Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAM1, FLORIDA INTER -OFFICE MEMORANDUM TO: Annie Perez, Director Procurement Department FROM: Jose S. Camero, Direc Building Department DATE: January 28, 201p SUBJECT: Increase in capacity for Reproduction and Binding Services — Prequalification Miami -Dade County Contract No. 8254-1/22-1 REFERENCES: PO 1807426 ENCLOSURES: The Building Department is requesting an increase in capacity to the annual allotment for Reproduction and Binding Services. This annual allotment increase is required as the department has gone over the capacity authorized by the City Manager. Currently, Building's annual allotment for reproduction and binding services is $50,000. Due to the implementation of Electronic Plan Review (ePlan), and the volume of plans and related documents that need to be scanned, we are requesting an annual increase in capacity in the amount of $300,000, in order to be able to utilize the contract through the existing term, which expires on October 31, 2022. The pertaining Building Department account code is 04004,282000.534000.0000.00000 C: Victoria Giraldo, Procurement Contracting Officer Pearl Bethel, Senior Procurement Contracting Manager Yadissa Calderon, Assistant Director CITY 0r1_,,N11ANfl, FLORIDA 0*�ER-0F0CCNt2Nt0RAND ON't TO: Emilio T. Gonz6lez, PhD. DATE: July 13, 2018 FILE: City Manager SUBJECT: Recommendation for Approval to Award Accessing Miami -Dade County (^K8DC")Contract No.:8264'1/22'1 Reproduction and Binding Services —Pre- Qualification FROK8:Annie Perez, CPP(] ENCLOSURES: Director nfPmcuremenf MOCAward Letter RECOMMENDATION: Based on the findings be/mm. the Procurement Department ("Procurement") hereby nsoonlrnende the accessing of MDC Contract No, 8254-1/22-1, Reproduction and Binding Services — Pre-Qualifioation, for the Building Department "Building" and citywide use for printing and binding services. CoutrartNunmbe,/Tltle: K4DC Contract No. 0254-1/22'1 Reproduction and Binding Services — Pre -Qualification Contract Amount: $50,000,00 Contract Term: Five (5)years, with an option to renew for one (1)additional five(5)year period, expiring onOctober 31.2O22 Recommended Vendor: Multiple Vendors (Pre -Qualified Pool) The Building Department ("Building") requested authorization toproCUmreproduction and binding services. Market research revealed that MDC Contract No. 8254'1/22'1' Reproduction Binding Oen/ioea, which was competitively solicited under full and open competition met all the City'n criteria for accessing the contract. Consequently, approval this recommendation is requested. Your signature below will indicate approval Or I noanon. Approved-\ l--` Date: Emil! T. orizalez, Pfi,L, City Manager cc: Nzeriblevfhekwaba, Ph.D., P.E, Assistant City Manager, Chief 0fOperations Sandra Bhdoeman.CPA, Assistant City Manager, Chief Financial Officer JosmComeno. Director, Building Yadiosa Calderon, CPPB, Assistant Director, Procurement Pearl Bethel, CPP8.Senior Procurement Contracting Manager ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: 8254-1/22-1 PROCUREMENT CONTRACTING OFFICER: Victoria Giraldo DATE SUBMITTED: 2/12/19 TITLE: Reproduction and Binding Services - Pre -Qualification Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package n Award Summary Form for Director or City Manager (if applicable) n Agenda Item Summary Form (for Commission Approval — if applicable) 0, Resolution (for Commission Approval — if applicable) Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package ✓I ✓I 11 Copy of Tally/Evaluation Results (score sheets, ranking or summary) Copy of Contract's Advertisement & Distribution information Copy of Contract/Solicitation Being Accessed n Copy of Award Sheet/Approval Documents Copy of Proposal/Bid 1✓1 NOTES: APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, pt licies and procedures. An4rle Pez, CPPO Director, Department of Procurement 10/8/14 mremalsm,M)AMMADE 511eMii r eld Number. 8150 .1/2 aid Tltic:itepnadisetiort Bid (Waning Date: L.P....We Prepared by: Verified by: _MrevCrorke NOTE: When atl prkr 'iced v-odor In yell nel reen fir secondary, th. far leraa Vendor Name: 5�/ Vendor FEIN; AOPICS Address: SUNBIZ AdOrcz: Is this Eld Responsive(II no, state reason]: Local Pref®PnscA.Rrmed(Yes/Not. Canvictlan ONdosura tYes/No): Were all AllldaviW Completed: Were al Affidavits Submitted: Registered Yen.;(Yes/Nal; Incumbent Vendor(Yesfilo). Isdlrele MD Ceniocedon, Insurance Cerllrale: Collusion ARidzvits; Vendor Phone a. Vender Emaep: Vendor Fax X: R WC (VIM COP COP Oil OOW1to161GtyEPRo6RAfl0(5 CO.9Y le PIIINTLyC AllIV IRISJN nerl to, 5.0FssO EnI P.P NC µ11.1.0 Ell IN ANO VGNS INC. RIOGEWAYS EtC O5t15?BI04 RIP 65(1133691 01 OI098t/Y/O3 59Ei6N38-n1 2%]3MJtl60t1 74603659E .Ol 0..7.3trool,um ior,Mlams,0.aasx6 e)25W24th Aye 1,HIabaH, FLl90� 4255 iW ]L, .iul,it33sss i Ke9ogza. P.rer.L,r:g. rt 397sa 895a NW Tan itret,nnel, rt ilin -a e3RO nw 2RM15treel, k�he 50S, Dora4esL33Exx 940om :e re g Slr0E SYESE seelN greed.ay Su Walhlel<eEk G945% s555 Yr6L VE5 YfSC Nn YPS NO No 0 0 O YES YFS vLS yr tYES YES YF5 YESYFS YES Yt5 YES YES YFS No N/A N/A u/n /A t4)A NR N/A NIA N/A WA it/ NIA [OSKI ORt98r PGB0UnORENv 105E A. 5.01r. 9%7 9aa9 3429E Jo; a20-1a34 4!Mw P eUCOM It13G5 RAC- SACOM etOs As mPi,lZ%510 [3048 5 wJtGC[aounoc,10ALNt5_M JSnn sµisAKE.COM 3059J0 Z359 melts i05 hba n)ntl 305 S.00, 30 547,1.6 .�f RECkW E?,,. iEQUIRE ST1ACNME{tL$I ey :l.CHECKIST MP REQUIRED ATTACHMENTSCHECKLSTFOR RF4UIREO ATTACHMENTS CHECKLIST FOR REQUIPEOAITA.MENTS CHECKLIST FORREQUME0 ATTACHMENTS r]IECKLIST FORREA01RE0 ATTACHMENTS CHECKLISTFOR aPOUIREO ATTACHMENTS CHFCUST FOR REQUIRED ATTACHMENTS r� s R f s II)ra .a.i r' rcrAt �)fetters 4 5'1t Letters{romlhreo References Provided (Ves / Ns) LeHers from three References Provided{Yes/ No) Letters from three References Provided (Yes / No) Letters from three References Provided (Yes/fetters No) from three References Provided (Yes / NO Letters from three References Provided (Yes / No) services to Indlict0 ardgleduractoo-unlatsto YESYE5 YES YES VES YES YES ompany Nome Provided? Wes /IMPCompany YES Name Pmvitled?(Ves/No): Company Name Provided? (Res /Noff Company Name Provlded?(Yes/No): Company Name Pmv(tled?(5Mb/NoJ: Cnmpeny Ilk, Pmelded? (Ye sJ No): Cmnpony NomeProvltled7(Yes /No): E5 YES YE5 YE5 YES Contact Name Contact Name Contact Name Provided?(Ycs/Ns) Caneact Name Provided? (Ves / No Contest Name Provided? (Yes /No) Contact Name ProWded?(Yos/No) Contact Name Provided? (Yes/No) Contact Name Provltled?(Yea / No) Yes Yes Yes Ycs Yes Yes comet Ede Conean Tl[IeProvlde? (Yes/Ns): Contact Title Provide? (Yes/No): Contact Title Provide? (Ves1Na): ioNWct TIlie ProvltleT (Yes/No): Contact Title Provide? (Yes/No): Contact Title Provide? (Yes/No): YES YES YES YES YE5 YES YES cent.. Address Contact Address Provided? (Yes/No): Contact Address Provided? (Yes/No): Contact Ad dress Provided? (Yes/No): Contact Address Provided? (Yes/NonContact Address Provltled? (Yes/Ne): Cents ct Ad dress Provided? (Yes/NO): Contact Address Provided? (Yes/No): ' YE5 YES YES YES YE5 YES YES Conrad Telephone adores. Contact relephoneProvidetll(Yes/No) Conrad Telephone Provided?(Y /No) Conward ephone Provided ?(Yet/N9) Emeil Address Provided? (Ves/NoJ EmottAddressDeW/5sdl (Y /Nej Enrol i Address Provided? (Yes /No) Emofl Address Provided? (yes/Nn) YES YES YES YES YES YE 5 YES C.a. E4nalladdreu Contort E-mail Pravlded?(Yes/No) Contact E-moll Provided?(Yes/No) Contort E-mail Provided?(Yes/Nn) Contort E-moil Provtded?(Yes/No) Contact E-mol1Prnvlded?(Yes/No) Con fee E.moII Prevlded?(YesJNo) YES YES YES YES YES YES YES litterrral SenM (AMI.DADE rALLY SNE Bid Numbers P251P2/22 OM rate: 01, Opening Date: rN Pd Prepared Om: Pumac Ve Yled by: shomy Cr Pte Qualification for ton. r J Vendor Name: Vendor -PEN AOPICS Addressemu stoma Address Is this aid Remondvn la ngstalerees°n): local Prefer ss:210rmed(Yes/No): Conviction n/mlosure (Yes/Not: Wen, all Arlid'evils Completed: Were 1IIANIdaNh Submitted: Registered Vendor(Yes/No): Incumbentvendar(Yes1Nol: Inditale S09 Cunf :J:n: IOsuranfe Cedicate: C011Affidavits: 01114 der Contact Vendor Monett: Vendor Email N: Venda•P�,Fax11 tDMi2ot Cm c0Px 0Mo. C 11 DORgEu ml PP 110GRAP COPP 1G1cs Ion. e al PR1sOty aen oU6ralEs 01VfNrEPP INC Aama AVA 000 PR/NT 0allo5xaNS lxt. NIOwn aEvs u. 65t52a101 650L33693-01 204E73159-01 011a1/3) 01 P92162018 0 2P03P1.0 OS /4m36592-01 Nw TF SInor, It t07. M4+ml 11.22126 0335W 341hgvun.m Ito?, Hlalnaly n. a201 a/ss sw tan 33ass s /etF sneer N, Suite 30^.St Peters ,fL l3716 6953 NN I3rd 51rel, 0o 411331n 946N Mbmi Av°nue, Miar. FP 311i2 s350 M e300Nw vu.x. 3, m r naz xo0 Pe v.DO .Nsul re x. e3rm SYYES coonN Breaa,e,. It elntCree- 04s9 YES YES YES O YES NO N0 NU NO S PPS MPS CS 5v[S YES M Es YES 4E5 YE5 YES Yt5 YES nKsNO NCYt5 YES Y[sND CN/, NO N/A N/A N/A N/A reA x/A N/A N/A --- WA WA N/A N/A N/A N/A wMINE PAP CIaY L1ONE3O1Ya NITO PAPIM PIPPO50 CAOOI.OR105t1 RAGE OWIOPENY 105E A. SAINA SAW 3o wnvHf@OSu nl0 MLi05.CP63 WHYN[aCOPvorPmMrAMLCON '- xr Pn1 rvepouaf1' OP.2 305mo nncmlWFxpxlnmsn.CoM NOsd_PmOr FNifR72)572 ePoSEs aA• 305•33341039JE1. OROCeaounocooNUN COtJ. i2a. / 1SAn 57055 105362492E 3a54/0-i359 305'OM 195 3056636/es >II S/u 3449 3D1 DON 0 71556 2 P ? TOO IWtilil 'r• 5i' rs551IL 41 I'; Primary [onto ctlnfornmton Provrtled?(Yes/ No) Pr/maryContactlnformeton Provided?(Yes/ Ne) Primary Contact /Nurmaton Provided?(Yes/ N0) Primary Contact Inform.. Provided? (Yes/No) ➢cursory Conact inform:ton Provided?(Yes/ N0) Primary Contact? f motors Provided? /Yes /No) Primary Contact to/arnaton Provided? (Yes/ No) YES YE5 YE5 YES YES YES YES Pdmary Contact Name Contact Name (Yes/ No) Contact Name (Yes/ No) Contact Name (Yes/ No) Contact Name (Yes/No) Contact Name (Yes/ No) Confact Name ?Yes/ND) Contact Name (Yes / No) Frttall Adtlrcss YES YE5 YES YES YES YES YES Contact E-Mall Adderss Provided? (Yes(No) Contact E-Mall Adderss Provided7(Ye5/Na) Contact E-Mail Adderss Provided? (YesINo) Contact E-Ma(Yeil Addes/Norsr s Provided* Contact E-Mao Adderss Provided? (Yes/No ) ) s Provided? Contact E-Mail(YesAdtler)N0s Contact FMad Adderss Provided?(Yes/No) eontaetreiephone aadre.s YES YE 5 YES YES YES YES YE5 Contort Telephone Provided? (Yes /No) Cantacc Telephone Provided? (Yes /No) Contact Telephone Provided?ry f No) Concoct Telephone Pravided7(Yes/No) Contort Telephone Provided? (Yes/No) font nct Telephone Provided? (Yes/No) Contactie(ephoneProu/dedl (Yes/No) YES YES YES V. YES YE5 YE5 Cellular Phone Number Contact Entail Adderss Provided?(Yes/No) Contact E-Mail Adderss Provided?(Yes/No) Contact E-Mail Adderss Provided? (Yes/No) contact E•Mail Adderss Provided? (Yes/No) Contact Mail Adderss Provided?(Yes/No) Contact E-Mail Adderss provided? (Yes/Na) Contact E-Mali AdderssProvided) (Yes/No) rnmpany Main Phone Number YES YES YES YE5 YES YES YES Company Main Phone Number Provided? . (Yes/No) Company Main Phone Number Provided? (Yes/Ned Company Main Phone Number Provided? (Yes/No) Col pany Main Phone Number Provided? (Yes/No) Company Main Phone Number Provided? (Yes/No) Company Main Phone Number Provided? (Yes/No) Company Main Phone Number Provided? (Yes/No) YES YES YES YES YES _ YES YES 2 P Ena:• ,4MddAd9r3s•.. M(pet.lpfPIfPP4P.P:.44v/dCYlz ar.:cSrtf°rx7dN_ ,,,,,iddt.di btohh{¢bldCd -_, Sd}andary antp{tinfPrmajory p;oplde(l(YerSbfaptlary Canm2tfdFmS hP pyfdgd2; lncbridayf "ntpC(-t f rHtq(nn•pTOy)d¢tI -iris LLS9 nFhvy.jfor)(pd-,ZOfa[rj„Wh i PS__iida{yA`yWNW(t(9>)sXd�aFP(oN(y)p YES SP�Nd�fy; $ (ryfp 11 !" J'. .+..j Fes` nl YES YES YES YES YES YES 5ecandeg Conrad Name CWatt Name (Yes f No) Contact Name (Yes/ No) Contact Name (Yes) No) Contact Name (Yes/ No) Contact Nalne(Yes/No) Contact Na me (Yes/No) Contact Name (Yes/No) E-MaIlAddress _, YFS YES YES YE5 YES YES YE5 Contact E-Mall Adderss Provided? (Yes/No) Contact E-Mall Adderss Provided? (Yes/No) Contact E-Mail Adderss Provided? (Yes/No) Contact E-Mall adders Provided? (Yes/No) Contact Mail Adderss Provided?(Ye5/No) Contact E-MailAdderss Provided? {Yes/No) Contact E-Mail Adderss Provided? (Yes/No) Conlectreiepheneaddrcss YES YES YES YES YES YES YES Contact To''ephone Provided?(Yes/No) Confact Telephone Provided?(Yes/No) Contact Telephone Provided?(Yes/ We) Contact Telephone Provided?(Yes/No) Contact Telephone Provided?(Ys/No) Contact Telephone Provided? (Yes/Na) Contoo li07ephane Proolded?(Yes/No) YES YE5 YES YES YE5 YES YES Cellular Phone Number Contact 0-Mall Adderss Provided? (Yes/No) Contact E-Mail Addaxes Provided? (Yes/No) Contact E-Mail Adderss Provided?(Yes/No) Contact Entail AdderSSProvided? (Ves/No) Contact E-Mail Adderss Provided?(Yes/No) Contact Entail Adderss PrOVW too (Yes/No) Contact E-Mail Adderss Provided? (Yes/No) Company Mal: phone Number .. .... YES YES YES _ YES YES YES YES Company Main Phone Number Provided? _. ......._..(Yes/No) ... ......... .. Company Main Phone Number Provided? .. ...... .. .. (Yes/No). Company Main Phone Number Provided? (Yes/No).. .. .....,- ... - Company Main Phone Number Provided? .._... . -...(Yes/No)-............ Company Main Phone Number Provided? ....-.... .... (Yes/No)...-...- _... ... .. Company Main Phone Number .. .... .. Provided?(Yes/No)-... ... Company Main Phone Number Provided? .. -.._-........__(Yes/No) YES YES YES YES YES VE5 YES Miami -Dade County Procurement Page 1 of 12 umwmpir at IIIIUN19i11L'h I MN4n703e11 Miami -Dade Department of Procurement Management Vendors Notified of DPM Solicitations via Email Solicitation Number: 8254-1/22 Title: REPRODUCTION & BINDING SERVICES Due Date: 3/14/2012 2:00:00 PM 8254-1-22_-_,REPR0OUCTION_AND_BINDING-•_ITB pdf Date Sent: 3/1/2012 9:25;18 AM Commodities; BINDINGS, COMB TYPE, METAL ; BINDINGS, COMB TYPE, PLASTIC ; BINDINGS, PLASTIC POST/RIVET STRIPS ; SLUE PRINTING SERVICES; BLUE PRINTS, BLUE LINE, Total Enrolled Vendors Notified: 73 Enrolled Vendors Vendor Namo Vender No% 426 MEDIA GROUP, LLC 21140 426 MEDIA GROUP, LLC 21150 676 PRINTING INC 27586 A & E GRAPHICS CORP 16779 A.I.W. INC 10769 ABC IMAGING 16304 ADC RAGING 16664 ABC IMAGINES 211009 ABC IMAGING OF WASHINGTON 30001 ACCURATE.. TENNIS COURTS INC, 1710 ADORAMA CAMERA INC, 2680 AMERICAN BINDING COMPANY 20027 Vendor Info Andress: 40 SE 4111 ra) , HOMESTEAD, FL, 33030 , US Phone:(306) 242•0000 Fax;(.306) 242.0001 Email; TMCHUGHQi)MINUTEMANPRESS.COM Address; 40 SC 411.1 ROAD , MIAMI , FL, 33030 , US Pheno:(306) 24241000 Fax:(306) 242.6801 Emelt: HOMESTEAD+iMINUTEMANPRESS.COM Address; 7330 N.W 641H ST. , MIAMI , FL, 33166 , US Phono;(306) 888209E Fax:( ) Emil; LC0676PRIN11NO.NET Address: 11006 SW 142 TERRACE UNrr 41104 , MIAMI , FL, 33186 , US Phone:(788) 237-8404 Fax:(300) 973-4068 Email; A_EGRAPHICS(1-10TMAIL.COM Address; 4446 OLD WINTER GARDEN RD STE 101 , CRTLANDO , FL, 32011 , US Phone: (407) 521.4676 Fax;(407) 446.4603 Email STACEYCAIWONUNC,NET Address: 3618 NE 2ND AVE. , MIAMI , FL, 33137 , US Phone:(846) 3020067 Fez:( ) E mall: CCIZAIG6ABCIMAGING.COM Address; 3818 NE 2 AVENUE, MIAMI , FL, 93137 , US Piieno:(305) 798.6536 Fax;(786) 497.7543 Email; WMAHR@AOCIMAGING.COM Address; 3818 NE 2ND AVENUE , MIAMI , FL, 33137 , US PI one:( ) Fax; ).. Ems I;1(DChIASF fiP,RCIMAGINO,00vi Address; 1166 21 ST STREET, NW , WASHINGTON , DC, 20030 , US Pllone:(202) 4298070 Fax;( ) Enlal{; PROCUREMENTS43AI3CIMAGING.COM Address; 41 NVII 1101H AVENUE' , PLANTATION , FL, 33324 , US PlIone;(964) 42.3.0334 Fax:(064) 633-4120 Email; ACCURATETENNIS©NETSCAPE.NET Address; 42 WEST 16TH STREET, NYC , NY, 10011 , US Plione:(212) 741-0401 Fax:(212) 727.0611 Emit; GCVSALE:SCOADORAMA,CCM Address; 1142 W. FLINT MEADOW DR. , l(AYSVILLE , 1.11, 34037 , US https://intra3.Iniamidade,gov/eProeNet/PackageReport.tr,spx?'iype=PACKAGJ3&Td=8254-1/22&&DodName=,,, 3/IJ2012 Miami -Dade County Procurement Page 2 of 12 P:lone:(000) 560-8700 Fax:(001) 927.3037 Small; MART<ET1N0OASCDFFICE,0OM BEST DIOiTAL REPROGRAPHICS Address: 9730 NW 213 SWEET , MIAMI , FL, 33172 , US Pltone:(306) 266.7024 Fax:(305)702.6565 Entall: JOE@08S1DIGITA ,COM 0OLINE OFFICE SUPPLIES Address: 1847 S DIXIE HWY , POMPANO BEACH , FL, 33060 , US Phone:(954) 900.9600 Fax:(564) 969.9969 Emsll: BILLPI(IOFFICEPRODUCTSAMERICA.COM HUNDLEI3AND INDUSTR3E5 INC, Address: 1280 SAW MILL RIVER ROAD , YONKERS , NY, 10710, US Phano:(914)0664030 Fax;(914) 9664041 Entall; INFOOCLIPPERTAGS.COM LIUSINSSS MARKETING Address: 4044 SW 3611-ITERRACE , HOLLYWOOD, FL, INNOVATIONS, INC, 33312, US Phone:(054) 3033920 Fax:(934) 8946666 Small: JIMMY.TAMpPROFORMA.COM CENTRAL FLORIDA PRESS Address: 4869 L. 13. MCLEOD ROAD , ORIANDO , FL, 32011 , US Pllone:(813) 930.5129 Fax;(013) 930-6120 EOtefl: JSCHERO(jPRINTCFP,COM COPISERVICE OF AMERICA INC. Address: 1315 SW 107 AVE , MIAMI , FI., 33174 , US Phono;(306) 220.0503 Fax;(306) 223-2200 Entall: VELASQUE2GINAOi-IOTMAIL.COM CUSTOM IMPRINT Address: 344$ CABRITO , EL DORADO HILLS , CA, 96702 , US Phone:(016) 941-.8194 Fax:(916) 941.0190 Ernall: DSHERIDA 1 AHOMEF0RY0URLoGO.COM DATAMAX O'NEIL PRINTER Address' 7656 E. 700TH AVE , ROBINSON , IL, 82454 , US SUPPLIES Phone:(949) 4666400 Fax;(949) 4500706 Emal8• HEIDI,SCHAEFER@ONEILINC,COM DAVID C, MCCLEAN Address; 000 WES1'AVE STE1405 , MIAMI BEACH, FL, 33139, US Phono:(786) 201-9070 Fax;(208) 646.4484 Email DAVID@MCCLE\NDESIGPI.NET DAVID STUART Address; 1142 W, FLINT MEADOW DR. KAYSVILLE , UT, 01037 , Phono:(001) 0.27-3020 Fax;(001) 927.3037 Small: MARKETINGAHCOFFICE,COM DIOIPLOT, INC, Address: 444 NE 3130 AVENUE , FORT LAUDEROALE , FL, 33301 , US Premix (064) 703-1710 ROC (934) 703.6300 Email: MAR09OI(31PLO71NC.COM DIGITAL. REPROGRAPHICS, INC, Address, 303 N.W. 1ST AVENUE., FORT LAUDE;RDALE , H., 33301 , US Phone:(964) 760.7010 Fax;(954) 700.5024 Ernall: DRI1(OSRLLSOUTHNET DITIGAL COPY AND SION INC, Address: 1364 S. DIXtE H WY , MIAMI , F1., 33140 , US Phone;(786) 344.6120 Nax: (305)...001;6355 ...... .. Email; SUPPORT@DICITALCOPYANDSIGNS.CQM Acldrees: 2338 N. W, MN AVENUE , DORAL , FL, 33172 , US Pltone;(766) 2097620 Fax:(305) 7043193 Emali: PWNT1NO(t?3DDI1EPRO,COM Address; 10570 NE 20AVE sC, MIAMI , FL, 33160, US Phonel(706)203161(3 Fax:(309) 0494429 Ernall: ELENAPROT0(ATENET Address: 7336 NW 35TH ST, MIAMI , FL, 33122 , US Phon9:(306) 4700083 Fax:( ) Ernall; INFOQEGPRINT,NET Address: 275 UMVERSITY DRIVE, CORAL CABLES , FL, 33134 , US Phone:(300) 461-2802 DORAL DIGITAL REPROGRAPHICS, INC, ELENAPROTO ENVISION GRAPHICS ESPIRITO SANTO GRAPHICS 3061 10934 0206 13700 27901 9630 2375 19494 6713 7328 17680 6790 17703 15440 30161 30620 19393 https,(/intro3,rniamidade.gov/eProeNet/PaekageReport,Rspx?Type=PACKAGE&Td-8254-I/22&DoeNalne-,,, 3/1 /2012 Miami -Dade County Procurement Pale 3 of 12 FITZGCRALD BUDHOO FLORIDA DIGITAL REPROGRAPHICS, CORP, 4973 12839 Fax:(306) 401-2600 Email: ESONAPILICS®BELLSOUfH.NET Address; 5060 SW 00 STREET, SOUTH MIAMI , FL, 33143 , US Phone:(305) 335.4409 Fax:(306) 0131.2214 Cmall: FBUDFICO@ACL.COM Address: 7104 PEMBROKE ROAD , MIRAMAR , FL, 33023 , US Phone:(964) 8632503 Eax:(954) 9632695 I5nai: PLOT(ejjr-LORIDADIGITALREPRO,COM FLORIDA ENGRAVING & PRINTING Address: 14150 SW 145 TERR , MIAMI . FL, 33188 , US INC Phone:(306) 9720002 Fax:( ) Email: INFO ENGFUWINGANDPRINI1NO.COM Address; 40 KEYES COURT, SANFORD , FL, 32773, US Phone:(4Q7) 320.7777 Fax:(407) 328-4449 Email: RGH@FSUINC.COM OATOfi OFFICE PROOUCTS,INC. Address; 6190 BEACH BLVD. , JACKSONVILLE , FL, 32216 , US Phone:(9Q4) 720-1144 Fsx;(866) 727.0844 Email: VI-OM6ARDO GOPJAX.CGM Addros l 717 SE 2.10 AVE. SI)176 201 , FT LAUDERDALE , FL, 33301 , US Phone:(004) 793.4472 Fax:(95.1) 523.8064 Emelt: CIIBREUMa0STLIDIOS,NET Address: 4842 $I-ADOWDALE DR. , HOU51'ON, TX, 77041 US 7Phn o(7one:(713)13)866032.7022.6264 Emelt: OLO8EOFFcHOTMAI L. COM Address: 13030 SW 263RD TER , MIAMI , FL, 33032 , US Phone:(305) 7044623 Fax:( ) Ems l l: I3i DSCICRY P HON-SOL UTI ONS, COM GUGGENFIEIM INVESTMENTS, INC, Address: 109 EAST FI.AGLER meal- , MIAMI , FL, 33131 , US Phone:(305) 379.4607 Fax:(300) 379.4008 Email; STORE47$1QTHEUPCSTORE.COM IMAGE STATION OF TAMPA SAY, Address: 2820 SCI IERER DRIVE, SUITE 220 , ST. INC, PETERSBURG , FL, 33716 , US Phone:(727) 581-0700 Fax;(727) 361-0707 Email; MARILU@IMAOESTA11014.NET INTERNATIONAL PRINTING AIDS Address: 3799 H ALLA,NDALE BEACH BLVD, , PEM13ROKKE INC, PARK , FL. 33023 , US Phone:(305) 984-7907 Fax:(954) 985-1.192 Email; DNZN®hK77MAIL.COM JASILIA GRAPHICS, INC, Address: 660E SW 40 ST , MIAMI , FL, 33155 , US Phone:(305) 6660220 Fax;(305) 6606564 Email; ALEX@JASMAGRAPHICS.COM JIFFY REPROGRAPHICS, INC, Address:411 SOIIHNGARDENAVENUE , CL.EARWATER, FL, 33730.5667, US Phane:(727) 446-1034 Fax:(727) 447-9368 Emath. BNEI?LYCrsIX,NFTCOM.COM1 JOSE S RODRIGUEZ Address: 1066 BRICI(I L.L AVE. , MIAMI , FL, 33129 , US Phone:(700) 210.5300 Fax.( ) ErnalO JRODRIGU0ZIaASTROTED.COM LDI REPROPRINTING 21303 Address: 108 N.W. 3811-1 ST, , MIAMI , FL, 33127 , US Phono:(3.06) 571.959.9 Fax:(300) 071-8594 Cmull: ALEX@PRINTI-DI,GOM LF,XPRINT L,L,C. Address: 4037 SW 7411f COURT, MIAMI , FL, 33165 , US Pliorlo:(306) 6612424 Fax:(305) 0038700 Small: RACIEI..t1.BXPRINTUSA.COM MIAMIART 14062 Address: 1310 WEST 35 STREET, I1IALEAH , FL, 33012 , US Phones:(305) 8104800 Fax;( ) Email: NUBCU82@KOTMAIL.COM FORMS & SUPPLIES UNLIMITED, INC, GORE GEORG0 GLOBE OFFICE PRODUCTS GRYPHON SOLUTIONS INC 21170 3930 7794 24000 3967 22678 6906 16197 251363 7027 4530 2A613 17724 https,//iutra3,mia.midade, gov/eProoNet/PackageRep0l't,aspx?Type—PACKAGE&Id=8254-1/22&DocName 3/1 /201 2 Miami -Dade County Procurement Pap 4 of 12 MICHAEL HUTER MICHAEL NI NATIONAL. BLUEPRINT ARTS INC, NEW AWE IMAGES INC. NEW AGE (IMAGES, INC, OFFICE STORE INC. OFFICE ZONE ONE SOURCE CREATIVE CROUP, INC, PARAGRAPHIC DESIONS, INC. 4370 27410 10900 3054 18702 11060 23i59 22760 10410 PREMIER BUSINESS SYSTEMS, INC. 2772i PRINTING DOCTORS PRINTING UNLIMITED OF FLORIDA,64C gUALITY BLUEPRINT CORP REBECCA BARKMAN REBECCA GUARDA REPROGRAPHIC SERVICES, INC ROJAS ASSOCIATES, CORP, SAXON BUSINESS SYSTEMS, INC, 13393 28291 20047 17244 4170 23506 28304 1030 Address: 055 NORTHEAST 15 STREET UNIT 712 , MIAMI , FL, 33132 , US Phone:(305) 305.0453 Fax:(' Emall: t 6-IUTERt COMCAST.M'ET Andreas; 6630 ROKBURGH DRIVE SUITE 140 , HOUSTON , TX, 77041 , US phone:(713) 8850000 Fax:(713) 8500001 Email; 1v11CI-I ELZNIiSBC01OBAL.NET Address: 11860 SW 26TI'I ST BLDG. 1 SUITE 7 , MIAMI , FL, 33175, US Phone:(300) 559.0834 Fax:(305) 559.9935 Small: NA TIONALBLUEOBELLSOUTII.NET Address; 103 SE, 2N0 STREET, MIAMI , FL, 33131 , US Plione:(305) 373.22'12 Fax:(305) 373.2207 Email: NEWAGE_ OSELLSOLmiNE-I' Address; 100 SOUTHEAST 1STSTREET SUITE fF 42, MIAMI , FL, 33131 , US Phone;(3'05) 373.2212 Fas; (305) 373.2207 Small: SCARLET®NEWAGE•IMAGE.COM Address: 18 SE FIRST STREET , MIAMI , FL, 33131 , US Phone:(305) 5775507 Fax:(305) 5776305 Email; ADMIN@i TRIALCOPY,COM Address: P.O, BOX 121 , KAYSVILI.E , ITT 54037 , US Plionel(501) 927-3028 Fax;(00I)927.3037 Email; MARKETINGQOFFICE2ONE.00M Address: 2000 SOUTH OAYSNORC DRIVE, 48 , MIAMI , FL, 33133 , US Phono:(786) 3813.8240 Fex:(786) 787.2373 Email; FMPINAONESOURCCC)EATIVE.COM Address: 1847 NW 165 STREET, MIAMI , FL, 33109 , US Phone:(306) 000.432E Fax;(305) 056.15'15 Small: PARAGRAPHICDESIGNSOYAHOO.COM Address; 42091141HTERFACE, NORTH, CLEARWATEH , FL, 33702, US Phone:(727) 5724500 Fax:(727) 573.9408 Email: SALESC4PREMIER•UBA.COM Address: 707 17TH STREET, MIAMI BEACH , FL, 33130 , U5 Phono:(306) 000-2123 Fax:(703) 536.2104 Small; INF1 PNINT1NO130CTORS,COM Address: 461 EHIALEAI-IDR, HIALEAII, FL, 330.10, US Ph1no:(305) 8850170 Fex;(305) 6856091 Gmdll; PUNLIMITOOELLSOUTH,Ncf Address: 11005 SW 20 STREET BLDO I SUITE 7 , 1Y11AMI , FL, 33175, US Ph0ne;(786) 375 Fax:() Email; NA110NALSLU5_M/ELLSOUTH.NET Address: '1460 NW 07 H AVENUE , CORAL , FL, 33172 , US Pharte:(305) 436-5011 Fax:(305) 436.0019 Email: 'UOA1443 SFED6XKINKOS:COIN. .... ... Address: 2280 SW 101147[RRACE , MIAMI , FL, 33145 , US Phone:(305) 2050212 Fox;(300) 288021E Email: REBECCAGUARDAc ITOTM1IL,COM Addroes:3379S.W. 3RD AVE, MIAMI , FL, 33145 , US Phone:(305) 869.0202 Fax;(335) 850.87.9E Cmall; REPRO6ERVICES@AOL.CUM Address: 9737 NW 41STST, 0ORAL , FL, 33170 , 110 Phano:(305) 5041102 Fax:(305) 5944458 I:rnall; STORE0817(ct�T1'IEUPSSTCRE.COM Address: 14025 FM/ S0 AVF.NUE , MIAMI LAKES , F1, 33014 , US Plione:(306) 362.0100 Fax:(305) $02.0200 lzttps,l/intra3,1niainidacte,gov/ePYocNet/1' chat]eRepottaspx7'I'ype=PACT AGE&Ici=825A-1/22&DacNa111e=,,, 3/1/2012 Miami -Dade County Procurement SHARP ELECTRONICS SIMMIS INC STACE OFIAW VIRGO STEINER DEVELOPMENT CORP THEZEPHIRIN GROUP, INC. THOMAS REPROGRAPHICS THOMAS VENDRYES TOUCAN PRINTING & PROMOTIONAL PRODUCTS WELD TECH„LLC 16164 6347 10923 2696E 6631 22905 14068 21377 18043 Total ADPICS Vendors Notified: 126 ACIPICS Vendors Page 5 o''1 12 6nall; FLORIC, SAXON.NI T Addreaa) 14791 OAK LANE, MIAMI LAKES FL, 33016, US Phono;(305)779-6367 Fax:(305) 779-1290 f?mpN: CUE0051.1ARPUSA-COM Addruas: 18459 PINES BLVD #173 , PEMBROKE PINES , FL, 33029, US Phoae:(954) 430 8736 Fax:() Email: XMURPHY@YAI•K}O.COM Addraae; 601 WELDON BLVD, SUITE fl 106.201 , LAKE MARY , FL, 32746 , US Phony:(877) 345-6226 Fax:(305) 676.6106 Small: INFOx IMAGINGQ.00M Address: 16001 SW 103AVE UNIT. 136 , MIAMI , FL, 33157 , US Plrone;(786) 293.3366 Fax;(786)) 293.9023 Email; COTIERBAYPRINT@YAI100.COM Address; 566 VANDERBILT AVENUE , BROOKLYN , NY, 11233, 11S Phona;(917) 348-4169 Fax;(000) 000.0000 Email: LENNYVEPHIRINGROUP,COM Address: 7451 SW 50THTERRACE , MIAMI , FL, 33155 , US Phana:(305)667.4149 Fax:(305) 660.9331 Ethafi; DENIS@REPRCGRAFIA,COM Address: 11145 BOULDER RIDGE DR , FCRT WORTH , 7X, 76140 , Us Phc ne:(817) 675-2226 Fax;(817) 867-0063 Small: TOM§SILVERTREL•.FINFANCIAL.CCM Addraae: 220 I STREET STE 200 , WASHINGTON , DC, 20002 , US Phone:(202)543.0132 Fax:(202) 643.2938 Small: MPIERCEDPRINTDC,COM Addross: 5851 HOLMBERG ROAD, 3026 , PARKLAND , FL, 33067, US Pl;one;(954) 6213325 Fax:(954)2662646 Emall; Ih701ax2@yaF,00.com Vendor Nanre Vendor Now Vendor Info 426 MEDIA GROUP LLC 2047713320 Addraae; 40 U. 4T14 ROAD , HEMFSTPAD , FL, 33030, Piione;(305) 242.0600 Fnx:(306) 242.6801 Email: TMCHUG)-0 MINUTEMANPRESS.COM 676 PRINTING INC 270149233 Address; 7330 NW 54TH STREET, MIAMI , FI., 33106 , Phone:(306)086-2099 Fpx:(306) 437.7023 EmaIL MG@675PRINTING.NET A_PIRE. PRO PESSIOI4AL,SLLC _..._ 274,460 t21 Acldreao: 13380 NW 42 AVE 1B6. OPA LOCICAi FL,, 33064 , Pl10l1943061801.4060 ._ FnK:(305y081.4882 Email: APP@AFIREPROFE3SI0NALS.QOM AIA DOCUMENT SERVICE' INC 0/10590610 Ackfraaa; 44 WEST -FLAMER STREET #269, MIAMI , FL, , P33130hona;(305) 286.2526 Fnx:(305) 374.1869 Email: AIASERVIC0E 0ELLS0U1N.NET• ABC ADVISORS INC 261364052 Addross: P 0 BOX W , CHAMBERSBURG , PA, 172010822 , Phony:(717) 284-7208 Fax:(800) 076.2230 Small: TAMMY.BLAKELY@E-LYNXX.C(Mrt ABC IMAGING OF WASHINGTON INC 521766626 Address: 3318 PIE 2ND AVENUE, MIAMI , FL, 33137 , Phoue::((305) 70646536 Fax EnnII: KDEDIASECcIABCIMAGING.COM ACCESS PRINTING & DESIGN INC 660740673 Addreaa: 12916 SV4 133 CT, MIAMI , FL, 33168 , https://iritra3,niiamidadc,gov/eProoNet/PaekageRepo1 t.aspx?"r ypeTPACK.A.CrI-s&Id=8254-1 /22&I]ooName=,.. 