if bidding Pride Ent. 2204-51
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
6 Denim jacket, 65/35 Polyester/Cotton, fleece lined.
200 Size S - XL $__________ Each100 Size 2XL - 3XL $__________ Each100 Size 4XL - 5XL $__________ Each100 Size 6XL - 7XL $__________ Each
Manufacturer: __________________
Style: ________________________
- 17 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
7
Shirt, Sumter style, 65/35 Polyester/Cotton, twill, blue with white stripe. Pride Enterprises 2107-09 or equal.
300 Size S - XL $__________ Each200 Size 2XL - 3XL $__________ Each50 Size 4XL - 6XL $__________ Each
____________ Mark here if bidding Pride Ent. 2107-09
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
8
Pants, Sumter style, 65/35 Polyester/Cotton, twill, blue with white stripe. Pride Enterprise 2101-09 or equal.
500 Size 28 - 42 $__________ Each50 Size 44 - 46 $__________ Each50 Size 48 - 50 $__________ Each
____________ Mark here if bidding Pride Ent. 2101-09
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 18 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
9
T-Shirt, resident, 50/50 Polyester/Cotton, crew neck, short sleeve, white. Jerzees, 29M, Gildan #8000 or equal.
7000 Size S - XL $__________ Each2000 Size 2XL - 3XL $__________ Each500 Size 4XL - 5XL $__________ Each
____________ Mark here if bidding Jerzees 29M
____________ Mark here if bidding Gildan 8000
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
10T-Shirt, release, 100% Cotton, crew neck, short sleeve, white. Jerzees, 363M, Gildan #5000 or equal.
8500 Size S - XL $__________ Each9500 Size 2XL - 3XL $__________ Each1500 Size 4XL - 5XL $__________ Each
____________ Mark here if bidding Jerzees 363M
____________ Mark here if bidding Gildan 5000
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 19 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
11Men's briefs, 100% Cotton, elastic waistband, Pride Enterprises. #2228-04, Charm-Tex CL/BRIEF or equal
150 Size S - XL $_________ Dozen50 Size 2XL - 5XL $_________ Dozen
____________ Mark here if bidding Pride Ent. 2228-04
____________ Mark here if bidding Charm-Tex CL/BRIEF
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
12
Sport bra, pullover type, white. Pride Enterprises #2228-30, Bob Barker EBASPL, Charm-Tex, CL/ISBRA or equal.
500 Size 32 - 38 $_________ Dozen250 Size 40 - 44 $_________ Dozen100 Size 46 - 52 $_________ Dozen
____________ Mark here if bidding Pride Ent. 2228-30
____________ Mark here if bidding Charm-Tex CL/ISBRA
____________ Mark here if bidding Bob Barker, EBASPL
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 20 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
13Women's briefs, 100% Cotton, elastic waist, white. Bob Barker, ELBLCTN, Pride Enterprises 2228-09 or equal
500 Size 5 - 8 $_________ Dozen250 Size 9 - 16 $_________ Dozen
____________ Mark here if bidding Bob Barker, ELBLCTN
____________ Mark here if bidding Pride Ent. 2228-09
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
14 1000
Crew socks, poly/cotton blend elastic top, white, size 7 - 12. Bob Barker, WC, Charm-Tex, SCK/CREW or equal.
$_________ Dozen
____________ Mark here if bidding Bob Barker, WC
____________ Mark here if bidding Charm-Tex, SCK/CREW
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 21 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
15Sandals, X-Strap, shower shoe. Bob Barker 5114X, Charm-Tex, F/XSTRAP or equal.
20000 Size S - XL $_________ Dozen10000 Size 2XL - 3XL $_________ Dozen
____________ Mark here if bidding Bob Barker, 5114X
____________ Mark here if bidding Charm-Tex, F/XSTRAP
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
16 Tennis shoes, slip on type, color Navy. Bob Barker, 255 or equal
5000 Size 3 - 11 1/2 available in half sizes $_________ Pair3000 Size 12 -16 in full sizes $_________ Pair
____________ Mark here if bidding Bob Barker, 255
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 22 -
Item Number
Estimated Annual Usage
Description Unit PriceUnit of
Measure
17Clogs, 100% EVA, Orange. Charm-Tex #F/CROGSOR, Bob Barker, EVASTPN-OR or equal.
500 Size S - XL $_________ Pair250 Size 2XL $_________ Pair
____________ Mark here if bidding Charm-Tex, F/CROGSOR
____________ Mark here if bidding Bob Barker, EVASTPN-OR
If bidding an "equal" complete below
Manufacturer: __________________
Style: ________________________
- 23 -
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
- 24 -
${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
Print or Stamp of Notary Public Expiration Date Notary Public Seal
- 25 -
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
- 26 -
${request.rfpdtb1_enc}
${request.rfpdtb2_enc}
${req ${req
]
* ${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
- 27 -
${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
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.
- 28 -
${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
I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.
- 29 -
- 30 -