3/ 1 /2012 Miami -Dade County Procurement ADVANCED DATA SOLUTIONS INC ADVANT) & ASSOCIATES INC 650660272 AMERICAN ART CORPORATION AMERICAN BUSINESS FORMS INC AMERICAN MINORITY BUSINESS FORMS INC AMERICAN NATIONAL LITHO & 69/361721 ENGRAVERS LTD AMITES11 INC ANTOS OFFICE FURNITURE & SUPPLY INC APPLIED DIGITAL PROGRAMMING TECHNOLOGIES APRICOT OFFICE SUPPLIES & FURNITURE INC ARGO INDUSTRIES INCORPORATED 271601926 AUTOMATED BUSINESS MACHINES INC DARLOP INC BELLAK COLOR CORPORATION 591297506 I3ISCAYNE ENGINF..IsRING CQ INC BISCAYNE ENGINEERING CO INC BLUE DIGITAL CORD OP LIFESTYLE GROUP INC Page 6 of 12 Phone:(305) 269.1015 Fax:(306)200-1810 Enteil• INFO ARCHIPRESS-INC.COM 69366566(1 Address: 141 SCARLET BOULEVARD SUITE A , OLDSMAR , FL, 34677 , Phone:(813) 855-3545 Fax:(013) 055.0676 Email: MBUELL@ADSUS,NET Addras6: 3710 GRAND AVE , MIAMI , FL, 33133 Phone;(305) 669-0036 Fax:(305) 609.0166 Entail: INFO© SPOTCOL0R2. CONI 660790531 Address; 2160 COPAL WAY, SUITE 013 , MIAMI , FL, 33145 Pltono:(306) 864.3060 Fax:(305) 054.0760 Email; IICARRARA@ARTEALDIA.COM 411393684 Address: 31 E MINNESOTA AVE , GLENWOOD , MN, 36334 Phone:(305) 971.5400 FAX;(305) 071-0800 F,tnail: BRENDAA.COUITCQAMERICANIBUS.COM 411725179 Address; 100 FIRST STREET, GLENWC00 , MN, 5333,1 , Phone:(305) 971.5400 Fax:(305) 971.0006 Email; 9C0U3TEEANIERICANMIN.COM Address; 33501$0V 112 SST, MIAMI , FL, 33167 , Pitone:(306) 760.0600 Fox;(306) 881.3633 Email; IIECTORo@AMERICANNA'IIONAL,COM 692022444 Address; 631 TRIUMPH CT UNIT 5 , ORLANDO , FL, 32005 Phonet(407) 623-0440 Fax:(407) 6 3.0386 EmaIC 13ITI(AMANI6YAHCO.COM 692102419 Address: 5433 MN 72 AVE , MIAMI , FL, 33166 , Phono:(305) 867,1666 F6x;(305) 067•6709 Cmatl: ANrOS4LESS@YAHOO.00M 360648061 Address: 14365 SW 142 STREET , MIAMI , FI., 33106 , Phone:(305) 254-7058 Fax;(306) 264-5523 Entail; ADPT(3AOL,COM 692883744 Address: 1013 PARK CEN1T(E ALVD , MIAMI GARDENS , FL, 33169, Phode;(306) 403.6872 Fax:(305) 4(33.5862 Imall: STACI0Y,SILVERAC8APRICO'I'OS.COM Address: 4980 SW 72ND AVENUE ft 307 , MIAMI , FC., 33155 , Phone:(306) 401.2709 Fax:( ) Emelt; ANA(ARGO-FL.COM 59/494132 Address: 6073 NW 167 STREET STE C-24 , MIAMI , FL, 33016 , Phone:(305) 020.9020 Fax;(306) 020.2201 Email; SAI•ES@AI3MMIAMI.COM 592288334 Address: 037E NW 68 STREET, MIAMI , FL, 33100 , Phone:(306) 894.0,170 Fax;(306) 594-2169 Email: JLOPEZQ0ARL0P,COM Address; 8730 NW 26TH STREET, MIAMI , FL, 33172 , Phone;(306) 25'4.6525 Fax:(306) 858-8763 Email: MANNY@6ELL7AK,COM _ .._.. .. .._ 590166220 Address: 529 WEST FLAGLER ST,. MIAMI , FL, 33130 , Phone;(306) 324.7071 Fax:(305) 324.0009 EmelL INFO I3ISCAYNEENGINEFRING,CCM 590188220 Address: 520 WEST FLAGLER S7, MIAMI , FL, 33130 , Phone:(305) 324.7671 Pax:(306) 324.0809 Email; INFOC l3ISCAYN(ENGINEERING,COM 960620104 Address; 7290 NW 7TH s n11E'I UNIT 107 , MIAMI , FL, 33126 , Phone:(306) 202.1920 Fax;(300) 262.4022 Entail' WAYNE@BLUEDIGFTALUS.COM 273013037 Address: 4919 SW 164T11AVENUE , MIRAMAR, FL, 33027 , Phone:(305) 979-1080 Fax;(054) 534.9071 Email: f3PLIFESTYLEGROUP(t GMAIL.COM https://iatre13,1niamidade,gov/eProcNet/PackageRe.poIt.aspx?Type-PACKAGE&Id-8254-1/22&DocNatne=.,, 3/1/2012 Miami -Dade County Procurement Page 7 of 12 COLE ENTERPRISES COLOR CONCEPTS INTERNATIONAL INC COMPUTER USA INC CONCEPT DESIGN LLC COPISERVICE OF AMERICA INC COPY DEPOT INC COPY RIGHT INC 660867930 COPYCAT DOCUMENT SOLUTIONS 432022/46 INC COSMYK IMAGES INC DADELAND COPY INC DANNYS PRINTING SERVICES 880276936 SUPPLIES & DAMS PAINTING & RENOVATION 602340160 INC DIOIPLOT INC DIGITAL COPY & SI(3N INC ----- - -" 113757128 DIGITAL IMAGING SERVICES INC 860710088 DOCUMENT SCANNING CENTER 502583409 CORP DOCUMENT SCANNING CENTER CORP CORAL DIGITAL REPROGRAPHICS 470662192 Address; PO BOX 3129 , CLEARWATER , FL, 348300/50 , Phone;(727) 441-4101 Fax:(727) 441.4507 Emsll; INFOGFI.RCSEARCH.00M 650802042 Address; 13904 NW 16 DRIVE , PEN/BROKE PINES , FL, 33126 , Phonu;(306) 086-7820 Fax:(305) 006-3143 Email; CCONCEPTS7770PRODIGY.NET 850884744 Address: 9890 S.W. 40 ST. , MIAMI , FL, 33165 , Phane;(300) 227.1415 Fax:(306) 980-7779 I?malh SERGIOISCHINOFF.COM 200504107 Address; 2444 NW 7 PLACE, MIAMI ,FL, 33127 , Phone:(306) 358.2572 Fax; (300) 371-9098 I:mai; INFc 0ONCEPT•DESIGN.US 951034917 Address: 1316 SW 107fHAVI3NUG , MIAMI , FL, 33174 , Peono:(306)220.9693 Fax;(306) 223-2200 Email; SALCS©CSAMERICATL-"CH.COM 860123091 Address; 8326 W 24 AVENUE, STE.2 , HIALEAH , FL, 33010 , Plume; (3.00)477.9099 Fax:(305)479-2359 Email: LORT1Z©COPYDEPOTMIAMI.COM Address: 8370 MANOR LANE , SOUTH MIAMI , FL, 331434901, Phone;(305) 740.6300 Fax:(305) 740-6333 Email: ERIKOCOPYRIGHTGNAPHICS,COM AFsx;ddress(306) : 200377 SE-8047 ISTSTREETSUITE it 101 , MIAMI , FI., 33131 , P hone: (306) 377.8808 Email: COPYCATUS 4130LLSOU01.hNET 660624161 Address: 1066 C 24 ST, HIALEAH , FL, 33013 , Pholm (306) 798.0964 Fax;(30S) 302.1977 Entail; 110O@COSMYleMAGES,CCM 051136931 Address; 9150 SOUTH DADPLAND B3LVD , MIAMI , FL, 33166 , Phvne:(306) 67049070 Fax,(30s) 670,9035 Email: OUTFUT@OA061ANDCOPY. COM Address: 7233 BISCAYNE BLVD , MIAMI , FL, 33130 , Pltone;(30,`) 7572282 Fax;(306)) 7672286 email; JALVARENC,0ELLSOI.TH,NET Address; 6000 N14 27 AVENUE #20 , MIAMI , FL, 33109 Phoue;(306) 893.530'1 Fax;(306) 693-8302 Small: DOROTHYMCPHEEt%YAHOOCOM 650834037 Ad333dr01oos: 444 NE 3RD AVENUE , FORT LAUDERDALE , FL, Phone:( ) Fax:( ) Email: RICHARDVDIGIPLOT1NC.COM Address: 1664 5 DIXIG HWY,:CORAL GABLES ; FL, 33146, Phone:( ) Fax:( 13ma11: SUPPORTODICITALCCPYANDSIGNS.C,OM Address: 2774 SVDELLE STREET , SARASOTA , FL,14237 , Phone:(941.) 366.0077 Fax;(941) 721.1932 Email; DIGINFOq(DIGITALIMAGINCJSEHVICGS.NET Address: 44 W. FLAGLER ST STE 200 , MIAMI , FL, a31661628, Phona:(305) 372-8602 Fax:(305) 876.8300 Email: JUAN.6OLET©SCANMNGCENTER.COM 582683400 A.ddre s; G6 W FLAGLCR STREET #320 , MIAMI , FL, 33'130 , Phone:(305) 372.8602 Fax;(305) 676-0300 Email: SALESrSCANNINGCENTER.COM 204073100 Asldrose; 2038 N4Y 971H AVENUE , DORAL , FL, 311721400 , https://intra3miamidacle,gov/eProcNet/Peace ;e;Roport.aspx. Type=' ICI [1,.Gla&id 8254-1/22&IDoeNalne=,,, 3/1/2012 Miami -Dade County Procurement Page 8 of 12 CORP Phone:(30$) 704-3194 Fax;(305)704.3106 Email: PRININGJDDREPRO.CCM EAGLE LITHOGRAPHI'T 3 INC 691229194 Address: 2726 NW 17 AVENUE , MIAMI , Pt, 33142 , Phono:(305) 634-3062 Fnx:(305) 6 3.8712 Small: FAGLELITHOWELLSOUTFLNET EASY DIGITAL. REPROGRAPHICS 201026116 Address: 16610 NORTH MIAMI AVENUE, MIAMI , FL, 33189, INC Phone:(306) 940-1001 Fax;(306) 940-1030 EmelL EASY2PLOT(AOL.COM EMPIRE PRESS INC 960014601 Address: 10619 SW 100 CT. , MIAMI , FL, 33170 , Phono:(306) 276.099.1 Fax:(306) 276-9993 Email: 1 E PRESSOT;CLL80U111.NET ENVISION ©RAPHICS INC 660923624 Address; 7335 NW 36 ST, MIAMI , FL, 33122 , Rom (305)170.0083 Fax:(305) 040.0309 Ernau: PRINTQ4ENVISIONGRAPHICSCC.COM EXECUTIVE-" OFFICE SUPPLY 59/291629 Mimes: 241 E. HARRISON ST, , TALLAHASSEE , FL, 32301 , Phone:(860) 224.0470 Fax:(650) 224.3886 Smalh RSANIIAGO EOPINC.COM FEDEX OFFICE & PRINT SERVICES 770433330 Addrass: 600 SRICKELL AVENUE SUITE 101 , MIAMI , FL, INC Pon lo;(954) 303-$060 Fax:(654) 301.6666 Email; FRAN.ONCFRIETTO@FEUEXKINKO.S.COM FIRE LAB 911 INC 2019/4427 Addrass: 8685 COUNTY BEND CIRCLE NORTH , JACKSON VILLE , PI., 32244 , Ph00e: (904) 00.2603 Fax:(904)770.0391 Enroll: Ctt44�2RSQUgACL.COM FLORIDA DIGITAL RFPROGRAPHIC 203360035 Address: 7184 PEMBROKE ROAD , MIRAMAR , FL, CORP 330232627 Pitono;(964) 903.2693 Fax:(064) 003.2595 Email: PLOWFl.ORI0ADIGITALREPRO,COM FRANKLIN COMMUNICATIONS LLC 113642730 Addross: 6301 NW 37THAVENUE , MIAMI , FI, 33142 , Phono:(306) 633.9779 Fax:(306) 633.2316 Email: KSIDMANJFRANKLINCCMM.CCM CANE BROTHERS S LANE: INC 161116629 Addross: 1400 GREENLEAF AVE , ELK GROVE VILLAGE , IL, 00007, Phone:( ) Fax:(800) 764.2184 Ernall; RNIELANDIGANGOROTHERS.COM GENERAL BINDING CORP 360007470 Ark/rase: 1 GBC PI.A7.A , NORTHBROOK , IL, 00002 , Ph0nm(305) 804-7210 Fax: (647) 291.6378 Small: DENPIY.WUERL(QO0C.COM GO GREEN DOCUMENT SOLUTIONS 274364433 Addrass: 3715 GRAND AVE , COCONUT GROVE , FL, 33.133 , (NC Phor:e:(760) 360-2041 Pax:(700) 380.2216 Ernall: I NFO©ODOSI,COM GODDESS PRODUCTS INC 821600400 Address: 624 E 1211-I STREET, NORTH LITTLE ROCK , AR, 721'14 , Phone:(306) 606.5700 Fax:((177) 472.4000 Email; LIEYQUINCY Ji YAHO0.COM GRAPHIC ARTS INTERNATIONAL 690700763 Address; 630 ER10117.11 PLA7A , MIAMI , FL, 33131 , INC. ....-..- _.............. _....._................. _..... .........._.. ...... ...... Phone;(608) 371.1401 ...._.... ............_.......... _..... Fax:(305)371.1402 Ematl; INFO@SIRSPEEDY-BRICKELL.COM GRYPHON SOLUTIONS INC 202760713 Addreae: 13030 SW 2.03 TERRACE , HOMESTEAD , FL, 33032, Phono:(306) 734.4023 Fax;( ) Emell; WILHELMG0GRYPHON-SOLUTIONS,COM GUGGENHEIM INVESTMENTS INC 651069229 Address: 199 CAST FEAGLER STREET , MIAMI , FL, 33.131 , Pharie; (306) 379.1607 Faxi(306) 370 4608 Small: INFO@THEUPSST0RE00WNTOWNMIAMI, COM AUINIAR INC 992844273 Address: 1224 E 4TI'( AVENUE , HIALEAH , FL, 33010 , Phone:(305) 880-1617 Fax;(306) 886.0726 EmelC INFO@COI ORSOLU11ONS.COM IRON ENTL`-RPRISES LLC 261146814 Address: 15337 W DIXIE HIGHWAY , N MIAMI BEACH , FL, 33162 , https://intra3,niiainidade,goV/eProeNet/Pachgeltepart,aspx7'Fype=PACKAGB&Id-8254-1/22&D°eNAlne 3/1/2012 Miami -Dade County Procurement Page 9 of 12 Phone:(306) 947.587E3 Fax;(305) 946.1205 Errol!: TIMLIR@MODERNDISPLAVNET 010060030 Address; 121 PEARL STREET, YPSILANTI , MI, 48197 Phona:(734)081-3200 Fax:(734) 981-3204 LimaU; DARRYLeJACOBSENDANIELS.COM 692087062' Address: 222 ANDALUCIA AVENUE , CORAL GABLES , FL, 33134, Phone:(306)444-4462 Fax!(305) 607-0003 Email: FILEStSYKESPRINIING,C0M 650243085 Address: 4101 SW 73RD AVE , MIAMI , FL, 33155 , Phone:(306)204-4333 Fax:(306) 202-6070 Empll; TCMARSHALL©JETGRAPHICS.COM Address: 17 NW MIAMI COURT, MIAMI , FL, 33120 Phone:(305) 379.3900 Fsx!(306)379.4400 Empll; CHASE©JUDICIALRESEARCH.COM Addresst 17 P4W MIAMI CT, MIAMI , FL, 33120 Phona(305) 3793900 Fax;(305) 3794460 Emalh JUDICIALAW24'jPRODIGY,NET 300723057 Addrese: 1 HERALD PLAZA, MIAMI , FL, 33101 , Phano;(306) 378-8014 Fax: 305) 376.2067 Ern6I: BADAM8I HERALD.C,OM 13192.1009 Address: 100 WILLIAM DR , RAMSEYLAKE.S , NJ, 07406 , Phane:(306) 626.0904 Fpx;(306)026.1904 Email: DCCCPERcI<MSS,KONICAM!NOLTA,US Address: 4205 SW 72ND AVE , MIAMI , FL, 33156 Phane:(309) 401.2424 Fax:(306)683.0788 Email: RACICL@LEXPRINTUSA.COM 081164993 Address; 6060 SW 1201!TERRACE , MIAMI , FL, 33170 , Phano:(305) 266.0902 Fax:(306) 260.0903 EmaU; 7AC@IMMPFALLS.COM Address; 7034 FMJ 00 STREET , MIAMI , FL, 33166 , Phans:(306)040.4000 Fax:(306)400.0200 Emelt LUISI ECCGM.COM Address: 18311 NW 82 CCURT, MIAMI , FL, 33013 , Phorto:(306) 210.0677 Fax,(305) 666.4404 Smell: MARI.0I M'VELECTRICAL.COM Address; 27 t4vV 10 STTIEET, HOME -STEAD , FL, 33030 , Phano:(306) 247.1399 Fax:(306) 247-1379 Emalh MAKOWSKISURVIMA0LCOM Address: 6363 S 880E 7 200, SALT LAKE CITY , UT, 84117 , Phono,(880) 075.0701 Fax:(988) 878.9763 Emel1: CURTISGtMRN,COM Addroes: 6363 S 900E , SALT LAKE; CITY , UT, 04117 , Phone:(080) 676.6761 Fax;(008) 070.6703 Email; CUZTISOOMRN.COM -Address:_240 SOUTH MILITARY TR IL, DECRCIELD.13f_ACH, FL, 33442 , Phorlo:(964) 421.0661 Fox;1954) 421.0004 Cmall: MARi1N06e1(71AQL,COM Address: 704914 9 62ND STREET, MIAMI , FL, 03160 , Phona:(306) 039-2111 Fax:(305) 402-6937 Small; INFO@MEGACOLORFRIN7.CCM Address: 19334 NW SSTH AVENUE APT L , MIAMI , FL, 33016 , Phona:(306) 303-2100 Fax1(305) 640-1300 Emslt GINA-1/ELICEp'YA1100.COM 208406083 Address: 12069 SW 117-FH AVENUE , MIAMI , FL, 33188 , P11one:(308) 971.61E14 Fox:(306) 971.5433 Small: EMPIREPR1NFINCMOtrrgCE_LL60U FLNET JACOBSEN DANIELS ASSOCIATES LLC JEI-I OF CORAL GABLES INC JET GRAPHICS INC JUDICIAL RESEARCH & RETRIEVAL 660541244 SVCS INC JUDICIAL RESEARCH & RETRIEVAL 6611341244 SVCS INC KNIGHT RUDDER INC KONICA MINOLFA BUSINESS SOLUTIONS USA LIOXPRINT LLC 010681737 LITHOCRAFIKOS LLO LUCIANO DUQUE & ASSOCIATES 203113696 LLC M V ELECTRICAL SERVICES INC 204242630 MAKOWSKI E4 WRIGHT INC 592660406 MANUFACTURERS RESOURCE 260281063 . NETWORK INC MANUFACTURERS RESOURCE 26020/063 NETWORK INC MARTIN ASSOCIATES OP SOUTH - --- 060012464 FLORIDA INC ME0ACOLOR PRINT LLC 930309466 MIAMI MINI RIOCRS 274141596 TRANSPORTATION NATIONWIDE PRINTING & MORE LLC httpsJ/intra3.lniarnidac1c,gov/eProcNet/PackageReporl,aspx?Typo—PACKAGE&[d=8254-,1/22&Do N(:tlne ,., 3/1/2012 Miami -Dade County Procurement Page 10 of 12 NATIONWIDE PRINTING & MORE 200460003 Address: 12069 SW 117 AVENUE , MIAMI , FL, 33180 , LLC Phansl(306) 971.0184 Fax;(306) 071-6493 Email; NATIONWIDEPRINT613ELLSOU114.NCT OFFICE EXPRESS SUPPLY INC 650080760 Address; 0005 W 20 AVE, HIALEAH, FL, 33014 , Pilona:(306) 667.1567 Fax;(306) 824-9211 Ernall; 6LANCA@XPRESS3UY.COM OFFICE STORE INC 030380036 Address; 10 SE FIRST STREET, MIAMI , FL, 35131 Phons;(306) 577.6537 Fax:(306) 577.5303 Smell: ADMIN(r,OTRIALCOPY.COM OFFICE USA RETAIL CORP 669650072 Address; 6950 NW 77 COURT, MIAMI , FL 33166 , Phone;(305) 3022222 Fax;(305) 3022322 Email; MJRIELAG1OFFUSA.COM ORIGINAL IMPRESSIONS LLC 030,146119 Address: 12900 SW 89111 COURT, MIAMI , FL, 33176 , Phana;(305) 233-1322 Fax:(306) 251-1190 Small: ROLANDOaORIGINALIMPRESSIONS.COM OUR LITTLE CLOUDS OF JOY INC 270137001 Address; 10340 SW 104T1-1 STREET , MIAMI , FL, 33157 Phony:(306) 234-0410 Fax;(306) 238.3004 Email; JACKIELNARRIS013ELLSOUTH.NET P 69 E INC 203030346 Address; 10800 NW 21 STREET SUITE 130 , MIAMI , FL, 33172 , Phane:(306) 994-0222 Fax:(303) 994.0922 Email; LOCALGOVaPMF_SUPPLIES.COM PARA GRAPHIC DESIGNS INC 860540773 Address; 1647 NW 18L'i STREET, MIAMI , FL, 33169 , Pllone:(306) 690.4328 Fax;(305) 656.1616 Email: PAMGRAPHICDESIGNSIOYAHOO,COM PARAMOUNT OINDERY INC 27332460/ Address; 6330 NW 101 STREET, HIALEAI-I, FL, 33014 , Pllons:(306) 622-7070 Fax;(305) 322-7060 Email; JCATA(PARAMOUNTL3INDERY,COM PAWA ARCHITECTS & ENGINEERS 661107067 Address: 12040 SW 1331V COURT, MIAMI , FL, 33180 , INC Phone:(305) 232.7292 Fax;(306) 366-6030 l mnA: POSTMASTER©PAWA,COM PLASTIC CAR CI SYSTEMS INC 042375003 Address; 31 PIERCE ST, NORTI-I90R0 , MA, 01532 , Phone:(500) 351-6210 Fax:(608) 351.6211 Email: SALES©PLASTICARD.NET PRINTING CORP OF THE AMERICAS 6614178710 Address: 620 SW 12 AVE , POMPANO BEACH, FL, 33009 INC Phone:(954) 761.0100 Fax:(964) 701.8421 Email; PCAPRINTT3ELLSOUTH.NET PRISON REHAI3 INDUSTRIES & DIY 692/07013 Address: 12420 23111 STREET NORTH, 3R10 FL , ST. ENTERP INC PE'I'ERSBURG, FL, 13713, Phons:(727) 672.19[17 PM(7277) 670.3449 Email: 8IDSQPt1!DE•ENILRPRISE0.0RG PROFESSIONAL PROJECT 62/661329 Address: 0501 PAR( OF COMMERCE BLVD , IIOCA RATON, SERVICES INC FL 33487 , Phone:(561) 4434404 Pax:(001) 4437122 Email: NIEVE8R©P2S.COM Address: 11063 SW 20'I115 M1', MIAMI , FL, 33175 , Phon0;(306) 2241.094'0 Fax;(305). 2213-8981......_ .................._ . _.. _...... _.. . Emnll: I NI=0 IP SS PERMITS. C OM 633012660 Address: 6510 N 54 STREET, TAMPA , FL, 330101094 , Phn rag (013) 621.644r3 Fax;(813) 021-7608 Email: 81DSC PYRAMIC)SP.COM 693932660 Address: 6510 N 54 STREET , TAMPA , FL, 336101994 , Phonoi(813) 621.6446 Fax:(013) 021.7600 04114111; 131OS@PYRAMIOSP.COM Address: 2272 NW 87 AVENUE , MIAMI FL, 33172 , PFiono;(306) 614-0056 Fax: (306) 614.0077 Enroll: JOROE®QUADCOONLINE.COM QUALITY L3LUPRINT CORP 271396713 Address: 1.1866 SW 26T1-I smog, MIAMI , FL, 33176 , PROPERTIES SOLUTION SERVICES 611513109 LL.O PYRAMID PAPER COMPANY PYRAMID PAPER COMPANY QUADCO PRINTING 8t SIGNS INC 270309040 Phone:(306) 559.9864 Fax:(306) 650•6063 Email; NATIONAI.0I.UOOBELLSOIJTH•NET httpa,//,intra3,rni1a1aaid06dc,gav/ePrOCNet/PacklieRepo1'1.aspx?`type PA.CKAGE&Td=8254-1/22&DacN7me—,,. 3/1/2012 Miami -Dade County Procurement Page 1 I of I REPROGRAFIA INC 692068838 Address: 7451 SW 50714 TERRACE , MIAMI , FL, 33166 , FI)011e:(306) (367.4149 Fax;(305) 669.0331 Email: CARMEN@REPROGRAFIA.CGM REPROGRAPHIC ART INC 113700132 Address: 4396 NUJ 7TH STREET SUITE it 36 , MIAMI , FL, 33120 , Phone:(306) 443.0924 Fax:1305) 446.0926 Email: REPROART@BELLSCUTHNIET REPROGRAPHIC EXPRESS CORP 412037000 Address: 4316 NW 7 STREET, MIAMI , FL, 33120 , Phono:(796) 652-1019 Fax:(786) 662-1020 Email; RI(ICOPY@pEI-LSOUiH.NET RICK 0 PERSAUD 060020081 Address: 5099 SUMMERSR11EZE DRl7 014 , SUNRISE , FL, 33322, Phone:(554) 748-0256 FGx:(964) 746.0266 Email; OMSIDIGITAL@CCMCAELNET RIQCIWAYS LLC 746034092 Address: 3846 N MIAMI AVENUE , MIAMI , FL, 33127 Phono:(305) 324-1234 Fax:(306).647.1666 Email; JOSE.SAR0INAGE•ARC.CGM I2IDGWAYS LLC 74(1036692 Address: 3040 N MIAMI AVENUE, MIAMI , FL. 33127 , Phone:(306) 324-1234 Fax:(306)647.1653 Ethan: JSARDINA@T-SQUARE-COM RONIN ADVERTISING GROUP LLC 'I34266503 Address; 2865 5 DAYSHORE OR STE 301 , COCONUT GROVE , FL, 33133 , Phono:(305) 858.787E) Fax:(300) 660.9770 Email: ECONTORAKES(7QR0NINADV,CCM SAKURA SOLUTIONS CO INC 273351165 Address: 13405 SW 128 STREET, MIAMI , FL, 33186 , Phone:(306) 350-2672 Fax:(306)171.9698 Ernall: I NFO@ACE-PRINTING,NET $AKURASOLUTIONS CO INC 273301164 Address: 13403 SW 125 STREETtf204.8 , MIAMI , FL, 33108 , Phons:(306) 268.2572 Fax:(306) 371.9594 Emelt INFOCIACE-PRIN11NG.NET SAKURA SOLUTIONS CO INC 273361150 Address:13406 SW 125 STREET, MIAMI , FL, 33106 Phons:(30.3) 368.2972 Fax:(306) 371.9590 L m811: INFO@ACE-P RI NTI NG.NE; T SARIJINA REPRODUCTION 630414253 Address: 3162 NW 7 STREET, MIAMI , FL, 33126 , SERVICES Phone:(786) 021.6010 Fnx;(780) 621.5012 Email; SARREPRO@WORLDNET,ATT,NET StAPt2RM INVESTMENT INC 023314601 Address; 8210 NW 100 STREET, HIALEAH , FL, 33016 Phone:(788) 290.6973 Fax:(305)629-6623 Emaik JAMAICA032c('1AOL,C0M SIEMENS WESTINGIHOUSE 134018191 Address; 6906-G HAMPTON OAKS PIIWYI(3, TAMPA. FI, TECHNICAL SVCS INC 33610 , Phono:(770) 740.3400 F4x:(6'I3) 623.6261 Email: 8EVERLY. PRI CC0SPA. SI EMENS.COM SIGNATURE IMPRESSIONS INC 6605602'16 Address: 2686 S 8AYSl-SORE DR, STE 100, COCONUT GROVE , FI.r00183,. ._........ Pllono:(306) 8690311 Fax:(306) 6697933 Email; SIG01@0ELLSOUTH,NET SOUTHERN REPROGRAPHICS INC 660306350 Address: 13016 SW 65THAVI:NUC , MIAMI , FL, 33166 , Phone:(306) 261-2899 Fax:(305) 261-6006 Erroll; SOUTHERNOSREPRO.COM SUR DIGITAL CORPORATION 351146248 Address:169EAST FLAGLER,STREET* 1634,MIAMI ,FL, 33'131 , f'lione;(780) 2776148 Fnx (305) 7929752 8: i H OSCAR@SEMTANARIOARGENTINO,COM T-SQUARE EXPRESS INC 691872313 Address: 3046 N MIAMI AVENUE , MIAMI , FL, 33127 , P110ne:(306) 324-1234 Fex:(30!3 324.0040 Ismail: JSAROINA@T-SQUARE.COM THOMAS REPROGRAPHICS INC 761107160 Address: 7451 SW 130TH TERRACE , MIAMI , FL, 33156, https://intra3,)nlamidade,gov/eProcNlet//PackageRcport.aspx?Type—PAC[CAtl]?&Ic1-8254-]./2.2&DocName-,,, 3/1./2012 Miami Dade County Procurement Page 12 of 12 Phone;(306) 307-4149 Fex;(306) 069.9331 Small: JAICE c©RCPRCGRAFIA.COM TITAN REPRO INC 276200942 Address: 13010 SW 85T1'I AVE RD , MIAMI , FL, 33150 , Phons:(305) 261.3870 Iax:(306) 261.6000 Entail: ACCOUNTINOQSREPRO.COM UTILITY INSPECTION SERVICES INC 331005702 Address: 103 SW 113 AVE 4102, MIAMI , FL, 33174 , Pho5e:(005) 361.0067 Fax:(305) 558.1860 Entail: RAFAELJMANRIQUE@AOL.COM V R J SUPPLY CORP 260269521 Address: 8439 NW 66TH STREET, MIAMI , FL, 33156 , Phone;(303) 302.9092 Fax:(303) 302.0093 E mall: I NFO3QVRJ SUPP LYCORP. C OM VITAL GRAPHICS INC 560392074 Address: 2131 W 50 ST , HIALEAH , FL, 33016 , Phone,(303) 0578181 Fax:(303) 5871114 Ernan: BCHPRINT1NG922NETSCAPE.NET W A SUTHERLAND & ASSOCIATES 560152537 Address; 12028 SW '133 CT, MIAMI , FI-, 33'198 INC Phone:(300) 226-1949 Fax:(306) 762.7231 Email; WWAYNL--ASUTHERLAND®M8NCOM WORLD PRINTING INC 801709708 Address; 6030 OW 06 STREET, SOUTH MIAMI , FL, 33143 , Phone:(308) 601-2224 Fax:(306) 661,2214 Entail: 7HOSANG IWORLDPRINTINGINC.COM WORLD TRADE COPIERS LLC 208151974 Address: 4830 NW 06'IHAVENUE , LAUDERI-IILL , FL, 33319 , Phone:(064) 060.5934 FM( ) Email: SLIOREI'TTSTEIN(COPIERSFL.COM WORLDWIDE TICKETS & LABELS 550888151 Address: 3003 QUANTUM BLVD , BOYNTON BEACH , FL, INC 334225 , Phonu:(077) 426.5704 F9x:(354)426-5761 Cmall; SHAUNQWWTICHET.COM hops,//i zkra3,miarnidade,gov/eProeNec/PackageRepori,aspx7Type=-PACT .GLs<S'cId=8254-1/22&Doal`lttme 3/1/2012 OPENING: 2:00 P.M. WEDNESDAY MARCH 14, 2012 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE: REPRODUCTION & BINDING SERVICES THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND- NA CATALOGUE AND LISTS: NA CERTIFICATE OF COMPETENCY• NA INDEMNIFICATION/INSURANCE: NA PRE -BID CONFERENCE/WALK-THRU: NA SMALL BUSINESS ENTERPRISE MEASURE:SEE SECTION 2, PARAGRAPH 2.2 SAMPLES/INFORMATION SHEETS: NA USER ACCESS PROGRAM: SEE SECTION 2, PARAGRAPH 2.21 WRITTEN WARRANTY: NA LIVING WAGE: SEE SECTION 2, PARAGRAPH 2.29 FOR INFORMATION CONTACT: Roma Campbell, Procurement Contracting Officer, via e-mail at rcamp@miamidade.gov IMPORTANT NOTICE TO BIDDERS: • READ THIS ENTIRE DOCUMENT AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH SECTION 1, PARAGRAPH 1.2(D). • FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON BID SUBMITTAL FORM IN SECTION 4 SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE • FAILURE TO SIGN BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 8254-1/22 Bid Title: Reproduction & Binding Services Procurement Officer: Roma Campbell Bids will be accepted until 200 p.m. on Wednesday, March 14,2012 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each Bid submitted to the Clerk of the Board shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid Submittal, plus attachments if applicable. All Bids received time and date stamped by the Clerk of the Board prior to the bld submittal deadline shall be accepted as timely submitted. The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department, in consultation with the County Attorney's Office, to determine whether the bid will be accepted as timely. NOTICE TO ALL BIDDERS: • FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON- RESPONSIVE. • THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY BIDDER RESPONDING TO THIS SOLICITATION. MIAMi-DADE COUNTY BID NO.: 8254-1/22 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1. DEFIN,ITIQNS Bid — shall refer to any offers) submitted in response to Ibis solicitation, Bidder — shall refer to anyone submitting a f3Id In response to this soIlelta4on. Bid Solicitation -• shall mean this solicitation documentation, Including any and all addenda - Bid Submittal Form — defines the requirement of Items to be purchased, end must be completed and submitted with Bid, The Bidder should Indicate its name In the appropriate space on each Page. County — shall refer to Miami -Dade County, Florida ISD/PM — shall refer to Miammi•Dade County's Internal Services Department, Procurement Management Division. Enrolled -Vendor — shall refer to •a fine that has completed the neoeesary documentation in order to receive Bid notifications km the County. Registered Vendor — shall refer to a Ilrm That has completed the Miami -Dade County Business Entity Registration Application and has satisfied all requirements to enter Into business agreements with me County. The Vendor Registration Package — shall refer to the Briefness Entity Aeglstratlat ApplleaNan. For addlttonal Information about on.iino vendor enrollment or vendor roglatration contact the Vendor Assistance Unit at 111 N.W. 11d Street, 13'h Floor, Miami, FL 33128, Phone 306-375.6773. Vondore can enroll online end obtain forms to register by vlslting our web alto at www mfanlidedo,gov/ISD/PM 1.2. INSTRUCTIONS TO BIDDERS A, Bidder Qualification It la the pulley of the County to encourage full and open competltlon among all available qualities vendors. All vendors ragularly engaged In the type of work specified In the Bid Solicitation are encouraged to aubmlt BIds. Vendors may enroll with the County to he Included on a notification Ilst for aetectod calegorles of goons and services, To be eligible for award of a contract (Including small purchase orders), Blddsrs must become a Registered Vendor. Only Registered Vendors can be awarded County contracts. Vendors are required to register with iho County by contacting the Vendor Assistance Lett. The County endeavors to obtain the participation of all qualified small business enterprises. For 'ntormation rand to apply for codification, contact the Department of Small Business Development at 111 N.W. 1 Street, 19'h Floor, Miami, FL 33128-1900, or telephone at 306-376-3111. County employees and board members wishing to do business with he County are referred to Section 2.11,1 of the Miami -Dade County Code relating to Conflict of Interest and Code of Ethics. B. Vender Registration To be recommended for award the County requires that vendors complete a Miami -Dada County Vendor Roglotration Package. Effective Jura 1, 2008, a new Vendor Registration Package, Including a Uniform Affidavit Packet (Affidavit form), must be completed by vendors and returned to the Internal Servicen Department, proouremeiil Management Division (ISD/PM), Vendor Asshrtanee Unit, within fourteen (14) days of notification of the Intent to recommend for award. In the event the Vendor Registration Package Is not properly completed and returned within the apecifled time, the County may In Its sole discretion, award to the next lowest responsive, responsible Bidder. The Bidder Is responsible for obtainkrg the Voirdor Registration Package, Including all affidavits by downloading from the ISD/PM webslte at www.mtamidade.gov or from the Vendor Assistance Unit at '111 N,W. 1 °' Street, 13s1 Floor, Miami, FL 33128. Bidders are required to affirm that all Information submitted with the Vendor Registration Package is current, complete and accurate, at the time they submit a response to a Bid Solicitation, by completing the provided Affirmation of Vendor Affidavit form. In becoming a Registered Vendor with Mfamf-Dade County, the vendor confirms its knowledge of and commitment to comply with the following: 1. Miamhbade County Ownership Disclosure Affidavit (Sec. 2-8.1 of the County Coda) -I- 2, Mlaml-Dade County Employment Disclosure Affidavit (County Ordinance No. 90.133, amending Section 2.3.1(d)(2) of the County Code) 3. Miami -Dade Employment Drug -free Workplace Certification (Section 2.8.1.2(b) off the County Code) 4, Miami --Dada Disability and Nondlacrimleation Affidavit (Article 1, Section 2-8,1,5 Resolution R182-00 Amending R 386-96) 6. Miaml-Dada County Debarment Disclosure Affidavit (Sacflon 1038 of the County Cede) 6, Miami -Darla County Vendor Obligation to County Affidavit (Section 2.8.1 of the County Code) 7. Miami -Dade County Coda of Business Ethics Affidavit (Article 1, Section 2.8.1(1) and 2.11(b)(1) of the County Cods through (6) and (9) of the County Code end County Onilnanoe No 90-1 amendny Section 2-11.1(c) el the County Code) 8, Mlaml-Dade County Family Leave Affidavit (Article V of Chapter 1 i of the County Code) 9. Mfamf-Dade County Living Wage Affidavit (Section 2-8.9 of the County Code) 10, Miami -Dade County Dolneot a Leave end Reporting Affidavit (Article 8, Section 11A-60 1 fA-67 of the County Cade) 11, Subcontracting Practices (Ordinance 97-35) 12, Subcontractor /Supplier Listing (Ordinance 97-194) 13. Environmentally Acceptable Packaging Resolution (11-738.92) 14. W-9 and 8100 Forme The vendor must furnish These forms as required by Rho Internal Revenue Service, 15. Social Security Number In order to establish a file for your firm, you must provide your firm's Federal Employer identification Number (FEIN). if no FEIN exists, the Social Security Number of the owner or individual must be provided, This number becomes your "County Vendor Numbed To comply with Section 110.071(6) of the Florida Statutes relating to the collection of an individual's Social Security Number, be aware that ISD/PM requests the Social Security Number for the following purposes: • ldontifioaflon of individual account records • To make payments to individual/vendor for goods and services provided to Mlaml-Dade County ° Tux reporting purposes ° To provide a unique identifier In the vendor database that may be used for searching and sorting departmental records 16. Office of the inspector General Pursuant to Section 2-1076 of the County Code. 17, Small Easiness Enterprises The County endeavors to obtain the participation of all small buslnese enterprises pursuant to Sections 2-8.2, 2.8.2.3 end 2-82 4 of the County Code and Title 49 Mite Code of Federal Regulations. 16 Antitrust Laws By acceptance of any contract, the vendor agrees io comply With all antitrust laws of the United Status and the State of Florida. C. PUBLIC ENTITY CRIMES 'I'o be eligible for award of a contract, firms Wafting to do business with the County must comply with the following: Revised 1112/12 MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 1 GENERAL TERMS AND CONDITIONS Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has bean placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a aontract to provide any goods or services to a pubila entity, may not submit a Bid on a contract with a pubilo entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public, entity, may not be awarded or perform work as a contractor, supplier, subcontractor; or consultant under a contract with any public entity, and may not hensact buslnese with any public entity in excess of the threshold amount provided in Section 257.01? of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. D. Request for Additional Information 1. Pursuant to Section 2-11.1(1) of the County Code, all Bld Solicitations, once advertised and until an award recommendation has been lor,arded to the appropriate authority aro under the "Conn of $11enoo",., Any conimunloatlon or Inquiries, exoept for clarification of process or procedure already contained In the solicitation, aro to be made In writing to the attentIon of the Proourement Agent Identified on the front page of the soliclta@on. Such iequfrles or request for intern -Neon shall be submitted to the procurement agent in writing and shall certain the roquestsr'a name, address, and telephone number. It transmltted by facsimile, the request should also Include a cover sheet with Bidders facsimile number. The requester must also file a copy of thole written request with the Clerk of the Bend, 111 NW 1a Street, 17r" Floor, sulte 202, Miami, Florida 33126.1983 or email pre r kbcc ee ptie m l d a d re aov. 2. The Internal Services Department, Procurement Management Division may issue an addendum in response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions or requlremerts- of the solicitation. The Bidder should not rely on any representation, statement or expianatten whether written or verbal, other than those made in this Bid Solicitation document or In any addenda Issued. Whore there appears to be a aonfllot between this Bid Solicitation and any addenda, the last addendum issued shall prevail. 3, It is the Bidder's responsibility to ensure receipt of all addenda, and any eacempanying documentation, The Bidder Is required to auhmit with Ito Pld a signed "Acknowledgment of Addenda" form, when any addenda have been Issued. E. Contents of Bid Solicitation and Bidders' Responsibilities I. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this sollcttatlon. Pleas of Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a baste for varying the requirements of the County, or the compensation to be paid to the Bidder. 2, In the event a Bldder wishes to protest any part of iho General Cond111ons, Special Conditions and/or Technical Specifications contained in the Oki Sollaftellon it must file a notice of protest In writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation. Failure to file a timely notice of protest will constitute a waiver of proceedings. 3. Thls solicitation is subject to all legal requirements contained In the applicable County Ordinances, Administrative Orders, and Rosolutrons, se well as all applicable State and Federal Statutes, Where conflict exists bshween this Bid Solicitation and These legal requirements, the authority shall prevail In the following order: Federal, State and local. 4. It Is the responsibility of the Bidder/Proposer, prior to conduoting ary lobbying regarding this soitoltatfon to file the appropriate form with the Clark of the Board (stating that a particular jobbviet le authorized to represent the Sldder/Prapaaar, The Bidder/Proposer shall also ills a form with the Clerk of the Board at the point In tone al which a Lobbyist is no longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer to Ilte the appropriate form required, In relation to each solicitation, may be considered as evidence that the Bidder/Proposer Is not a responsible eontraotor. Change or Withdrawal of Bids Charges to Bid - Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid, (as Indicated on the cover page) with a loner in wilting an the firms letterhead, signed by an F. 1. authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the leiter and all letormattoh as required for &el mining the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid Is withdrawn as provided herein. Only a written fetter received by ISD/Pfvt prior to the Bid opening date may withdraw a bld. A bid may also be withdrawn ninety (9U) days after InctBld has been opened and prior to award, by,subrnliting a letter to the contact person identified on the front cover of this Bld soltellatlon. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Wlihtn The Bid Solicitation Where them appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal adctton, or any addenduni Issued, the order of precedence shall be: the last addoridum Issued, the Bid Submittal Section, the Technical Specifications, the Special Condlllons, and then the General Terms and Conditions. H. Prompt Payment Terns 1, I1 Is the policy of Miami -Dade County that payment for all purchases by County agencies and he Public Health Trust shall be made In a timely manner and that interest payments be made ne tale payments. In accordance with Merida Statutes, Seotton 218.74 and Suction 2-8,1.4 of the Mlaml•bade County Code, the time at which payment shall be due from the County or the Public Health Trust shall be forty-five (45) days from receipt of &proper Invoice. The time at which payment shall be duo to small businesses shall be thirty (30) days from reoeipt of a proper invotce. All payments due from the County or the Public Health Trust, and not made within the time speoitted by this seollon, shall bear Interest from thirty (30) days after the due date at the rate of ono porcort (1°b) per month an the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Mayor, or his or her deslgnee(s), not later than sixty (60) days after the date on which the proper Invoice was received by the County or the Public Health Trust. 2. The Bidder may offer cash dlsoounts for prompt payments; however, such discounts will not be considered In determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms In the space provided on the Bfd submlttel signature page od the solicitation. 1.3. PREPARATION OF BIDS A, The Bid submittal form deilnes requirements of Items to be puroheeed, and must be completed and eubmltted with the Bid, Use of any other form will result in the rejection of the Bidder's oiler. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or Ink, All changes must be crossed out and initialed In Ink, Failure le comply with these requirements may cause the Bid to be rejected. C. An authorized agent of the Bidder'e firm must sign the Bid submittal form. FAILURE TO Stf N THE BID SUB I ITrAi, FORM SHALL RENDER THE BID NON•RESPON'gIVE. D. The Bidder may be considered nonresponsive If blrls are rondltloned to modifications, changes, or revlslone to the terms and conditions of this sollcltau'on, G. The Bidder may submit alternate Bld(s) for the same solicitation provided that such otter le allowable under the terms and conditions, The alternate Bid muet meet or exceed the minimum requirements and be submitted on a separate Bld submittal marked "Alternate Bid", F. When them le a dlscrooancy between the unit prtose and any extended prices, the unit prices .will prevail. G, An optional electronic submittal shall not be considered a part of the bid If It differs In any respect from the required manual submittal In the original hard copy. 1.4. CANCELLATION OF BID SOLICITATION Maud -Dade County reserves the right to cancel, in whole or in part, any Invitation to Bid when It is in the bolt interest of the County. Revised 1/12/12 MIAMI-DADE COUNTY BiD NO.: 8254-1/22 SECTION 1 GENERAL TERMS AND CONDITIONS 1.5. AWARD OF BID SOLICITATION A. This Bid may be awarded to the responetble Bidder meeting all requirements as set forth In the soilcitation. The County reserves the right to reject any and at, Bids, to waive Irregularities or technicalities and to re -advertise for all or any part of this Bid Solicitation as deemed in Ile best interest. The Courtly shall be the sole judge of Its best Interest. B. When (here are multiple line Items In a solicitation, the County reserves the right to award on an Individual Item baste, any combination of items, total low Bid or in whichever manner deemed in the bast Interest of the County. C. The County reserves the right to reject any and all Bids it It la determined that prices are excessive, best offers are determined to be unreasonable, or It Is otherwise determined to bo in the County/le beat Interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same, E. Award of lisle Bid Solicitation will only be made to firma that have completed the Miami -Dada County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Mlaml-Dade County. Firms domiciled in Miami - Dade County must present a copy of their Mlamt•Dade County issued Loca' Business Tax Receipt. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a prime contractor or subcontractor on previous County contracts shall be taken Into account In evaluating the Bid received for thls Old Solicitation. C. To obtain a copy of the Bid tabulation, Bidder(a) shall enclose an appropriately sized self-addressed stamped envelope or make a request by a.mail. Bid results will not be given by telephone or facsimile. H. The Did Solicitation, any addenda and/or properly executed modifications, the purchase order, and any change order(s) shall constitute the contract. 1. In accordance with Resolution R-1574-88, the Director of ISD/PM will decide all tie Bids. J, Award of this Did may be predicated on coraplianae with and submittal of all required documents as stlaulatad In the Old Solicitation. K. The County reaorves the right to request, and evaluate additional information from any bidder alter the submission doaditne as the County deems necessary. 1.6. CONTRACT EXTENSION A. The County reserves the right to exercise its option to extend a contract for up to one hundred-elghty (180) calendar days beyond the current contract period and will notify the contractor In writing of the extension. B. This contract may be extended beyond the Initial one hundred - eighty (180) day extension period upon mutual agreement between the County and the successful Bidder(s) upon approval by tho Board of County Commissioners. 1.7. WARRANTY All warranties express and Implied, shall be made available to the County for goods and services covered by this Bid Solicitation. Al goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. Al no expense to the County, the successful Bidder shall correct any and all apparent and Went debate Thal may ccour within the manufacturer's standard warranty, The Special Condltlona of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.8, ESTIMATED QUANTITIES Catenated quantities or dollars are for Bidder's guidance only: (a) estimates are based on the County's anticipated needs and/or usage during a previous contract aeries and; (b) the County may use these estimates to determine the low Bidder. Estimated quantitlaa do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion of the County User Access Program (UAP) described In Section 2.21 of this contract solicitation and tho resulting contract, if that seciton Is present In this solicitation document. No guarantee is expressed or Implies as to quantities or dolaars that will he used during the contract period. The County Is not obligated to place any order for the given amount subsequent to the award of this Hid Solloitation, 1.9. NON -EXCLUSIVITY It Is the Intent of the County to enter Into an agreement with the successful Bidder that will satisfy Its needs as describe herein. However, the County reserves the right as deemed In Rs best Interest to perform, or cause 10 be performed, the work and services, or any portion thereof, herein described In any manner It sees fit, Including but. not limited to: award of other contracts, use ai ary contractor, or perform the work vdlh its own employees. 1.117. LOCAL PREFERENCE The evacuation al competitive bids is subject to Section 2.8.5 of the Mlnml-Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference by given to focal bualneasos. A local buslness shall be defined as: 1. a business that has a valid Local Business Tax Receipt, Issued by Miami -Dade County at least one year prior to bid or proposal eubmisslon, that Is appropriate for Iho gcada, servlooe or construction to be purchased; 2. a business that has physical business address located within the limits of Mieml-Dade County from which the vendor operates or performs business. Past Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3. a business that contributes la the economic development and well-being of Miami -Dade County In a verifiabte and measurable way. This may Include but not be limited to the retention and expansion o1 employment oppertunittss and the support and Increase In the County's tax base. To satisfy thls requirement, the vendor shall affirm in writing Its compliance with either of the following objective criteria as of the bid or proposal submission data slated In the solicitation: (a) vendor has al least ton (10) permanent full time employees, or part time employees equlvatent to 10 FTE nil -time equivalent" employees working 40 hours per week) that live In Miami -Dade County, or at least 25% of its employees that live in Mlami'Dade County, or (b) vendor contributes to the County's tax base by paying either real property faxes or tangible personal property taxes to Miami -Dade County, or (o) some other verifiable and measurable contribution to the economic development and well-being of Miami -Dade County. When there Is a responsive bid from a Mfaml-Dade local business within 10% of the lowest price submitted by a responsive non -local business, the local buslnesa and the non -local low bktder shall have the opportunity to submit a best and final bid equai to or lower than the amount of the low bid previously submitted by the nen-local business, At this time, there Is an Interlocal agreement in effect between Miami' Dade and Broward Counties until September 2012, Therefore, a vendor which meets the requirements of (1), (2) and (3) above for Broward County shall be considered a local business pursuant to this Settler. 1,11.CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration data of the current contract period shall, unless terminated by mutual written agreement between the Cormty and the successful Bidder, continue until completion at the sarne prices, Terms and conditions. 1.12. f 1O PROTEST A recommendation for contract award or rolosllon of award may be protested by a Okdder In accordance with the procedures contained in Sections 2.11.3 and 2.11A of the County Code, as amended, and as oetabllahed in Adminialratvo Order No,3.21, Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 1 GENERAL TERMS AND CONDITIONS 1,13. LAWS AND REGULATIONS The eucoeasiul Bidder shall comply with ail laws and regulations applicable to provide the goods and/or services specified In this Bid Solicitation. The Bidder shall comply with all federal, state and local laws that may affect the goods and/or services offered. 1,14. LICENSES, PERMITS AND PEES The awarded bldder(s) shall hold at Itcenses andlor eertlfasttons, obtain and pay for all permits andlor Inspections, and comply wlih all laws, ordinances, regulations and building code requirements applicable to the work required herein. Damages, penalties, and/or fines Imposed an the County or an awarded bldder for failure to obtain and maintain required licenses, certifications, permits andlor Inspeotions shall be borne by said awarded bidder. 1,1S.. S UBCONTRACTING_ _...- . ... . Unless otherwise specified in Ihis Bid Solicitation, the successful Bkldor shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result In termination of the contract for default, Whon ;3ubconkacting 's allowed the bidder shall comply with County Resolution No. 1634.93, Section 10-04 of the County Code and County Ordinance No. 97.35. 1.16.ASSIONMENT The successful Bidder Mail not assign, transfer, hypothecate, or otherwise dispose of this rontrace inaluding any fights, title or Interest therein, or is power to execute such contract to any person, company or corporation wtlhout the prlor written consent of the County. 1.17. DELIVERY Unlesa othetwlee specified In the Bid Solicitation, prices quoted shalt be 5,0,16 Destination. Freight shall be included In the proposed price. 1.10. RESPONSIBILITY AS EMPLOYER The employe((s) of the succosofuf Bidder shall be eonafdored to be at all times Its smp'oyee(s), and not an employee(s) or agent(s) of the County or env of its departments, The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder to remove any employee f1 deems unaceeptaole. All employees of the successful Bidder shall wear proper identification. 1,1I . INDEMNIFICATION The successful Bidder shall Indemnify and hold harmless the Caurty and Its officers, empkoyesa, agents and Instrumenteliitiea from any and all liability, losses or damages, tnduding attorneys lees and costs of defense, which the County or its officers, employees, agents or Instrumentalities may Incur as a result of claims, demands, suits, causes of adore or proceedings of any kind or nature artotng out of, relating to or resulting from the performance of the agreement by the successful Bidder or Ile employees, agents, setvanta, partners, principals or subcontractors. The successful bidder shall pay at clalms and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature In the name of the County, where appficabfe, Including appellate proceedings, and shall pay all costa, judgments, and attorney's tees which may be incurred thereon. The successful Bidder expressly understands and agrees That any insurance proteotlon required by this Agreement or otherwise provided by the successful Bidder shall In no way Ilmlt the responsibility to Indemnify, keep and save harmless and defend the County or its officers, employees, agents and Instrumentalities as herein provided, 1.2D. COLLUSION A contractor recommended for award as the result of a competitive seiteltatlon for any County purchases of supplies, materials and services (Including professional sarvlces, other than professional architectural, engineering and other services subject to Sec. 2-10.4 and Sec. g07.055 Fla Stets.), purchase, lease, permit, concession or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the County: stating either that the contractor is not rotated to any of tie other parties btdeing In the - IV - competitive aolloitellon or Identifying all related parties, es defined in this Section, which bid in the solicitation; and attesting that the contractor's proposal Is genuine and not sham or collusive or made In the Interest or on behalf of any person not therein named, end that the contractor has not, directly or Indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to retrain from proposing, and that the proposer has not In any manner sought by collusion to secure to the proposer an advantage over any other proposer. In the event a recommended contractor identities related parties In the competitive solicitation its bld shall be presumed to be collusive and the recommended contractor shall be ineligible for award untess that presumption le rebutted In accordance with the provisions of Sec. 2-8.1.1. Any person or entity that fails to submit the required afficavit shall be Ineligible for contract award. A. The Collusion Affidavit wllt be Included -in -ell solicitntlons and will be requested from bidders/proposers once blds/proposals ere received and evaluated, 13. Failure to.provlde a. Collusion Affidavit within S business. days after the recommendation to award has been filed with the Clerk of the Board shall be cause for the contractor to forfeit their bid bond. 1.21. MODIFICATION OF CONTRACT The contract may be modeled by mutual consent, in writing through the Issuanoe of a modification to the contraot, purchase order, change order or award sheet, as appropriate. 1.22. TERMINATION FAR CONVENIENCE The County, at Its sole discretion, reserves the right to terminate thfe contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the successful Bidder shall not incur any additional costa under this contract The County shall be liable only for reasonable costs Incurred by the successful Bidder prior to notice of terrnkiatlon, The County shall be the sole judge of "reasonable costa" 1,23.TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or In whole, or place the vendor on probation in the event the succeasfut Bidder falls to portomt In accordance with the terms and oondlttons stated herein, The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions andlor administrative orders. The vendor will be notified by letter of the County's intent to tenninate. In the event of termination for default, the County may procure the required goods andlor serecos from any source and use any method deemed In its best Interest. At re -procurement cost shall be borne by the successful Bidder, 1.24. FRAUD AND MISREPRESENTATION Pursuant to Seotlon 2-8.4,1 of Iho Miami -Dade County Code, any Individual, corporation or other entity that attempts to meet its centraottlal obligations with the ' County through fraud, misrepresentation or material misstatement, may he debarred for up to five (6) years. The County as a further sanction may terminate or cancel any other contracts with auoh Individual, corporation or entity. Such Individual or entity shall be responsible tor all direct or indirect costs associated with termination or cancellation, including attorneys tees. 1.25, ACCESS TO RECORDS The County reserves The right to require the Contractor to submit to an audit by Audit and Management Services, the Commission Auditor, or other auditor of the County's oh000ing at the Contraotor'a expense. The Contractor shall provide access to all of Its records, which relate directly nr Indirectly to this Agreement at ite place of business during regular business hours. The Contractor shall retain all records pertaining to this Agreement and Upon request make them available to the County for three years following expiration of the Agreement, The Contractor agrees to provide ouch eareetance as may be necessary to facilitate the review or audit by the County to eneuro compliance with applicable accounting and financial standards, Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 1 GENERAL TERMS AND CONDITIONS 1.26 OFFICE OF THE INSPECTOR GENERAL Miami -Dads County has eslabilehed the Office of the Inspector General, which Is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. The Inspector Cieneral may, on a random basis, perform audits on all County Contracts, Tho cost of random audits shall be Incorporated Into Iho contract price of. all contracts and shall be one quarter (1/4) of one (1) percent of the contract price, exospt as otherwise provided In Section 2.107e of the County Code, • 1,27 PRE -AWARD INSPECTION Tho County may conduct a pre award Inspection o1 the bidder's site or hold a pre -award qualification. hearing to determine II the bidder le capable of performing the requirements of thisbid soifc laden: 1,28 PROPRIETARY/CONFIDENTIAL INFORMATION Pro poem's aro hereby notified that all inlormalion submitted as part of, or In support of bid eubmlttele will be available for public Inspection after opening of bids In compliance with Chapter 119 of the Florida Statutes; popularly known as the "Public Record Law." The proposer shall not submit any information in response to this sollcltallon, which the proposer consldera to be a trade semi, proprietary or coMldontial. The submission oI any Information to the County in connection with thie solicitation shall be deemed conclusively to be a waiver of any trade secret a1 other protection, which would otherwise be available to the proposer. In the event that the proposer submits Informabon to the County In violation of this restriction, either Inadvertently or Intentionally and clearly Identifies that Information in tho bid an protected or confidential, the County may, In Its sole discretion, elthor (a) communicate with the Proposer in writing in en effort to obtain the Proposers withdrawal of the confidentiality restriction or (b) endeavor to redact and return that Information to the Proposer as quickly as possible, and If appropriate, evaluate the balance of the proposal. The redaction or return of Informallon pursuant to thlo clause may render a proposal non -responsive. 1.29. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any pemon or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of 'individually identifiable health Information OHO and/or Protected Health Information (PHI) shall comply with the Health Insurance Portabl'Ity and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA rnendatos for privacy, security and electronic transfer otandards that Include but are not limited lot 1. Use of information only for pedorming services required by the contract or as required by law; 2. line of appropriate safeguards to prevent non-pornittod disclosures; 3, Reporting is Mlami-Uade County of any non -permitted use or disclosure; 4. Asouranees that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bldder/Proposer and reesonablo assurances that IIHI/PHI will be held confidential; 6. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available Io the customer for review and amendment; and Incorporating any amendments requested by the customer; 7, Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami -Dade County for compliance audits. PHI shall maintain Its protected status regardless of the form and method of transmission (paper recorde, and/or electronic transfer of data). The Bidder/ Proposer must glve Its customers written notice of its privacy Information practices including specifically, a description of the types of uses and disclosures that would be made with protected health Information. -V- 1.30. CHARTER COUNTY TRANSIT SYSTIEM SALE SURTAX Whon proceeds from the Charter Cot.nly Transit System Sales Suilax levied pursuant to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some part of the cost of this contract, no award for those portions of a blanket Purchase Order (IIPO) utilizing Charter County Transit System Sales Surtax funds as part of a multi - department contract, nor a contract utilizing Ctinrtsr County Transit System Surtax funds shall bo atiective and thereby give rise to a contractual relationship with the County for purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either by explratfon of 10 days after stroll award without veto by the Mayor, or by Commission override of a veto); and, 2) either, I) the Citizens' Independent Transportation Trust (CITY) has approved Inclusion of the Surtax funding on the contract, or, 11) In response to the CITTs disapproval, the County Commission reaffirms award of -the bbntrabt'byTwo-thirds' (2/3) vote of the Commission's membership and such reaffirmation becomes final. Notwithstanding the other provisions of Section 1,30, award of an allocation for servlsos in support of the CITI s. oversight which does not exceed $1000 will not require Commission or CITT approval and may be awarded by the Executive Director al the CCITT 1.31 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2-11.1(s) of the Code of Miami -Dade County, after May, 16, 2003, no person may, In whole or in part, pay, give er agree to pay or give a contingency fee to another preen. No person may, in whole or in part, reoeive or agree to receive a contingency fee. B). A contingency fee Is a fee, bonus, commission or non -monetary benefit as compensation which le dependant on or In any way contingent upon the passage, defeat, or modification of: 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Mayor or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision -making process regarding such action, decision or recommendation which forsoaabiy will be heard or reviewed by Ibo County Commission or a County board or commitee, 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the rontraot resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whoto or In part with governor ant funds. Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this solicitation is to pre -qualify vendors for future spot market bidding through the submission of documents and forms intended to verify that the vendor meets or exceeds the minimum criteria set forth elsewhere in this solicitation. All vendors, which meet or exceed the criteria established in this solicitation, shall be placed in the vendors. prequalification pool which may be accessed by County departments in order to obtain price quotations for the provision of various types of reproduction and binding services to include architectural documents, as required. 2.2 SMALL BUSINESS. CONTRACT. MEASURES FOR SOLICITATIONS GREATER THAN. $50,000 (Bid Preference): A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to awards valued up to $1 million and a 5% percent bid preference shall apply to awards greater than $1 million. A SBE/Micro Business Enterprise must be .certified by the Department of Small Business Development (SBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Small Business Development at 305-375-CERT (2378) or access Miami -Dade County - Small Business Development - Certification Process. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 PRE BID CONFERENCE: INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: FIVE (5) YEARS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter, which is distributed by the County's Internal Services Department -Procurement Management, and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the five (5) year period. 2.5 OPTION TO RENEW (OTR) FOR ONE FIVE-YEAR TERM: Prior to, or upon completion, of the initial term, the County shall have the option to renew this Pre -qualification Pool for one (1) five (5) year term. In order to continue participation in the Pre -Qualification Pool, vendors shall maintain, for the entirety of the stated additional periods, compliance with the Pre -Qualification Criteria outlined in this solicitation. Continuation of the Pre -Qualification Pool beyond the initial period and any option subsequently exercised is a County prerogative and not a right of any vendor. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. Should any vendor decline the County's right to exercise the option period, such vendor shall be removed from the Pre -Qualification Pool and ineligible to participate in any future RFQs conducted by the County. -1- MIAMI-DADE COUNTY BID NO.: 8254-V22 SECTION 2 S2EC1ALGOBDITIONS 2.6 METHOD OF AWARD USING PRE -QUALIFICATION AND SUBSEQUENT SPOT SPOT MARKET PROCEDURES: Award of this contract will be made to all responsive, responsible vendors who meet the minimum qualifications set forth in this solicitation. As a condition for being included in the pre -qualified pool, vendors must complete the Bid Submittal Package in Section 4 of this solicitation and provide all required information for evaluation. Vendors that meet the minimum qualifications shall then be deemed to be pre -qualified to participate in subsequent spot market purchases issued by user in the form of a Request for Quotation (RFQ) as required bythe .County on.. either. an as -needed or .periodic ..When such-RFQs are initiated, the pre -qualified vendors shall be invited to offer a fixed price for a specific individual purchase, or a specific purchasing period. The vendor then offering the lowest fixed price shall be awarded for the specific period or specific purchase. The award to one vendor for a specific period or individual action does not preclude the remaining pre - qualified vendors from submitting spot market offers for other specific purchases. It shall be the sole prerogative of the County as to the number of vendors who will be included under this contract. During the term of this contract, the County reserves the right to add or delete Bidders, as it deems necessary in its best interests. If the County elects to add vendors, the vendors must meet the same minimum qualifications established for the original competition. 2.6.1 PRE -QUALIFICATION CRITERIA Pre -qualification under this solicitation will be made to all responsive, responsible Vendors who meet the minimum qualifications. The awarded vendors shall be pre - qualified to provide competitive spot market quotations for reproduction and binding services to include architectural documents when required by various Miami -Dade County departments. Vendors must be able to demonstrate that they have provided reproduction and binding services to include architectural documents to at least three (3) client references, two (2) of which must be government/public sector entities. These references shall be used to ascertain to the County's satisfaction that the Vendor has sufficient experience and expertise in services. Note: if the Bidder is using a County department as a reference, the County will only accept one (1) reference from any County department. The other references must be from non Miami -Dade County departments. ii. Vendors shall provide contact information for Primary (required) and Secondary (optional) staff within your company who will be responsible for providing a response to spot market quotes issued by Miami -Dade County. These services shall typically be required Monday through Friday with the business hours of 8:00 a.m. and 6:00 p.m. (local time). Vendors shall have all required equipment located at the Vendors facility to meet the needs outlined in Section 3, Paragraph 3.11. Bid Submittals shall not be considered for award from Bidders that do not have on premises well - maintained equipment at the time of the Pre -Award Inspection. -2- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIO 2.7 PRICES SHALL BE FIXED AND ARM FOR TERM OF CONTRACT: If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor shall remain fixed and firm until materials are delivered, accepted and invoiced to the County. The prices quoted shalt be inclusive of all costs, set-up charges, fees, materials, labor and transportation necessary to pick-up, deliver and produce a finished product involved in providing these services. Additional charges of any kind added to the invoice submitted by the Bidder will be disallowed. 2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY EQUIPMENT: INTENTIONALLY OMITTED 2.9 EQUAL PRODUCT: INTENTIONALLY OMITTED 2.10 LIQUIDATED DAMAGES: INTENTIONALLY OMITTED 2.11 INDEMNIFICATION AND INSURANCE: INTENTIONALLY OMITTED . 2.12 BID GUARANTY: INTENTIONALLY OMITTED 2.13 PERFORMANCE BOND: INTENTIONALLY OMITTED 2.14 CERTIFICATIONS: INTENTIONALLY OMITTED 2,15 METHOD OF PAYMENT: INVOICE MATCHED TO WORK ORDER: Selected Vendors shall submit an invoice, which provides the basic information set forth below, and the corresponding Work Order number, to the County user department that issued a Purchase Order to the bidder(s). The date of the invoice shall not exceed thirty (30) calendar days from the completion and acceptance of the work requested through the Purchase Order, Under no circumstances shall the invoice be submitted to the County in advance of the completion and acceptance of the work. All invoices shall contain the following basic information: I. Vendor Information: • The name of the business organization as specified on the contract between Miami -Dade County and vendor • Date of invoice • Invoice number • Vendor's Federal Identification Number on file with Miami -Dade County - 3 - MIAMI-DADE COUNTY SECTION 2 SPECIAL CONDITIONS BID NO.: 8254-1/22 II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number III. Pricing Information: • Unit price of the goods, services or property provided Extended total price of the goods, services or property • Applicable discounts IV. Goods or Services Provided per Contract: Description Quantity V. Delivery Information: Delivery terms set forth within the Miami -Dade County Release Purchase Order Location and date of delivery of goods, services or property Failure to submit invoices in the prescribed manner will delay payment. 2.16 SHIPPING TERMS: EOM, DESTINATION: Selected Vendors shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at their respective offices. The County reserves the right to substitute the delivery location at any time. 2.17 DELIVERY REQUIREMENTS: To be specified in the individual Requests for Quotations (RFQ) issued by the County departments. 2.18 BACK ORDER ALLOWANCE: INTENTIONALL OMITTED 2.19 WARRANTY REQUIREMENTS INTENTIONALL OMITTED 2.20 CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract, please contact R. Campbell via e-mail at rcampPmiamidade,gov with a copy to the Clerk of the Board at clerk BCCPmiamidade.gov. Administrative Order 3-27, Cone of Silence, prohibits oral communication regarding a bid during the period the Cone is in effect. The County reserves the right to change the contact person throughout the term of the agreement. Any changes will be communicated in writing to Bidders as needed. -4- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS 2.21 COUNTY USER ACCESS PROGRAM (UAP) FEE: USER ACCESS FEE Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi -governmental or not -for -profit entity._.__ The vendor providing goods or servioes under this contract shall invoice the contract price and shall accept as payment thereof the contract price fess the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. JOINT PURCHASE Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions, The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number frorn the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. Ali orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. VENDOR COMPLIANCE If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. -5- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS 2.22 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS: Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County, which identifies the requirements of the additional County department(s) or agency(ies). 2.23 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING: Since the goods, services, and/or equipment that will be acquired under this solicitation will be purchased, in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this solicitation and resultant contract by reference. 2.24 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.25 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY VENDOR: The vendor shall be responsible for filing, processing, and collecting all damage claims against the shipper. 2.26 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR: The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within two (2) calendar days after such rejected defects, deficiencies, and/or non -conformances are verbally reported to the vendor by the County's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within two (2) calendar days of receipt of the notice, If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. 2.27 ENVIRONMENTALLY ACCEPTABLE PACKAGING: Effective June 16, 1992, all contracts in excess of ten thousand ($10,000) dollars will be affected by Resolution Number R738-92 amending Miami -Dade County Administrative Order 3-2 (relating to the procurement of goods and services). • - 6 - MIAMI-DADE COUNTY BID NO.: 8254-1122 SECTION 2 SPECIAL CONDITIONS As a waste management alternative, and as an additional means of reducing the volume and toxicity of waste and by-products entering Florida's solid waste stream, Miami -Dade County has instituted the following policy with regard to source reduction. In order to discourage excessive packaging of a product solely for marketing purposes and to encourage packaging for purposes of ensuring durability, re -usability and recyclability. No goods shall be purchased if the goods constitute less than 90 percent (by volume) of the item being purchased or if the goods contains more than 10 percent package and packing material (by volume). No packaging shall be purchased which is not environmentally acceptable packaging. For purposes of meeting the requirements of this resolution, "Environmentally Acceptable" shall be defined as; any item that is returnable for reuse or recycling, or which is recyclable. In order to insure compliance with this resolution, vendors shall indicate in the space provided on the Bid/Proposal Submission Form or elsewhere as required by this solicitation, the method to be used for returning packaging materials to the distributor in conjunction with this solicitation and/or by completing the General Services Certification of Recycled Product Content Form indicating the ability of the materials to be recycled through existing recycling collection programs. Appeals for waiver of these requirements may be made in writing to the County Manager through the Director of Procurement Management. No waiver shall be effective unless approved by a majority vote of the Board of County Commissioners. Offers failing to provide this information may result in being declared non -responsive; however the vendor shall be given the opportunity to provide the information during the offer evaluation period. At such time, the vendor shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Clerk of the Board at 305-375-5126. 2.28 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE VENDOR: Unless otherwise provided in Section 3 (entitled "Technical Specifications"), of this solicitation the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2,29 MIAMI-DADE COUNTY LIVING WAGES SUPPLEMENTAL GENERAL CONDITION: Bidders providing a covered service are advised that the provisions of Section 2-8.9 of the Code of Miami -Dade County (Code) as amended by Ordinance {Governing Legislation}, will apply to any contract(s) awarded pursuant to this bid or issuance of a GASP/Permit, lease, or other Service Contract agreement by Miami -Dade County Aviation Department. By submitting a bid or executing a contract pursuant to these specifications, a bidder/service contractor is hereby agreeing to comply with the provisions of Section 2-8.9, and to acknowledge awareness of the penalties for non-compliance. A copy of this Code Section may be obtained online at www.miamidade.gov. This Supplemental General Condition is organized with the following sections: -7- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS 1. Definitions 2, Minimum Wages and Posting of Information. 3, Liability for Unpaid Wages; Sanctions; Withholding 4, Payrolls, Records and Reporting 5. Subcontracts 6. Complaints and Hearings; Contract Termination and Debarment 1. DEFINITIONS A. Administrative _hearing _officer_means_a-person_designated_by__ the CountyManagerto hold administrative hearings on complaints of practices prohibited by this Administrative Order. B. Applicable department means the County department(s) using the service contract. C. Complaint means any written charge/allegation presented to the Compliance Officer alleging a practice prohibited by the Code, implementing Administrative Order. No. 3- 20 and these Supplemental General Conditions. D. Compliance officer means the Director of the Department of Small Business Development (SBD) or his/her designee to review compliance with the Governing Legislation or Living Wage Ordinance and the Administrative Order. E. Contract means an agreement for services covered by the Living Wage Code involving the County or Public Health Trust, or approved by the County, the Procurement Director or his/her designee, or the Public Health Trust or a Permit or Lease agreement with Miami -Dade County Aviation Department. F. Contracting officer means the County and Public Health Trust staff or any other County personnel responsible for issuing County service contracts. G. County means the government of Miami -Dade County or the Public Health Trust. H. Covered employee means anyone employed by any service contractor, as further defined in the Code , either full or part time, as an employee with or without benefits that is providing covered services pursuant to the service contractor's contract with the County. Covered employer means any and all service contractors and subcontractors of service contractors providing covered services. J. Covered services are any one of the following: (1) County Service Contracts - Contracts awarded by the County that involve a total contract value of over $100,000 per year for the following services: (i) food preparation and/or distribution; (ii) security services; (iii) routine maintenance services such as custodial, cleaning, refuse removal, repair, refinishing and recycling; (iv) clerical or other non -supervisory office work, whether temporary or permanent; -8- K8bAMI-DAOECOUNTY BID NO.: 8254'1122 SECTION 2 SPECIAL CONDITIONS transportation and parkingoervoeainoud|nge|rpodandamapmfuerviceo; k/0 printing and reproductionservices; and, (vi)) landscaping, lawn and/or agricultural services. (2) Services provided at Miami -Dade County Aviation facilities: Any service that is provided by a Som|oo Cnntnsobx at a Miami -Dade County Aviation Department Facility is aoovened service without reference to any contract value. (i) Ramp Service: Guiding aircraft in and out of Airport; aircraft loading and unloading--positions,-designated-by—the-Aviation-Department; placing - in- position and operating passenger, baggage and cargo loading and unloading devices, as required for the safe and efficient loading and unloading of passengers, baggage and cargo to and from aircraft; performing such loading and unloading; providing aircraft utility services, such as air start and cabin air; fueling; catering; towing aircraft; cleaning of aircraft; delivering cargo, baggage and mail to and from all,craft to and from locations at any Miami -Dade County Aviation Department facility; and providing such other ramp services approved in writing by the Aviation Department; vv Porter noa/uuo= Services: Handling"and "=o.spv.mumn through the use of porters, or other of baggage and other articles of the passengers of contracting air carriers or aircraft operators, upon request of the passenger, in public access areas of the Airport Terminal Complex. The Living Wage shall not apply to employees performing tip -related porter assistance services, including curbside check -in; U0 Passenger Services: Preparing such clearance documents for the baggage and cargo odaircraft passengers, on may be required by all governmental agencies; furniahing linguists for the assistance offore ign-spouk|ng passengers; passenger information assistance; arranging in-flight meals for departing aircraft with persons or companies authorized by the Department to provide such meals; and providing assistance \ohandicapped passengers; (lv) 0opn1nh>ng and Communications Som|caa- Providing ground to aircraft radio communication service; issuing flight clearances; sending and receiving standard arrival, departure and flight plan messages with appropriate distribution of received messages; providing standby radio flight watch for aircraft in flight; and calculation offuel loads and take -off and landing weights for aircraft; (v) Meteorological Navigation Services: Providing information based on the analysis and interpretation of weather charts; planning aircraft f||Qh(a in 0000pdenoa with the latest accepted techniques; providing appropriate prognostic weather charts; and generally providing information appropriate for onrVuteaerial navigation; (v|) Ticket Counter and Operations Space Service: The operation ofticket counter and airlines' operations space; ticket checking, sales and processing; weighing of baggage; operation of an |nformotion. general traffic operations and communications office for air carriers and aircraft operators with whom the Service Contractor has contracted tosupply such services; vU Janitorial Services; vii|) Delayed Baggage Services; (ix) Security Services unless provided by federal government or pursuant to a federal government contract; and, � � Any other type of service that GASP�rm0ae is authorized to perform at any Miami -Dade County Aviation Department Facility will be considered a covered -9- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPEGIAI„ C NDITIONS service, regardless of whether the service is performed by a GASP permittee or other service contractor. (xi) In warehouse cargo handlers. K. Debar means to exclude a service contractor, its individual officers, its principal shareholders, its qualifying agent or its affiliated businesses from County contracting and subcontracting for a specific period of time pursuant to section 10-38 of the Code of Miami -Dade County. L. Living wage means the minimum hourly pay rate with or without a health benefits in effect for ths_fiscal year I which the workJs performed M. Living Wage Commission means a fifteen person advisory board established by the County Commission for the purpose of reviewing the effectiveness of the Living Wage, reviewing certifications submitted by covered employers to the County to include, reviewing complaints filed by employees and making recommendations to the Applicable Department, County Mayor and the County Commission regarding same. N. Project manager means the person assigned under a contract, usually a department director of the using agency or his/her designee, who has primary responsibility to manage the contract and enforce contract requirements. 0. Service contractor is any individual, business entity, corporation (whether for profit or not -for -profit), partnership, limited liability company, joint venture, or similar business that is conducting business in Miami -Dade County or any immediately adjoining county and meets the following criteria: (1) the service contractor is paid in whole or in part from one (1) or more of the County's general fund, capital projects funds, special revenue funds, or any other funds either directly or indirectly, whether by competitive bid process, inforrnal bids, requests for proposals, some form of solicitation, negotiation, or agreement, or any other decision to enter into a contract; (2) the service contractor and any subcontractor is engaged in the business to provide covered services either directly or indirectly for the benefit of the County; or, (3) the service contractor is a General Aeronautical Service (GASP) Permittee or otherwise provides any of the covered services defined herein at any Miami - Dade County Aviation Department facility including at Miami International Airport pursuant to a permit, lease agreement or otherwise. 2. MINIMUM WAGES HEALTH BENEFIT PLANS AND POSTING OF INFORMATION A. The Living Wage rate and Notice can be obtained from the Department of Small Business Development at 305-375-3111 or on the web at www.miamidade.gov/sba/living wade poster.asp. All covered employees providing covered services shall be paid not less than the living wage rate in effect for the fiscal year in which the work is performed. When the covered employer seeks to comply with the Code by choosing to pay the wage rate applicable when also -to- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIQNS providing a qualifying Health Benefit Plan, such health benefit plan shall consist of a per hour contribution towards the provision of a Health Benefit Plan for employees and, if applicable, their dependents in accordance with the current rate for the given year. Proof of the provision of such a health benefit plan must be submitted to the compliance officer to qualify for the wage rate for employees with a health benefit plan. B. The minimum amount of payment by a Service Contractor for the provision of a Health Benefit, Plan on a per -hour basis will be calculated based on a maximum of a 40-hour work week. Overtime hours will not require additional payments towards the provision of a health benefit plan. If the service contractor pays less than the required amount for provision a health benefit plan,_ then_the _service contractor may comply with_the Living Wage requirements by paying the covered employee the difference between the premium it pays for the health benefit plan of the Covered Employee and the minimum amount required by this section for a qualifying health benefit plan. The service contractor may require that all employees enroll in a health benefit plan offered by the service contractor, provided that the employee is not required to pay a premium contribution for employee -only coverage. Health Benefit Plan for purposes of complying with the living wage shall qualify if it includes the benefits contained in a standard health benefit plan meeting the requirements set forth in §627.66699 (12) (a) Florida Statutes. To the extent a Covered Employer seeks to pay the lower Living Wage rate for employers providing a qualifying Health Benefit Plan during the initial eligibility period applicable to new employees, the Living Wage requirement may be complied with as follows during the eligibility period: 1. A Covered Employer may only qualify to pay the Living Wage rate applicable to employees with a Health Benefit Plan for a term not to exceed the first ninety (90) days of the new initial employee's eligibility period, said term commencing on the employee's date of hire, if the Covered Employer has taken the necessary steps to effectuate coverage for such employee. 2. If the Covered Employee is not provided with a qualifying Health Benefit Plan within ninety (90) days of initial hire, then the Covered Employer, commencing on the ninety-first (91) day of the new employee's initial eligibility period, must commence to pay the applicable Living Wage rate for Covered Employees without a Health Benefit Plan and must retroactively pay the Covered Employee the difference between the two Living Wage rates for the term of the eligibility period. C. The Living Wage rate is annually indexed based on the Consumer Price Index (CPI) calculated by the U.S. Department of Commerce as applied to the County of Miami -Dade. . D. Covered employees shall be paid by company or cashier's check, not less than bi-weekly, and without subsequent deduction or rebate on any account (except as such payroll deductions as are directed or permitted by law or by a collective bargaining agreement). The covered employer shall pay wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. E. Covered employers must post a copy of the Living Wage rate notice issued by the County in a visible place on the site where such contract work is being performed and shall be supplied to the employee within a reasonable time after a request to do so. Covered employers are also required to print the following statements on the front of the covered employee's first paycheck and every six months thereafter: "You are required by Miami- -11- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS Dade County law to be paid at least [insert applicable rate under this Chapter] dollars an hour. If you are not paid this hourly rate, contact your supervisor or a lawyer." All notices will be printed in English, Spanish and Creole. F. Covered employers must refrain from terminating, reducing the compensation, or otherwise discriminating against an employee performing work on the contract even though a complaint of practices has been made by the employee or other investigative or enforcement action is being taken regarding such service contractor. 3. LIABILITY FOR UNPAID WAGES; SANCTIONS; WITHHOLDING A. Liability for Unpaid Wages: Covered employers found to be in violation of the Living Wage requirements snail be required to pay wage restitution to the affected employee(s) within thirty (30) days of the finding of non-compliance. Request for appeals of violations must be filed in writing with the compliance officer within thirty (30) days of receipt of the violation. B. Sanctions: In addition to payment of wage restitution to affected employee(s), the Compliance Officer may also sanction the service contractor for violations in at least one (1) of the following additional ways: 1. Penalties payable to the County in an amount equal to 10% of the amount of the underpayment of wages and/or benefits for the first instance of underpayment; 20% for the second instance; and for the third and successive instances 30% of the amount of underpayment. A fourth violation shall constitute a default of the contract where the underpayment occurred and may be cause for suspension or termination in accordance with the contract's terms and debarment in accordance with the debarment procedures of the County. Monies received from payment of penalties imposed hereunder shall be deposited in a separate account and shall be utilized to defray costs of administering the Living Wage provisions. 2. The sum of up to five hundred dollars ($500.00) for each week for each covered employee found to have not been paid in accordance with this Chapter; 3. Suspend payment or terminate payment under the contract or terminate the contract with the service contractor; 4. If a service contractor fails to cure a Notice of Violation or pay any sanctions that are assessed by the County, such service contractor and all officers, principals, directors, shareholders owning or controlling ten (10) percent or more of the stook, partners, qualifiers, divisions or other organizational elements of the non -complying service contractor may be declared by the County to be ineligible for bidding on or otherwise participating in Living Wage contracts and permits until all required payments have been paid in full and regardless of whether such payment has been made may also be declared ineligible for bidding or otherwise participating in Living Wage contracts for a period of up to three (3) years. In addition all covered employers shall be ineligible for Living Wage contracts and permits under this section where any officers, principals, directors, shareholders owning or controlling ten (10) percent or more of the stock, partners, qualifiers, divisions or other organizational elements of the covered employer were officers, principals, directors, shareholders owning or controlling ten (10) percent or more of the stock, partners, qualifiers, divisions or other organizational elements of a covered employer who has been declared ineligible under this Chapter; 5. In addition to any other sanctions provided for herein, for violations other than underpayment of wages and/or benefits, damages payable to the County in the amount of five hundred dollars ($500.00) per week for each week In which the violation remains outstanding. -12- MIAMI-DADE COUNTY BID NO.: 8254-1122 SECTION 2 SPECIAL CONDITIONS 6. A service contractor who fails to timely and adequately respond in the manner and within the timeframe set forth in a written request from the County to a notice of noncompliance, or fails to attend a Compliance Meeting, or who does not timely request an administrative hearing from an adverse compliance determination made by the County after a Compliance Meeting shall be deemed not to have complied with the requirements of this section as stated in the notice or determination of noncompliance and, in the case of underpayment of the Living Wage required, an amount sufficient to pay any underpayment shall be withheld from contract proceeds to include any deposits, and/or bonds and remitted to the employee and the Service Contractor may be fined the applicable penalty for such underpayment as defined herein, 7 —All such_sanctions recommended or imposed shalfte_a matter of public record. - 8. All unpaid sanctions imposed pursuant to the authority of this Chapter shall bear interest at the same rate as the State of Florida statutory rate for judgments provided by Florida Statutes §55.03. 9. A service contractor found to have retaliated or discriminated against a covered employee shall be ordered to pay restitution and reinstate the discharged employee with back pay to the date of the violation and may be imposed a sanction as specified in this section. C. Withholding The County may withhold from the covered employer accrued payments as may be considered necessary to pay employees of the covered employer or any subcontractor for the performance of the contract work, the difference between the hourly living wage rate plus, if applicable, health benefits required to be paid by the covered employer to the employees on the contract and the amounts received by such employee and an amount equal to the employers contribution for applicable payroll taxes. Where violations have been found and upheld, the covered employer or their agents shall not be entitled to refunds of the amounts withheld in the event the covered employer has failed to properly reimburse employees, and these funds may be remitted to the employees by the County with amounts for federal withholding and other taxes remitted to the appropriate agencies as required by federal law. 4. PAYROLL; RECORDS; REPORTING A. Covered employers are required to keep, produce upon request, and allow access to, for a period of three (3) years from the expiration, suspension or termination date of the contract subject to this Administrative Order, accurate written records signed under oath as true and correct showing: a, the name, address, social security number, job title, and classification of each covered employee performing covered services on a contract; b. the number of hours worked each day by each covered employee; c. For each covered employee, the gross wages earned and deductions made; annual wages paid; a copy of the social security returns and evidence of payment thereof; a record of health benefit payments, including contributions to approved plans; and, d. any other data or information the Living Wage Commission or the County should require. B. The covered employer shall submit to the applicable department, every six (6) months, a complete payroll showing the employer's payroll records for each covered employee working on the contract for covered services for one payroll period. -13- MIAMI-DADS COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL, CONDITIONS C. The covered employer shall file with the applicable department, every six months, reports of employment activities to be made publicly available, including: race and gender of employees hired and terminated; zip codes of employees hired and terminated; and wage rates of employees hired and terminated. D. The covered employer shall make the records required to be kept hereunder available for inspection, copying or transcription by an authorized representative of the County, and shall permit such representative to interview employees during working hours on the job. Failure to submit the required reports upon request or to make records available may be grounds for sanctions as outlined in Section III. The service contractor is responsible for the submission.of the informationerequired hereundereand for the maintenance of_records and provision of access to same by all subcontractors. 5. SUBCONTRACTS The service contractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 6 of this provision and also a clause requiring the subcontractors to include these clauses in any subcontracts. The service contractor shall be responsible for compliance by any subcontractor with the clauses set forth in paragraphs 1 through 6 of this provision. The prime service contractor will be responsible for compliance by all subcontractors. In the event of non-payment or underpayment of the required wages, the prime service contractor shall be liable to the underpaid employees of the subcontractor for the amount of each underpayment. 6, PROCEDURES FOR APPEAL THROUGH ADMINISTRATIVE HEARING OFFICER PROCESS; CONTRACT TERMINATION AND DEBARMENT A. Appeals of findings of violation and imposition of penalties by the compliance officer shall be heard by an administrative hearing officer. Upon the receipt of a written appeal, the compliance officer shall notify the County Manager in writing and the County Manager shall appoint an administrative hearing officer and set a time for an administrative hearing. Failure to appeal within the specified time shall be considered a waiver of the appeal process provided for in Section 3.A and an admission of the complaint/violation. B. Notification of hearing date shall be served by the compliance officer upon the covered employer against whom the complaint is made within ten (10) working days of the appointment of the administrative hearing officer. Such notice shall be by certified mail, return receipt requested. Such notice shall include: 1) A copy of the written complaint, including reasons and causes for the proposed administrative hearing outlining alleged prohibited practices upon which it is based; 2) The penalties assessed; 3) That an administrative hearing shall be conducted before an administrative hearing officer on a date and time not to exceed thirty (30) business days after service of the notice. The notice shall also advise the covered employer that they may be represented by an attorney, may present documentary evidence and verbal testimony, and may cross-examine or rebut evidence and testimony presented against them; and, 4) A description of the effect of the issuance of the notice of the proposed administrative hearing and the potential effect(s) of this administrative hearing. C. The compliance officer or his/her designee shall, with the assistance of the project manager, present evidence and arguments to the administrative hearing officer. -14- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIONS D. No later than seven (7) days prior to the scheduled hearing date, the covered employer must furnish the compliance officer a list of the defenses the covered employer intends to present at the administrative hearing. If the covered employer fails to submit such list, in writing, at least seven (7) days prior to the administrative hearing, or fails to seek an extension of time within which to do so, the covered employer shall be deemed to have waived the opportunity to be heard at the administrative hearing. The administrative hearing officer shall have the right to grant or deny an extension of time, and the decision may only be reviewed upon an abuse of discretion. E. Hearsay evidence shall be admissible at the administrative hearing, but shall not form the sole _basis -for_finding_a.. violation_ of__ Section _.2=8.9.--- The .._administrative .. hearing- shall --be transcribed, taped or otherwise recorded by a court reporter, at the election of the administrative hearing officer and at the expense of the County. Copies of the hearing tape or transcript shall be furnished at the expense and request of the requesting party. The cost of such transcription may be assessed, by the hearing officer, against a service contractor that has been found to violate Section 2-8.9. F. Upon completion of the administrative hearing, the Administrative Hearing Officer shall submit written findings and recommendations together with a transcript and exhibits of the administrative hearing, to the County Manager or his/her designee within thirty (30) days of the receipt of the transcript, G. If the County Manager or his/her designee determines a covered employer failed to comply with the provisions of the Code the non -complying covered employer and the principal owners and/or qualifying agent thereof may, in addition to any sanctions imposed pursuant to the Code and included in Section 111 of the Supplemental General Conditions, be prohibited from bidding on or otherwise participating in County contracts for a specified period of time pursuant to Section 10-38 of the Code of Miami -Dade County. A breach of the clauses contained in this Supplemental General Condition shall be deemed a breach of this contract/ Permit or Lease Agreement and may be grounds for termination of the contract, Permit or Lease Agreement and grounds for debarment, and any other remedies available to the County. 2.30 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS: The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the vendor are found to be defective or do not conform to specifications: (1) the materials may be returned to the vendor at the vendor's expense and the contract cancelled or (2) the County may require the vendor to replace the materials at the vendor's expense. 2.31 MIAMI-DADE HOUSING (MDHA) EXEMPTION TO CERTAIN CLAUSES: The contract to be awarded under this solicitation will be accessed by the Miami -Dade Housing Authority (MDHA). As a Federally -funded agency, certain clauses within this solicitation do not apply to that Department's allocation: -15- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIAL CONDITIQJIS Section 1 Paragraph 1.10 (Local Preferences), Section 1 Paragraph 1.26 (Office of the Inspector General), Section 2 Paragraph 2.2 (Small Business Contract Measures), and Section 2 Paragraph 2.21 (County User Access Program - UAP). 2.32 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain .the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a.minim um, the _.following __information:. purchase order number; _date_.o.f_ order; . a-- complete_ ----- listing of items being delivered; and back -order quantities and estimated delivery of back- orders if applicable. 2.33 PRE -AWARD PLANT INSPECTION: Prior to pre -qualifying vendors and/or awarding a work order as the result of a spot market quotes, the County shall have the right to make a plant inspection of Vendor's production equipment, plant facilities and quality of work in progress to assist in evaluating the capabilities of Vendors. 2.34 SAMPLES MAY BE REQUIRED DURING EVALUATION: After the County opens the Bid Proposals, the bidders may be required to submit a sample for the goods to be supplied for evaluation by, and at no cost to the County. 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 and brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, within the specified date stipulated in the notice, the County shall not consider the bidder's proposal for that item(s); provided however, that in the event of a group or aggregate award, the bidder's proposal will not be eligible for that group or in the aggregate as applicable. All samples shall become the property of Miami -Dade County. The County reserves the right to perform its own testing procedures or to send any and all samples any certifiable laboratory for analysis. 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, The bidder shall be required to provide adequate restitution to the County, in the manner prescribed by the County, if this warranty is violated during the term of the contract. 2.35 SHELF LIFE OF STOCK: The successful bidder(s) shall ensure that they shall supply the County with fresh stock only and shall insure that items with limited shelf life are inspected and certified fresh by the vendor prior to shipment to the County. -16- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 2 SPECIALCONDITIONS 2.36 LOCAL CERTIFIED SERVICE - DISABLED VETERAN'S BUSINESS PREFERENCE: In accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service -Disabled Veteran Business Enterprise (VBE) that submits a bid for a contract shall receive a bid preference of five percent of the price bid. A VBE 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 proposal submittal is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. This preference will only be used for evaluating and awarding the bids and shall not affect the contract price. In procurements where Small Business Enterprises (SBE) —.measures _are..b.eing_applied, __a VBE __who .is_. also__ an_SBE .-shall __not -receive --the ..veteran's -- preference provided in this section and shall be limited to any applicable SBE preferences. At the time of bid or proposal submission, the bidder must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Statutes and submit this affirmation and a copy of the actual certification along with the bid or proposal submission. BALANCE OF PAGE INTENTIONALLY LEFT BLANK -17- j) MIAMI-DADE COUNTY BID NO.: 8254-1/2.2 SECTION 3 TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK: This contract will be used by various County Departments to purchase reproduction and binding services including architectural documents. This pre -qualification process provides for the submission of documents and forms intended to verify that vendors meet the minimum criteria established in Section 2, Paragraph 2.6.1. The below information is being provided as an overview for the type of work that may be required during the contract term. All required work will be issued via a spot market bid as outlined in Section 2.6. 3.2 Key Elements: a) All materials used in the reproduction work shall be of the best quality. No old or yellow prints will be acceptable. b) All diazo, photographic or xerographic transparencies should be printed on "erasable" media. c) All copies must be completely legible to the satisfaction of the County's using agency. There must be a consistency of lightness or darkness of all copies of the finished product. d) Camera-ready line copy (originals) to be furnished by the County. This original copy shall be picked up at time and place requested by the user agency and returned with order delivery. Originals must be returned to the using agency. e) Vendor shall inspect each job before printing and insure that all pages are intact. The using agency shall be notified immediately if pages are missing or unprintable. f) Vendor is to pick up and deliver each project as ordered by the user agency, g) Vendors are to deliver all copy sets, labeled, neatly wrapped and bound. h) Carton pack -labeled contents: No carton should weigh over 40 lbs. ) Paper shall be Text — 20 lbs or 24 lbs premium No. 4 Bond Mill Brand — white brightness target 80/opacity target — 88. Printing shall be Text — Black on 1 or 2 sides or color as per production charge tables. 3.3 Binding and Fastening to include cover stock: Vendor shall have the equipment on site at time of pre -award site visit to perform the functions for the work set -forth in the specifications, to include but not limited to stapling, plastic comb punch and binding, spiral coil punch and binding and 3-hole drilling. All materials shall be included in the cost. -18- MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 .BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 191 Street 17th Floor, Suite 202 Miami, Florida 33128-1983 OPENING: 2:00 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: Roma Campbell 1SD/PM Date Issued: March 1, 2012 This Bid Submittal Consists of Pages 19 through 24 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of NIA of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County, DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 962-14, 125-15, 125-20, 125-22 Procurement Contracting Officer R. Campbell FIRM NAME RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -19- MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: BID NO.: 8254-1/22 FIRM NAME: 4.0 PRE -QUALIFICATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6.1. 4.1. CHECKLIST OF REQUIREMENTS: Reference Section Summarized Requirements Initial as completed Section 2, Paragraph 2.6.1.(q Client Reference Letter #1 Company Name: Contact Name: Contact Title: Contact Address: Contact Telephone Number: Contact E-mail address: Section 2, Paragraph 2.6.1.(0 Client Reference Letter #2 Company Name: Contact Name: Contact Title: Contact Address: Contact Telephone Number: Contact E-mail address: - 20 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: BID NO.: 8254-1/22 FIRM NAME: Section 2, Paragraph . 2.6.1 (I) Client Reference Letter #3 Company Name: Contact Name: Contact Title: Contact Address: Contact Telephone Address: Contact E-Mail Address: Section 2, ParagraII 2.6.1.(ii) Primary Contact Information: Section 2, Paragraph . 2.6.10i) Primary Contact: E-Mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Company Main Phone Number: Secondary Contact Information (optional): Secondary Contact: E-Mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Company Main Phone Number: Note: Alf bidders are requested to submit with their bid submission, documents with the minimum qualification requirements; County may, at its sole discretion, allow the bidder to the qualification requirements information/documents period. as evidence 'of compliance however, Miami -Dade complete or supplement during the bid evaluation 21 MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FOR: REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: El NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: - 22 MIAMI-DADE COUNTY BID NO.: 8254-1/22 MIAMI•D/ E CtStitttl[ BID SUBMITTAL FORM BID TITLE: REPRODUCTION & BINDING SERVICES By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including ail Conflict of interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the Intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods andior services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to fvtlami-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 at the time of bid or proposal submission. Place a check mark here only, If bidder has such conviction to disclose, By executing this proposal through a duly authorized representative, the proposer certifies that the proposer 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 proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: . in such event, the proposer shall furnish together with its proposal 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 proposer 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 proposer 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, 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 conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation 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. 0 Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled 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 service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. -23- Revised 1/12/12 MIAMI-DADE COUNTY BID NO.: 8254-1/22 MIAMI• BID SUBMITTAL FORM ❑ Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue -sharing program For the County's information, the bidder Is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Bidder participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general Interest at 'A' and `B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest In participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No B. If awarded this County contract, would you be Interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No Firm Name: Street Address: Mailing Address (if different): Telephone No.: Fax No.: Email Address: FEIN No. / - / / / / / / Prompt Payment Terms: °to Conditions) days net days (Please see paragraph 1.2 H of General Terms and Signature: (Signature of authorized agent) . "By signing this document the bidder agrees to al! Terms and Conditions of this Solicitation and the resulting Contract." Print Name: Title: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. - 24 - Revised 1/12/12 APPENDIX AFFIDAVITS FORMAL BIDS MIAMi-DARE COUNTY MIAMII\4DE Mkaminode Courtly Depodment of Procurement Management Affirmation of Vendor Affidavits BID NO.: 8254-1/22 in accordance with Ordinance 07-143 amending Section 2-8.1 of the Code of Miami -Dade County, effective June 1, 2008, vendors aro required to complete a new Vendor Registration Package, including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted with the Vendor Registration Package is current, complete and accurate for each affidavit listed below, Federal Employer Identification Number (FEIN): a 4, 5. Contract. No. : Contract Title: Affidavits and Legislation/ Governing Body Mfaint-Dade County Ownership Disclosure sec. 2.8.1 of the CounfyCocie Miami -Dade County Employment Disclosure CountyOrdinonce No, 90-133, amending Section 2,8-itdi(2) of the County Code Miami -Dade County Employment Drug -free Workplace Certification seclfon 2-13,1.2(b) f the County Code Miami -Dade County Disability Non -Discrimination Article 1, Section 2-8.1.5 Resolution R 182-00 amending R-385-95 Miami -Dade County Debarment Disclosure Section 10,38 of the County Code Printed Name of Affiant 10. Mlamt-Dade County Vendor Obligation to County Section 2.8.1 of the County Code Miami -Dade County Code of Business Ethics Article I, Section 2-8.1(i) and 2-I i(b)(1) of the County Code through 16) and (9) of the County Code and County Ordinance No 004 amending Section 2-11,1(e) of the County Code Miami -Dade County Family Leave Arficfo V of Chapter I I of the Courtly Code Miami -Dade County living Wage Section 2-8.9 of the County Code Miami -Dade County Domestic Leave and Reporting Article 8, Section 11A-60 11A-67 or the County Code PeriledTitle of Allan) Name of Finn Address of Ffrm Notary Public - Stale of ,,.,_._,._....-.. Signature of Milani Dale Siaie Zip Code Notary Public ?daunt -Ilion County of subscribed and swam to for affirmed) before me ibis day of, 20 by Type of Idonfiricalion produced Signature of Notary Public tie or she Is personally known to me ❑ or has producod identification ❑ Serial Number Print or Slamp of Notary Public Expiration Dole Notary Public Seal Page 1 of 3 Revised 2/11 /11 MIAMI-DADE COUNTY DID NO.: 8254-1/22 FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Dale Page 2 of 3 Revised 2/11/11 MIAMI-DADE COUNTY SUBCONTRACTOR/SUPPLIER LISTING (Ordinance 97-104) Firm Name of Prime Contractor/Respondent: Bid No.: Title: BID NO.: 8254-1/22 This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. A bidder or respondent who is awarded the 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. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub form I00 in those instances where no subcontractors or suppliers will be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsuitant Principal Owner Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Owner) Gender Race Business Name and Address of Direct Supplies- Principal Owner Supplies/Materials/Services to be Provided by Supplier (Principal Owner) Gender Race I certify that the representations contained in this Snbcontractor/Supplier Listing are to the best of my knowledge true and accurate Prime Contractor/Respondent's Signature Print Name (Duplicate if additional space is needed) Page 3 of 3 Print Title FORM 100 Date Revised 2/11/11 Date: To: September 4, 2012 Honorable- Chaitman. jee. A, Martinez .and Members, Board. et 0.-ottilty.Qdhlinitsidn'ers. From Catte A. Mayor .e.7) emorandu. MFAMI Agenda Item No. 8(F)(6) "ololoot; ReeemnnendOon for Approvai .to ,E4bliSh a Pre-QUEilifidatieri 'Pea; Reprod.uOtion BindirigeevJp Tills 'substitute 'yersion .diffees from [hoortJpaT becaue th aIIoitii for the_ RedUlatim and .Ecortemic.. Resource oortfeetiv ref:looted .at'$1-,()-47,000 'and motf$419,000. `The,,tete I kiliciatileiteAL*Itleinftial fiveile0 farm anctot.five,.year OTR have been actjAtaCI ao • ordrncily., .Reabranendartio.n It le ifecOmrnended that the Bleetd of County OctrirnIssiptiors. (eQa0..approvp-th:g -.eStabVshojeot, of a pre- qmalification OW 'for 'rebredOction :and binding services- fir various .4)unty-depals-troolo: Ra):?rphiption ant binding Services for bilainets:406UrrientS,.inetuding -drOhltelotuitt.renderingt; aea.tioada1 to 6UptilsitiOrit intSfhal. print oapabillUas LJs of this: -pad contract will 15rovide. the. County wth eat4etItive..bribi4. repi'oOuctIon 'Seniios, and. a.nces,s to the .aurt:ent tp.hn,p1pgy., The primary uses of this .cerittaa ore the Water and Sewer 'Department and'the t:00Litatbiy. and 'EdOricon10 FP9(1rOes PePartrmni. • The. pre -qualified vendor's :are ilated..beEloW.: TheprOP.esed a1.10atibil fOrOIS.".repisoernont oontral0i re based ..ei1. antibipatedusage! and approghat6ly 020)000" lower than the existing diroballdn fOr the. infilat.flve;year terrn,. ofthe seven firms in thls,poel er6'16cal firrns. Contract Ntinlber,and Title 8254-1/22,. Reproduetion "and 13inding Services Pri3-.Lalificatien Poo Scope The:Impact orth la. item is,oeuntywld'oln.nature, Fiscal impact and Fundinfi Source The fiscal impact for' the initial five-year form 14' up to $1',008;000, if the one, ihi.e-yer :001bn-to-renew 1)0140C118 exercised the fisbal impact Will be uP-lta.$0:8.10,000, The.allOdatiOnSare btidoota 'a's tilOWS: Departifient 'Altoqation PU.nzlin'gObklitte. dontraot tvtanager ' Aviation ., ' 3004) . P. priotSiy:Fun.00 , Noivy (31,aria . ofilce of Management and.ljudget 2(..,'Of2).General Fund . chili tope Konsi _.. Costritunity-Aeiron and Human Srviep P01000. Pd.e.T1gFulld$ kyra.I<Ing Finance „20,00.9 .Preprlete6rFttnde lra.Vela Floras sire Reacilie. 50,0e tro:Dialribt Fund *Maiiianela getonprafft COinniunity Infonnetion and Outreach 1,0;000 General Furid Deborah 'dean _ Publio Housing and'Coitirriurilly Development .. .• 100;'00q FetivEll.Vi.in' ' .1qeftY Cowin Intorail tervicas EQ..0i)0 Internal SuppFUn'de .,Coille 'Hudson' Mlarni-PPciq:ePorlOilniOxivocac.iy Tilist .13-,00. .detterl Funct/Pi'ipetayFunJs Angela Vaughns: •Iiilo(rOpoliten Planning Organiatiert 160,000 . F.cler...ot Pods 6,o0ar.,aateto. Parks i Recreetion.and Open. Spaces MOO: n,eneral Fund: '13111:SOli*ion . . Public Weft and Waste Managdnent. .li000 O'enOtaliFun0./ PrOpd6taCy...FUnd's ; Yvonne Walker Regulatory and EcorOnito unes '1,047400 GenaraPFUnd TPropriata6,Tunds Mike ItUrrev"MVIati . . , . .,- • .8otolonge. Seaport 46;066 Propfiiiiary:Funds :PlitRose . Watei and Sewor *0l00:0 "Proriietary Futid QhniyiThOnia4+1146hos ' Total $ 1-c90k000 'The previptis five:year allocation was. for$2;228;0004 1 Honorable Ona11,man Joe A.. Martinez and Members, Board of *County. CommiSsion.ers :Page 2 Tradk Reo•ordlII/torittor The.,centractrnanagere for each departmetilaie listed in the table aboVe. Dote atec_g_ jAulltoty . Upon .ai.aproval of this: item, a poet of pre -Vaned vendors will be established to p.ortiolpate spot moroW -competitions. The 'County Mayor orclesigriee will have. the .aulhOlity.to scIIftpi1d :and Award bentraets. up to ar3 aggregate contract amount of the stlecatten authori.J sy the EWar.d. Additionally.,. the County MaYoror designee may add quallfiedveridet.S4olhe pont at.atiV the (kiting the Oontraot tenIii,.Pkibied to bl- WAnttel rStification by the Board.. The Ootrity Mayor or designee, WO also have the,:authorifV40,keitige at theft dIstretion, Cohtflact MOdifleatien'S, optiOn'PAe4theW, and ether extrisFors uaccerdanoe with {he terms, end conditions of the poOl.contract Vendors -Recommended for.P.re-CWalification Pool YenOor Aadt'0 ' Ffelnotpat. Blue DIgitot Corp 7,0:NVV'7113.8tredt, Unit 16.7. MIAMI," EL Wayre 0.B4ra.1Ay Copy Depot'Ine. 8326:241h.AVoile; Suite 2..H1001.i, rL Feme4do ...Aar Dora! CUM Ft.eprogrOnlps Cb'rp ; ,'2638 NW:4'.7. AVont,i0, prol, pi. ... MOrgan'Greoory. • Lexrirlot LL.C. -4°266;.SW;72n4 Avenue; MtarnirEl katilChirokte PNOn Ft6fiab ladtiaries,..8eDivertifkici ntoriii-lso3,-, tric.(EiRtt:)0 .. 046.0'4th .$4.09f.N:,, 8.i:it1200, St POtorOu'rgi FL Wilber:F. Brewton Citiadoo Printlog 8cns IN, -.8NVV.23 811.0et, Dorat; EL •Jor.j6Q900feny' RicloovVeys LLC 3040 N. Miami Avertyoi fylleirili.FL bun..K:s'orlyaktirri:41' Vendors Not Recommended None puebillgerme. Duo diligence was.- oenducted in accordance with the Internal ..8...eiMbes Department!Procurement Guidelines:to determine COntrablor re.sponelbility, inbludIN:Verifying. toiporate status aridtiat there.,are.'nO performance or cOmplien.oe, fsstres. The liSts that were reforeope4 inottide: ,00rkvfoted vendor* debarred Venders, delinquent...contracterP,, suepended, verldeit',, and federal: oxoluded spartieS, There were no: adverse findiNs retaking to..QentrSolor .respons.11)iiity. This itifOrniatibb -lP being provided to Resolution R-187-12. .Aippiloabte Ordinances •and.Contract II/least:1ra% The ..Small Business. Enteltprise.(S.B0 Bid Prefe're:noe and Local Preferenee..WII) ho *.*I[od'iii accord.snoe, with the Ordinances at lime of spot market competItibiu. 'The .services ..provided .are. covered .under :the. Living Wage brdinanaL This centreet irtoWes User Aoceqs..Prograrn provision whjoh wM be collected on ali ptirorraSes„ Where pentitted by fuhdh duroe; 2 Honorable Chairman Joe A. Martinez and Members, Board County Commissioners Pa96_3. paqij-,L An Invitation to d was iSSUed 0-icier-Nil and: bPan corripetitbn �n MarCh 14, 2012, to eStabliShpea et pre-qualified:Vendors for purchase -of reproduetion and. binding '00yAil.ces for WriPO4. County departments,„ The Water and Sower Department .useS this contra4t for reprodUOtion Of :b100,Pririta Wit :are; •pr.O.Vidd to vendors, primarily for construction• prprocts.. 'the .Requiptery and Ropno.r11.1.P Reouroes tepOrnent Mainly use's this contraOt for conversion of paper plon. and .Eospootod ..tiQournwits. fQ. 4.:01010F .forra4t so that they may be uploaded to its .pormittirid system to facififaCe 6iincurirefit Plan review by the various divisions; Upon .approval of this item, a pool of pre -qualified vendors All be setabUshed to partioip'ata In .8.pof Market competitions. Edward Marquez; Deputy Mayor 3 MEMORANDUM (Revised) TO: Honorable Chairman Joe A. Martinez DATE; September 4, 2012 and Members, Board of County Commissioners FROM: R. A, C' evas, Jr County Attorney SUBJECT: Agenda Item No, 8(F)(6) Please note any items checked. " 3-Day Rule" for committees applicable if raised. 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Ordinance creating a new board. requires detailed County Manager's report for public bearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's 3/5's , unanimous ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required. 4 Approved Mayor Agenda Item No. 8(F)(6) Veto 9-4-12 Override RESOLUTION NO. RESOLUTION AUTHORIZING THE ESTABLISHMENT OF A PRE -QUALIFICATION POOL FOR CONTRACT NO. 8254-1/22, REPRODUCTION AND BINDING SERVICES PRE -QUALIFICATION POOL, IN AN AMOUNT UP TO $1,908,000 FOR THE INITIAL FIVE YEAR TERM, OR $3,816,000 IF THE RENEWAL OPTION IS EXERCISED, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO CONDUCT SPOT BIDS AND AWARD SUBSEQUENT CONTRACTS, ADD VEN DORS, CONDUCT MODIFICATIONS, AND EXERCISE, IN THEIR DISCRETION, • ANY CANCELLATION PROVISIONS, AND TO EXERCISE ALL OTHER RIGHTS CONTAINED THEREIN WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSfONERS OF MIAMI-DADS COUNTY, FLORIDA, that this Board hereby directs the County Mayor or County Mayor's designee to authorize the establishment of a pre -qualification pool for Contract No. 8254-1/22, Reproduction and Binding Services Pre -Qualification, in an amount up to >>$1,008,000«1 [[ 1,271,000]] for the initial five year term; or » i3,816,000« [j[2;542 000]] if the renewal option is exercised, and authorizes the County Mayor or County Mayor's designee to conduct spot bids and award subsequent contracts, add vendors, subject to ratification by the Board on a bi- annual basis, conduct modifications, and exercise, in their discretion, any cancellation provisions in accordance with the terms and conditions of the contract on behalf of Miami -Dade County, and all other rights contained therein., The difference between the substitute and the original item are as follows: words stricken through and/or [[double bracketed]] shall be deleted, words underscored and/or »double arrowed« constitute the substitute proposed. 5 Agenda Item No, 8(F)(6) Page No, 2 The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Joe A. Martinez, Chairman Audrey M. Edmonson, Vice Chairwoman Bruno A. Barreiro Lynda Be1l Esteban L, Bovo, Jr. Jose "Pepe" Diaz Sally A. Heyman Barbara J. Jordan Jean Monestime Dennis C. Moss Rebeca Sosa Sen, Javier D. Souto Xavier L. Suarez The Chairperson thereupon declared the resolution duly passed and adopted this 4th day of September, 2012. This resolution shall become effective ten (10) days after the date of its adoption unless vetoed by the Mayor, and if vetoed, shall become effective only upon an override by this Board, Approved by County Attorney as to form and legal sufficiency. Oren Rosenthal 6 MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK By: Deputy Clerk Contract No. 8254-1/22-1 Expiration Date: October 31, 2022 Roadmap for Use of Contract 8254-1/22: Reproduction and Binding Services fPre-Qualification) The purpose of this solicitation is to pre -qualify potential bidders through the submission of documents and forms which verifies that the vendor meets or exceeds the minimum criteria. All bidders which meet or exceed the criteria herein shall be place on a Pre -Qualification List that may be accessed by various Miami -Dade County departments in order to obtain price quotations for the provision of various types of reproduction and binding services to include architectural documents. Procedures for User Departments When spot market purchase are initiated, all pre -qualified bidders shall be invited to offer a fixed and firm price until materials are delivered, accepted and invoiced to the County. The prices quoted shall be inclusive of all costs, set-up charges, fees, materials, labor and transportation necessary to pick-up, deliver and produce a finished product involved in providing these services. Additional charges of any kind added to the invoice submitted by the Bidder will be disallowed. The Bidder then offering the lowest fixed price shall be awarded for the specific period or specific purchase. The award to one Bidder for a specific period or individual action does not preclude the remaining pre -qualified bidders from submitting spot market offers for other specific purchases. When the need for purchases is identified, the using agency shall contact all pre -qualified bidders for the quotations. Sealed quotations must be submitted within the time frame specified on the Request for Quotes. Late quotations shall not be taken into considerations. The department must explicitly establish the minimum requirements in the request for quotes form. The Bidder shall furnish all labor, material and equipment necessary for satisfactory contract performance. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. Prior to pre -qualifying bidders and/or awarding a work order as the result of a spot market quotes, the County shall have the right to make a plant inspection of Bidders production equipment, plant facilities and quality of work in progress to assist in evaluating the capabilities of Bidders. All bidders shall quote prices based on F.O.B. Destination (freight included) and shall hold title to the goods until such time as they are delivered to and accepted by an authorized County representative at Miami -Dade County. These services shall typically be required Monday through Friday with the business hours of 8:00 a.m. and 6:00 p.m. (local time). -1- e ntract No. 8254-1/22-1 Expiration Date: October 31, 2022 Roadmap for Use of Contract 8254-1122: Reproduction and Binding Services (Pre -Qualification) All materials used in the reproduction work must be of the best quality. No old or yellow prints will be acceptable. All diazo, photographic or xerographic transparencies should be printed on "erasable" media. All copies must be completely legible to the satisfaction of the County's using agency. There must be a consistency of lightness or darkness of all copies of the finished product. Bidders must inspect each job before printing and insure that all pages are intact. The using agency must be notified immediately if pages are missing or unprintable. Bidders are to pick up and deliver each project as ordered by the user agency. Bidders are to deliver all copy se:s, labeled, neatly wrapped and bound. User Department Responsibility: It is the responsibility of the user department to ensure compliance with the above - mentioned procedures. Purchases under this contract will be subject to random review or audit by County authorities, including the Internal Services Department, Procurement Division, Audit and Management and the Office of the Inspector General. User Department must utilize the services of all Pre -Qualified vendors on the contract unless otherwise notified by Internal Services Department, Procurement Division. See list of pre - qualified vendors that are on the contract below: Blue Digital Corp. Dora) Digital Reprographics Corp. CMYK Printing Solutions Quadco Printing & Signs, Inc. Go Green Document Solutions, Inc. Espirito Santo Graphics, Inc. Pride Enterprises Copy Depot, Inc. ARC Document Solutions, LLC Enter Systems Corp. Applicable Ordinances: Note that all County procurement and legal requirements apply to this contract and to the solicitation and award of each Purchase Order, including SBE Preferences, Local Preference, Cone of Silence, County User Access Program (UAP) and Inspector General (IG) Ordinances shall be applicable to each solicitation issued under this contract. Record Retention: For each purchase ordered under this contract, the user department shall maintained a record of the purchase including but not limited to, all quotes issued, all quotes obtained, all purchase order and any other pertinent documentation supporting each purchase to ensure -2- Contract No. 8254-1/22-1 Expiration Date: October 31, 2022 Roadmap for Use of Contract 8254-1/22: Reproduction and Binding Services fPre-Qualification) compliance and to establish the necessary accountability for audit, The records shall be maintained by the user department in a location either electronic or paper easily accessible for review or audit. - 3 - MIAMI•DADE COUNTY SECTION 4 n..S.USIaliALEORWI Submit Sid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW r` Street 171" Floor, Suite 202 Miami, Florida 33128.1983 BID NO.: •8254.1/22 OPENING: 2:t 0 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA, NOTE: Miami -Dade County Is exempt from all taxes (Federal, State, Local). Bid price should. be Tess: all taxes, Tax Exemption Certificate furnished upon request. Issued by: ISLE/PM Roma Campbell Date Issued: March 1, 2012 This Bid Submittal Consists of Pages 19 through 24 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Suchother contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described In the accompanying Bid Submittal Requirement, Title: REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A of the total amount of thebid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE 9,C.,C. NO BID ITEM NOS, ACCEPTED COMMODITY CODE ......9.62-14, 12516,..125.-20,125.22 Procurement Contracting Officer R. Campbell FIRM NAME F L'�I5 DIGITAL CORP tETU mipoNEMIGINAVAIYIi"l'•i 14f(7-;,1 t?etl !3i0516)6SUf MIITAI '+I AGESANDsAFFIDAMI IAA. P g VERMEN I !k91.gritlEI :kri ' " LI I L'+ { I ?IS '•�.0 11�1�1� at�..lb)ii�A,'R7.7 /' .. .C.,•.f'V...�.�".'.Yn..., „r ... ... f.i���.,.11 MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR: BLURDIGITAL CORP BID NO.: 8254-1/22 4.0 PRE -QUALIFICATION CRITERIA TQBE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6.1, 4.1. CHECKLIST OF REQUIREMENTS: . Reference Section Summarized Requirements Initial as cornpleted 'ir•a' ok 0, • , „,r4 O. '?`" 4 " ,:Vf:i:0 ;'..,...y.,:i:,`...,;!i::;,:`,*:',;V•,','4k!'L'," 06 I; fa 5j. :.„;a,,,i, ;:.''-,' ,i011,e0,414refelsi6V-00, • ' ' 4.',..z,3;,,7,:-:,......-:‘,.4.:•No.,i:,,t-r,,,..,;::,:;:f;,,;:.,;!:., if _ . Company NalT101 Miami Rade County Building Permitting WB • Contact Name: Aline Garcia Contact Title: Building Permit Records Supervisor Contact Address: 11805 Sw 36th Street Miami, FL 33175 Contact Telephone Number: 780-315-2380 Contact E-mail address: Altnaga@miemidade.gov . ..." . .11:4 • • ,,:c:,,,,,,.!;.oii;/:.',,;;M.4tisvqfitiv '‘, :blibli. efefeWiit ' .,, , 41,qM.::,0,:$3.4ck 01.:VOM:YA ' Cern i any Name: City of Sunny Isles Beach W! .... „ Contact Name: marc Tulloch Contact Title: Purchasing Agent Contact AddreSS: 18070 Collins Ave Sunny Isles Beach, FL 33160 Contact Telephone Number: 305-792-1953 Contact E-mail address: MtullechOsibfl,net • MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: BLUE DIGITAL CORP BID NO.: 8254-1/22 1.7;43(it 'a . Client-Ft'aiteiic4 Leitee' ''' . - • ' 'V.17 , ' ? " . • '! : Company. Name: Baker Concrete Construction WE 2 Contact Name: Gina Ferrari •Contact Title: Projeot manager Contact Address: 6556 Anglers AvG Suite 1-A Ft Lauderdale, FL 333 Contact Telephone Address: 954-651'6442 Contact E-Mail Address: Fel rarlgaBakertoncrete.com Section 2, Paragraph 2.6.1.01) Primary Contact Information: . Section 2, Paragraph 2,6.1411) • • Primary Contact; BARCLAY' WAYNE 0 WEi WB E-Mail Address: Wayneebluedigi t a1us . corn Contact Telephone Number: 305-262-4920 Ext 202 Cellular Phone Number (if applicable): 305-965-0041 Company Main Phone Number: 3°5-262-4920 Secondary Contact information (optional): Secondary Contact: Esther Bruguera E-Mail Address: deo ignbluedigi talus . com Conteet Telephone Number:305-262-4920 Ext 205 Cellular Phone Number (if applicable): 305-262-4920 Company Main Phone Number: WV' ,,t),,6'.0 ti,,.;p:i,,,q, wgt:41Y,3;&,;to,;,:m,:klw.:‘,4:•:„qif:ipA,:,;::;:,,::,,;,,:,i,i,,,t,,,v,„, ;„,,,c,y,„,:,,xs,;•t,5,x,s4 ,,f, 4,;:(•0:::::•,,, ,,,, ., Arrum:;:"4'.f,';::=ZiAM,'•,:Pif.RAvi6:!4:'••:,k:VV•A'Ag:::i23,;%;:,40:UtiiiW'' No,te: All bidders are requested to submit With their bid submission, documents with the minimum qualification requirements; County may, at its sole discretion, allow the bidder to the qualification requirements information/documents period, as evidence of compliance however, ittliami,Dade complete or supplement during the bid evaluation IVIIAIVII-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA BID NO.: 8254-1/22 INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART I=1 NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: BLUE DIGITAL CORP AUTHORIZED SIGNATURE: TITLE OF OFFICER: °wIl°r DATE: MIAMI-DALE COUNTY MfAMi•DADE ESSI BID SUBMITTAL FORM SID NO.: 8254-1/22 BID TITLE: REPRODUCTION & BINDING SERVICES By signing this Bid Submittal Form the Bidder certifies that It satisfies all legal requirements (as an entity) to do beslhess with the County, Including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her. immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Sid response or application of any type to contraot with the County by the employee or his or her immediate family and file a copy of that • request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The .affootod employee shall Tile with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation, In accordance with Sec. 2-11,1(s) of the County Cade as amended, prior to conducting any lobbying repay. Inn this solicitation, the Bidder must tile the appropriate form with the Cterk,f the Board statlnq that a particular lobbyist is authorized to represent the 131dder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor, The Bidder confirms that thie Bld is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result In your firm not being considered for award. Pursuant to Miami -Dade County Ordinance 94-34, any Individual, corporation, partnership, joint venture or other lanai entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information at the time of bid or proposal submission. [3 • Place a check mark here Drily if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies. with Activities in the Iran Petroleum Energy Seotor. List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes, in the event that the proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duty authorized representative and shall also initial this space: In suoh event, the proposer shall furnish together with its proposal 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 proposer 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 moulting from this solicitation for default If the proposer 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 'Seotor List. LOCAL PREFERENCE CERTIFICATION; For the purpose of this certification, a "local business" is a business located within the limils_o#,Miami-Dade.. County (or.,Rraward.County in accordance wlth..the interlooal-Agraement.between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation 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. El • Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor Ineligible for Local Preference. LOCAL CERTIFIED $ ViCE-(DISABLED VETERAN BUSiNE$S ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled 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 arid (b) prior to bid submission Is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. -28- Revised 1/12/12 Prompt Payment Terms: Conditions) Signature: •'�"��--�---- "By signing this document the bidder agrees to all Terms a Contract." MIAMI-DADE COUNTY BID SUBMITTAL FORM BID NO►.:8254-'1/22 j Place a check mark here only If affirming bldder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. . COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder is requested to Indicate, at 'A' and 'B' below, its general interest In participating in the Joint Purchase Program of tha County User Access Program (UAP) described In Section 2,21 of this contract solicitation, if that section is present In this solicitation document. Bidder participation in the Joint Purchase portion of the UAP is volunt,, end the bidder's expression of general Interest at 'A' and 'B' below is for the County's information only and shalt not be,binding an the bidder. A. If awarded this County contract, would you be interest in participating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not•for-profit entities located „within the geographical boundaries of Miami -Dade County? Yes x No B. If awarded this County oontraat, would you be interested in partloipaling in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located outside the geographical boundaries of Miami -Dade County? Yes Firm Name: ]3Lt3E DIGITAL CORP No StreetAddress:7290 NW 7TIi STREET SUITE 107 MIAM1 FL 33126 Mailing Address (if different): 'f"alepf�one No.; 305- 6l•-42 305•-262-4920 Fax No.: 05,0528104 Email Address: wA ilEasLrllapxczTAl�us .Cori FEIN No. / - I�J / / L.J days net 3 0. . days (Please see paragraph 1.2 H of General Terms and T Print..Nan19: EARCLAY, WAYNE 0 Owner _......._....__.... Title:. (Signature of authorized agent) t this Solicitation and the resulting THE EXECUTION OF THiS FOAM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED • REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -24. Revised 1/12/12 APPENDIX AFFIDAVITS FORMAL BIDS Name of r)rrn 7290 NW 7TH STREET SUITE 10'7 " ragctrais o �Irrri M, Printed Tfllo of Afltanl SSig ature of Afllanl Date FLORIDA �Ku . Stole Nvturtr PubV 1ntrroutlop Notary Punic- Mato of „-- ,�,,.i"f MIAMI-DADE COUNTY Miornl I edo county O0parfmant of Procurement Management Affirmation of Venda' Affidavits BID NO.: 8254-1/22 In accordance with Ordinance 07-i43 amending Section 2.8,1 of the Coda of Mlaml-fades County, effective June 1, 2008, vendors are required to complete a now Vender Reglstralton Package. including a Uniform Affidavit Packet (Vendor Affidavits • Form), before being awarded a new contrari. The undersigned aftfrrns that the Vendor MfldavIts Form submitted with the Vendor Registration Package is current, complete and accurate for each affidavit listed below. 8254-1/22 edam! Employer 050528104 identitlaaftor' Number (rrnN) Contract No,: Contract Title: Reproduction & Binding' Services Affidavits and Legislation/ Governing Body Miami -Chide County Ownership Oisafosure a„ Sec. 2.8.7 of The County Code 2. Mfaml-Dade County Employment Disclosure Coon!), Ordinance No. 90.133 amending Ser.fton 2.8-0)0 of The County Cade 3. 4, Miami -Dade Calmly Employment Drug -tree Workplace Cerlltlaatlran section 241.2(b) 'the Courtly Code Miami -Jade County Disability Nnn-D)scriminallon Mick, 1. Sec9on 2-8.1.5 Resolutlan R182.06 nnnend!ng P•385-95 Miami -Boar County Debarment 01.ciorsure Section 10.30 of fhe County Code .BARCZ,AY, WAYNE 0 Printed Name of Atllant BLUE DIGITAL CORD 8. 9. Owner Miami -Dodo County Vendor Obligation to County Section 2.-8.1 of the County Cade Wand -(Jade County Cade of 8u3lness elks Article 1, Section 2-8. t(I) an412.1 I b (1) of We County Code through 164 and (9) of the Caunly Code and County Orrihlnnc4 No 00-t amend:n[2 Section 2-11:i(c) of the County Code M1aml-Dodo County Fam)iy Leave Article V of Chdpfer IT of Iho Coun!y Code, Miarnl-Dade County Living Wage Section 240 of the County Code Mtciml-Dade County Domestic Leave and Repo -ding Article 8, Seclfon 1 IA•40 I1A-67 of the Courtly Code • Ccurnty of and t� Subscribed sworn to for bolore mo If is f day of, by Type of Idenlifrcpilan produced 61 5 0atuHrn 4f Nagy Puhll ,fie or snn Is personalty known to m 33182 p Code Oat de. I. ( or has pro d'iced lcdon'tlflaalion LJ c9? Print or Starnp of Notary Public •fr Page 1013 Idi I 1(407 398 4163 F1o88nNOVS96894•w81 Notary PubIlOSed1 NATHALIE D, DENiTEZ .1 MY COMMISSION ft Di0964986 EXPIRES February 23 2014 IVIIAIIII,DADE COUNTY FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) BID NO.: 8254-1/22 In compliitnee with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of Its policies and procedures (use separate sheet if necessary) for awarding subcontractors in Accordance with Section 1, Paragraph 1,15 In NO SUBCONTRACTORS ILL BE UTILIZED FOR, TH S C NTRACT ate Page 2 of 3 • Revised 2/11/11 AMI-DADE COUNTY Firm Name of Prime Contractor. Bid No.: B254—I/22 SUBCd'eTRACTORRSUPPLIER LISTING (Ordinance 97-104) espondent: BLUE DIGITAL CORP eiPRODZIC 1011T & bINDING sERVICE3 Title: - - BID NO.: 8254-1/22 This forms, or a comparable fisting meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and residents att County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders and respondents on County or Public health Trust construction -contracts which involve expenditures of $100,010 or more. A bidder or respondent who is awarded the contract shall not clh a 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. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer shoald enter the word "NONE" under the appropriate heading of sub form 100 in those instances where ao subcontractors or suppliers will be used on the contract. • Business Name and Address of First Tier SubcontractorfSubeonsultant Principal Owner Scope of Work to be Performed by SubcontractorlSubconsuitant (Principal Owner) Gender Race Business Natue and Address ttf Direct Supplier Principal owner Supplies/Materials/Services to be Provided by Supplier (Principal Owner) Gender Race • i certify that representations contained in this Subcontractor/Supplier Listing are to the best of my knowledge true and accurate Prime ontractoriRes BARCLAY, WANE 0 OWNER ?rim Name (Duplicate if additional space is needed) t Page 3or3 Print Title FORM 100 Revised V11/11 TY fY Irv, Home Contact Us E-FIling Services Document Searches Previous an List Next on List gvents No Name History Return To List Detail by Entity Name Florida Profit Corporation I3LUE DIGITAL CORP Filing Information .Document Number P02000021667 ,FEVEIN Number 060528104 Date Filed 02/26/2002 State FL Status ACTIVE Last Event REINSTATEMENT iEvent Date Filed 12/10/2010 Event Effective Date NONE Principal Address 7290 NW 7TH STREET SUITE 107 MIAMI FL 33126, • • Changed 04/16/2009 Mailing Address •7290 NW 7TH STREET SUITE 107 MIAMI FL 33126 Changed 04/16/2009 Registered Agent Name & Address BARCLAY, WAYNE 0 14531 SW 76TH STREET MIAMI FL 33183 US Officer/Director Detail Name & Address Title P BARCLAY, WAYNE 0 14531 SW 76TH STREET MIAMI FL 33183 Title V BARCLAY, ESTHER D • •,, .„ ., • .. Forms ' HMO' • • •••• — 1;. . 'Entity Name Sear° I • . • ..:1;,* Submit • http ://www.g unb iz; erg/script s/corde lexe?actiori4RIfFir,eancEdo.CLimmh.e .i.:P020 0 0 02 6 678c inKisailvz_.. , 3/29/2012 1453 1 SW 76TH STREET MIAIVI I FL 33183 Annual Reports Report Year Filed Date .2010 2011 2012 12/16/2010 01/27/2011 02/22/2012 Document Images 0?/2.„?../2012. ANNUAL REPOrti" 01/2 7/2011 -- ANNUAL. REPORT' 12/16/2010 REINSTATE:NEM" 0/U1-6/2009 -- ANNUAL REP,ors1 osi,w2ooa ANNUP,L. REPORT 05/31/2007 ANNUAL REPORT 05/24/2006 ANNUAL REPORT gt4/2,15I2PQ.5...7.1ANB1.181 REPORT 0441-012004, — ANNUAL. REPORT 05/05/2003 ANNUAL. fz 17: Pg..F.q.. View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Lgote: This is not official record. See documents if question or conflict. PrqYiat§2at„if.11 Next on List No Name History fqtvrn:59 list ricole Contact us DoCiiment Searclies j F-Filincl Services I Forycl: lielo Copyrk)111:(7.1 and Privacy Polic.les Stale of Ploricta, De.partnicnt of State Entity Name Search Submit tp://www.suribiz.orgisoripts/cordetexe?action-DETFIlethriq_doc_tiumbor—P020000216678cinq_came._, „ 3/20/2012 PAIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 Sybmit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1' Street 17try Floor, Suite 202 Florida 33120-1983 OPENING: 200 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from a taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: Roma Campbell ISDiPM Date Issued: This Bid Submittal Consists of March 1, 2012 Pages 19 through 24 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Suoh other contract provisions, specifications, drawings or other data as are attached or Incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described In the accompanying Bid Submittal Requirement. Title: REPRODUCTION & BINDING SERVICES A Bid Deposit In the amount of N/A of the total amount of the bid shall accompany all bids,' A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contraaby the successful bidder and Mlami-Dade County, DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOB. ACCEPTED COMMODITY CODE: 962.14, 125.15, 125.20, 125-22 . • _..... . Procurement Contracting Officer R. Campbell RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS, FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. • - 19 MIAMI.DADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: BID NO.: 8254-1/22 4.0 PRE -QUALIFICATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6,1. 4.1. CFIECKLIST OF REQUIREMENTS: Reference Summarized Requirements initini as completed •Section .„ 0 , e 1' 5. 1- Company Name: ear I, -41-"(1' t VerS t Contact Name: -0:44 cty d3 r06 Contact Title: A Contact Address: Bob xrzt cl-Ar—frj,k,, kie, . _ sfs 9Contact Telephone Number: Contact E-mail addreSs: 'I Is PVIP th a mai 1 t ,:Ar A,t, Company Name: Pil E C. — C Contact Name: 7.. ryr el I it • Contact Title: 19KP CA,A4:tfre-- Di ili.l'a I' Contact Address: . 15'5. 0 .S,- oyef- riPR ibc8- Contact Teiephone Number: PI iinP-li 1:l'i V' Contact E-mail address; MIAMMADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: BID NO.: 8254-1/22 • ....• ,„ - ,--. ---,,,,, .3.- ,...,i,„,-, - . Company Name: btoi v2 f III g - Contact Name: 1 ha fcele iSY' 414 &II Contact Title: Pli a ylage.,P.--. Contact Address: !,.; 06 P ,ii) i.;)-- /4 v-e Contact Telephone Address: 3 (4,-' 6077 Contact E-Mall Address: h/r6'e e(LAP)AA.,:3,tirk't Section 2, 2k.l. II) Primary Contact Information: _PARfita_p_t_____Ii , Section 2, . Paragraph 2.6.1.(i) Primary Contact: LeOrj/ OP-,Z. / e e,-, 6 .. ____... E-Mail Address: Itor-i-VZ-0 Ca Vderl pq,74,m1 Contact Telephone Number:3,1)S_ 2:f.2 —90q9 cellular Phone Nurnber (if applicable):30.7 ea/ -:7010 Company Main Phone Number:30:g. '‘17::7 Secondary Contact Information (optional): Seconder.), Contact: - . ',9 '' i — E-Mail Addrees;,q6f")...;5", Contact Telephone Number: ,. e:5 4'..-'7. Celfular.Phone-Number(rapplicsble)t--- CompanyMain Phone Number: " !;: 7 -9 . 004 Jyllet* ;,%,4141P --gr Ne _4. :4:v.,:,mov.:.....,,,,,, ;,•,_a-;,:::tii,-,„ -•:Amr.,,z., Note: Ali bidders are requested to submit with their bid submission, documents with the minimum qualification requirements; County may, at Rs sole discretion, allow the bidder to the qualification requirements InforvnationtdocuMents period, as evidence of compliance however, Miami -Dade complete or supplement during the bid evaluation MIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FOR: REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I on PART 11, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: keN0 ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: --- AUTHORIZED-SIGNATURE:7 TITLE OF OFFICER; - 22 MIAMi-DADE COUNTY BID NO,: 8254-1/22 IA BID SUSMITTAt. FORM BID TITLE: REPRQDUCTJO & BINDING SERVICES By signing this Bid Submittal Form the Bidder certifies that It satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions In Section 2-11 of the Miaml-Dade County Code. Any County employee or member of his or her Immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County. Ethics Commission prior to submittal of a Bld response or application of any typo to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's Interest or the Interest of his or her immediate family In the proposed contract and the nature of the Intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County, Also a copy of the request for a conflict of Interest opinion from the Ethics Commission and any corresponding opinion, or any waiver Issued by the Board of County Commissioners, must be submitted with the response to the solloltatlon. In accordance with Sac. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding thlg soticitailpn, the Bidder .mist file the appropriate form with the Clerltpf the Board otpttngthat n pertkkuler lobbVist ► auther)ze 1 to represent Itho Btrider, Failure to file the appropriate form In relation to each eolldtation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this 131d Is made without prior understanding, agreement, or connection with any corporation, "firm, or parson submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award, Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result In your firm not being considered for award. .. Pursuant to Miaml-Dado 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 Matt disclose thla information at the time of laid or proposal submission. 0 Place a check mark here only if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposor 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 proposer Is unable to provide such certification but still seeks to be considered for award of this salloitatton, the proposer shall execute the prcposal through a duty authorized representative and shall also Initial this space: . In such event, the proposer shall furnish together with its proposal 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 proposer agrees to cooperate fully with the County In any Investigation undertaken by the County to determine whether the claimed exception would be epplioabie. The County shall have the right to terminate any contract resultIng from this solicitation for default If the proposer 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. LQ� 9gFEREhicE CEATIF gTIM For the purpose of this certification, a "local business" Is a business tocated within the limits of Miami -Dade County (or Broward County in accordance with the interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation 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 apportunhiee and the support and increase to the County's tax e e. Place a chock marts here only it affirming bidder meets requirements far Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor Ineligible for Local Preference. AL CE HFIED ERVI E-DISA LED V T SET 1 Ft IFiCATI A Local Certified Service -Disabled Veteran Business Enterprise Is a firm tliat Is (a) a local business pursuant to Section 2-8.5 of the Code of Miaml-Dade County and (b) prior to bld submission Is certified by the State of Florida Department of Management Services as a service•disabied veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. -23- h Revised 1/12/12 OIAIAMI-DARE COUNTY BID SUBMITTAL FORM BID NO.: 82541-1r22 CI Place a chock .mark here only if affirming bidder Is a Local Cenlfled Service -Disabled Veteran Business Enterprise. A copy Of the Certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder Is requested to indicate, at 'A' and '133' below, its general interest In participating In the Joint Purchase Program of the County User Access Program (UAP) described In Section 2.21 of this contract solicitation, If that section Is present In this solicitation document, Bidder participation in the Joint Purchase portion of the UAP Is voluntary, and the bidder's expression of general Interest at 'A' and 'S' below is for the County's information only and shall not be bindlne on the bidder, A. If awarded this County contract, would you be interest In participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-govemmental or not -for -profit entities located wlthfnthe geographical boundaries of Miami -Dade County? Yes No B, If awarded this County contract, would you be interested In participating with respect to other governmental, quasi -governmental or not -for -profit geographical boundaries of Miami -Dade County? Yes X. No Firm Name: in the Joint Purchase portion of the UAP entities located outside the ) Street Address: rt Mailing Address (If different): Telephone No.: Ernall Address:r"�� r Prompt Payment Te Condlti s is) 4 y ) iFax No.: 305 4 %r . ' % ' j, FEW Nor6/4 _g '1 1611 s net Sty days (Please see paragraph 1.2 H of General Terms and Signature: (Signature of authorized agent) *"By sig erg " document the bleier—enigmas to all Terms and Conditions of this Sollcftatlan and the resulting Contract." Print Nama: Title: FIE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL -OFFER OFPROPOSERTOBEBOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -24- Revised t112142 APPENDIX AFFIDAVITS FORMAL BIDS MIAMI-DADE COUNTY Mla i1-DodeCounty Deportment of Procurement Management Affirmation of vendor Affidavits 8ID NO.: 8254.1/22 In accordance wlfh Ordinance 07-143 amending Section 2-8.1 of the Code of Mlomi•ISade County, effective June 1, 200n, vendors ore required to complele a now Vendor Registration Package, including a Uniform Affidavit Packet (Vendor Affidavits Hunt, before being awarded a now conirae1. The undersigned affirms that the Vendor Affidavits Form submitted with the Vendor Registrallon Package Kau/rent, cam eta and accurate for each affduvll listed below. k ,y , Fortino, Employer !6.9 ConircxciNit,; c( "^Y_' 6"__ , testilylionNumber(HIM: (/ 2. 4' Contract Title: C AMP) Affidavits and Legislation/ Governing 13ody Miaint-Itiado County Ownership plscdosura Sec. 2-0.1 of file County Code Warnl-(lade County Enrproymont Disclosure Calmly Ordinance No. 90.133. amendin0. 0ction 2.e4(df12) of Inn CoVfltyCede Mfaml-Dade County Employment Drug -free Workplace Certffk a?vn section 2.0.1.2(b) f ihra County Code Minmf--Dade County Disability NonO1scrimfnation Mich) I, Soalion 2.0.1.5 Rasotvfon R 102-00 emending R•38S•9$ Mfalnf-Dade Cotinly Debarment1)401osure Section 10.311 of !he County Code L 1.r ,i Prinied Nome of Alltant e 4 1 2(r Nome of Firm .rye Sit.,. Add & of Finn Notary Public -Slate of 01—V,C, 7. 9. 9. 10, M1ar,1 genie Counnty Vendor Obligation to County —"— Section 2•U.1 of the County Code Miami -Dade County Code of Business Ethics Ar1frte 1, Section 2.0.101 and 2.11fbj(r( at The Cuurdy CaUe Through to) and (9) of Ina County Cade and CountyOrairlonce No00.1 amending Seclloe2- I.1fc)a11heCounyCode Mfam1-Ddd0 County Family Leave Article Vof Chapter 11 of the County Cods Wand -Dade County Living Wage __. __.-...._.__..... _ .... Section 2.8,9 of the County Code M(anri-Dade County D0mesilc Leave and ding A4I?0e 9. SeGffon 1IA•60 11A•67of ih aunty Cod Pifnled Tilly of Artion1 , ` Signal 4.3 Stolo Notary Pubf(U info:m(409n Calmly of ' -)ce Subscribed and swam fo (or etltrmedi before MCA Ihls by_��'�?� cloy at, 6T-CArm 20 L Ho or stta i$ persgnoily known to me I_ 1 or has produced Idonlifloollon Type otfdontflicanonproducedt l�L , CCta C�" `? s-C) ry Public c try Print or Stamp of Nolory Public QA5 Et1 100polo Page 1 013 Serial Number ao.4'4Ttiury PUblr., ,e r. t,4, Notary Pubic - Slats of Outdo 4• ; Nt v •i My Comm. Expiras May 14,2015 1,:x t' `.4s Commisstbn # EE 78857 0.YA," BandacrlisauabHalbnatNotaryAtsn, Revised 2f11f11 MIAMI-DADE COUNTY BID NO.: 0254-1/22 FAIR SUI3CONTRACIING PRACTICES (Ordinance 97-35) In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors In accordance with Section 1, Paragraph 1.15 -4 _7 NO SUBCO TOR L BE UTILIZED FOR"WS ONTRACT Sfonatfqo' Page 2 of 3 Revlead 2/11/11 MIAMI-DADE COUNTY SUBCONTRACTOR/SUPPLIER LISTING (Ordinance 97-104) Firm Name of Prime Contractor/Respondent: BID NO.: 8254-1t22 Bid. No.: 1A-c%* Title:. r 721 r; `Phis forms, tir a comparable lisdog, meeting the requirements of Ordinance No. 97-194 MUST be completed, signed and submitted by ail bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of SI00,000 or more, and all bidders and respondents on County or Public health Trust construction contracts which involve expenditures of S100,000 or more. A bidder or respondent who is awarded the contract shall not change or substitute first der subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied front those identified, except upon. written approval of the County. This form, or a comparable listing meeting the requirements of Ordinance Yo. 97 104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NODE' under the appropriate heading of sub form I00 in those instances where no subcontractors or suppliers wilt be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsultant PrinciPai Owner Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Owner) Gender Race Business Name and Address of Direct Supplier Principal Owner Supplies/Materials/Services to be Provided by Supplier- (Principal Owner) Gender Rate jPC11 - epr'esentatsons contained. in this Snbcontractor/Supplter I.astasig are to rise best of soy l:nawledge true and accurate ;nature Print Name Print Title / Date (Duplicate if additional space is needed) FORM 100 Page 3 of 3 Revised 2111 /11 www.sunbiz.org -Department of State •• . iPctgof,2 • • TON Home Contact Us E.Filing Services Document Searches Forms kelp Previous on List Next on List Return To List Events No Name History Detail by Entity Name Florida Profit Corporation COPY DEPOT, INC. Filing Information Document Number K29657 •, MEIN Number 650123691 Date Filed 07/28/1986 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/31)1905 • Event Effective Date NONE Principal Address 8326 IN 24TH AVE 2 HIALEAH FL 33016 Changed 02/16/2010 Mailing Address 8325 W 24TH AVE 2 HIALEAH FL 33016 Changed 02/16/2010 Registered Agent Name & Address ARAN, FERNANDO S % ARAN CORREA GUARCH, P.A. 710 S. DIXIE HWY. CORAL GABLES FL 33146 US Name Changed: 12/23/1993 Address Changed: 12/23/1993 Officer/Director Detail Name & Address Title PD ORTIZ, LEO 8325 W 24TH AVE STE2 • Search" Submit • •:•-•, . ' • http://www,sunbiz,org/scriptskorde-wxe?ctotiotrDETFEtAiticuloo,_numbemi(2965786111q4came - 3/20/2012 WWWU1Ut - .111{-11CIA LIIIG114 4/1 ICI.LV HIALEAH FL 33016 Am/1U Reports Report Year Filed Date 2009 0,3/19/2009 2010 02/16/2010 2011 02/08/2011 =anent Images 02(.0 800 1 *I — ANNUAL REPORT Feg Q3/1?):40.Pg.z.AUNQ.4.11,i3LE2ar. 04/28t2008 ANNUAL 05/1 5/2007 — ANNUAL REIE,ORT Q7/01/2006 -- ANNUAL REPORT 07/08/20.05 ......... N E Pc?B P.',V?- 7/2 0.0.3 NVIIALEEPOB Q2/1 1/200'LLANNIIAL....REEOKI, 01.251:2.001 AIIRM [2P EL, 01112/2000 ANNUAL REPO }:,`1- Q,%,1Q40 . NIVAL .. 01115/195/ -- ANNUAL REPORT ........ c.),[3.1" View image in PDF format View image in PDF format View image In PDF format View Image in PDF format View Image In PDF format Viewimage In PDF format View Image in PDF format View image in PDF format View image in PDF format Viewimage in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View image in PDF format Note: This is not official record. See documents if question or conflict. rag6.2 ot 2 1:11::::ylotts on List 1\1ext an List :RAND) :Eq. Entity Name Search Events No Name History Submit 1 HvIrt ! C.ofita,:f us 1 Domiroetit oe.f,:hos 'Om 52rvico:i Forms Holr! ! h!: irn:1 StatA Florida,, Devartmenc, of State hittp://www.suribiz.org/scripts/cordet.exe?action=DETFIL8Ging_doo_number=g,29657&ing_oatne jroin-=.— 3/20/2012 MIAMI-DADE COUNTY BID NO,: 8254-1/22 SECTION 4 SID SUBMITTALMIIK Subrnfl Bld To: CLERIC OF THE BOARD Stephen P. Clark Center 111 NW lst Street 17th Floor, Suite 202 Mloml, Florida 3312S-1083 MIAMI,DADE OPENING: 2:00 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INIVIAltill-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be . less all taxes, Tax Exemption Certificate furnished upon request. Issued by-. ISD/PM Date Issued: This Bid Submittal Consists of Roma March 1, 2012 Pages 19 through 24 Campbell Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or • incorporated by reference in the Bid Submittal, will be received at the office of the Cleric of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services descilbed in .the accompanying Bid Submittal • Requirement. Title: REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of NIA of the total amount of the bid shall accompany all bids. A Performance Bond In the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C,C, NO BID ITEM NOS. ACCEPTED COMMODITY CODE: .962-14., 125-15, 125-20, 125-22 Procurement Contracting Officer R. Campbell RETURN ONE ORIGINAL AND TWO COPIES F FIRM NAME R‘ 45,015 1- Le / BID BMITTAL PAGES AND AFi9DAV1TS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. 'FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE, MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: 9W0t/ 9 6,ci A -RC — BID NO.: 8254.1/22 4,0 PRE -QUALIFICATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6.1. 4.1. • CHECKLIST OF REQUIREMENTS: Reference . Section Summarized Requirements initial as completed ralPVI a ;,r) ,, ,!,,,....:.:.,,,,, 0 . I )4'. .,.. ,.,..: '' '',11'';<'?:'t,W .:'',,'Ai4Yi','.::::!;•!:,!,..::-:!:'W,, f',I,c'.: :, ..W .L. ..:•,..•'.. r''..‘: . ,4.,..iii,',.. :•::;1:1 ..: :n:: '..:::•;:.: ,,,..,.., '',1•,i.,.: ::?1"::::N::7:,,..,:,..** . Company Name: IkECO tvl Contact Name: Deb oret I) < e M ,..— Contact Title: -fl 0 (2rie-€ 'Di rerf-i0 r---- 600 "P (9 LA.sevOrick. Contact Address Address: qt GrAi cz1._ • 1.3 4- , Contact Telephone Number: 305- 444 4-- ilk 4,q I Contact E-mail address: ____Cig„:12at4,64_.k)__., ' ' igii,A, iiiii;riiiiee'letter ' '."1.•'vls'.:- ",.:".,0,;,.:-.).,.,,,NK:-.,:::-:..1.,,,j,,,,:;,n,:i.,;•,,!. ' • ' ' ,:'..;::,i'! , .:,... '‘,12,11,02; ,:: Company Name:•Br-b warcl ati nfy Contact Name: 1-1v16,4 1--e_Cie5co Contact Title: Adrni iviavio r 225-5 ContaAddress: ,.,. ct 1)01/1 W, Co an, R. 61 74N Ota irt_ 904,7 Contact Telephone Number: 959-451 — t)'/"r5.1 Contact E-mail address: - 20 - MIAMI-DADE COUNTY FMNAME: BID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FOR: '41______Ig ' • Company Name; MI a1(‘11 / - ()acid- G SA- cc '' Contact Name: Fer V\00(1 0 Po 14,,i 5S 1 Al iti, „ Contact Title: Maheleirt Co IttrOkt.:** Ad W)114 Sechail Contact Address: I/ I ki$1 I CI' Street- 5CA ite, 2920 Contact Telephone Address: 305 3757-flof Contact E-Mall Address: fe,r- n 0 ') dadt Section 2, Paragraph .. 261,(11) Primary Contact information: Section 2, paragraph 2.6.1.00 Primary Contact: Tos,,?- 5ArCfl Y/ a E-Mall Address: JOS•e, , so fyi i Ina e ..-ay-c,coni Contact Telephone Number: 305 3 2.4- I 2 '54- Cellular Phone Number (if applicable): 305 39-5 8.4-3, Company Main Phone Secondary Contact information (optional); Secondary Contact: 0-6Se., Orie 34 E-Mail Address: 30 jQ_...e, e, -cr. CO VO Contact Telephone Number: 30 11- I 234- Cellular Phone Number 1 a licable :78‘) LA12. CompanyMain Phone Number: 305 32-1- 12:54 w;,:,:o::,.!;i.:0,,,,:wi,.:ig,N,,,m,.4:,,,!:wg.,;:,,,;1::,..!!,::.,,,Itx::.3:it,;,. Note: Ail bidders are requested to submit with their bid submission, documents with the inininnum qualification requirements; County may, al its sole discretion, allow the bidder to the qualification requirements nformation/documents period. as evidence of Compliance however, Miami -Dade complete or supplement during the bid evaluation - 21 - MIAM1-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FOR; REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum:#4, Dated Addendum #S, Dated Addendum #QI Dieted Addendum #7, Dated Addendum #8, Dated PART II; le NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: 6taai5 LC d64 A -PC, AUTHORIZED SIGNATURE: DATE: 3 2iij2-, TITLE OF OFFICER: TO r of gal,e5 MIAMI-DARE COUNTY BID NO.: 8254-1/22 MMAM! BID SUBMITTAL FORM BID TITLE: REPRODUCTION & BINDING SERVICES By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Seotion 2-11 of the Miami -Dade County Code, Any County employee or member of his or her immediate family seeking to oontract with the County shall seek a conflict of Interest opinion from the Miami -Dade County Ethios Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver From the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's Interest or the Interest of his or her Immediate family In the proposed contract and the nature of the intended contract at the same time as or before.submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request far a conflict of interest opinion from the Ethios Commfssion and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solloitation. In accordance with Sec. 2-11,1(s) of the County Code es amended, prior to conducting any lobbying regarding tht$ soil Ita I n the B dder II he r rlat for ler f the card tatln hat a articular lobb is la authorized to represent the Bidder. Failure to file the appropriate form In relation to each solicitation may be considered as evidence that the Bidder Is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any oorporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration, Failure to reg!ster as a vendor within the specified time may result in your firm not being Considered, for award. Pursuant to Miami -Dade County Ordinance 84.34, 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 at the time of bid or proposal submission. Place a check mark here giy if bidder has such conviction to disclose. By oxeouting this proposal through a duly authorized representative, the proposer certifies that the proposer 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 237.135 and 215.473 of the Florida Statutes, In the event that the proposer is unable to provide such certification but stilt soaks to be considered for award of this soliottation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: . in such event, the proposer shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.133 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any Investigation undertaken by the County to determine whether the otaimod exception would bo applicable, The County shall have the right to terrnlnate any contract resulting from this solicitation for default if the proposer 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. 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 Interfocal Agreement between the two ---counties) that oonforms-with -the provisions-of-Seotion 1:10 of the -General Terms and Conditions of this Solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not bo limited to, the retention and expansion of employment opportunities and the support and Increase to the County's tax b e, Place a check mark here only If affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference, LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local acetified Service -Disabled Veteran Business Enterprise Is a firm that is (a) a local husiness pursuant to Section 2.8,5 of the Code of Miami -Dada County and (b) prior to bld submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes, -23- Revised 1/12/12 MIAMI-DADE COUNTY MIAMI. BID SUBMITTAL FORM Bib NO.: 8254-1/22 0 Piace a check mark here only If affirming bidder Is a Local Certified Service -WOW Veteran Business' Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder is requested to indicate, at'A' and'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described In Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Bidder participation In the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general Interest at 'A' and 'B' below is for the County's Information only and shall not be bindlnq on the bidder. A. If awarded this County contract, would you be Interest In pertioipating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located within the geographical boundaries of Miami-Pade County? Yes No B. If awarded this County contract, would you be interested in participating •In the Joint Purchase portion el the UAP with respect to other governmental, quasi -governmental or not -for -prof it entitles looated poifs/de the geographical boundaries of Mlaml-Dade County? Yes No Firm Name: Street Address; t8,5\v 15 L L- G d b ARC._ ) 2H I , F-- 33) 27 Mailing Address (if different); Telephone No.: 3O5 -A 3 4 Fax No,: -305 51f-7 /55-6 Email Address: l'O se • �GY�i �Y7GI ' — Gl v- •ecifFElN No. 7/ II ffl; t l i- Prompt PayrnenttTerms: % days net days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) * "By signing £h d96uni art the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." Print Name: TO 5e., V+ -Dkr.c4 I VA Title: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THiS SOLICITATION WHERE INDICATED ABOVE I3Y AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -24- Revised 1/12J12 MIAMI.DADE COUNTY Firth Name of Primes Contractor/Reopen ones ,/ Bid No.: 2 Li- - • BID NO.: 8254-1122 SUI3CONTRACTOWSUPPLIBR LISTING (Ordinance 97-104) t 1. +(,'1—}— Ai) p r , c4 _6 Title: RaQro Q i%e'h o t�l t V1 Gf_ This corona, or n comparable listing meeting the requirements Of Ordinance No. 97404 on County contracts for purchases of soppites, materials or services, lueluding profeseionnl bidders and respondents on Counly'or Public Health Trask eunrtrocllon contracts wldcit.involvo is awarded the contract shall not change or subethute first Iler subrenlraetors or nfinertals lobe supplied from those Identified, except upon written appi evd'af tke County. This farm, or a comparable listing emoting the ragnlremeuta of Ordinance No. 97.104, proposer will not utilev lnbearitractors or suppliers on the e0otrllel, The bidder or sub form 100 In those Instances whore no sabcoutrpctora or aupplters will be used on the POST, be completed, signed 4ud submitted by nil bidders services which involve expenditures of *100,000 expenditures of S100,000 or more. A bidder direct suppliers or the portions of the contract work MUST, be completed, signed and submitted even and respondents or more, and all or respondent wile to be performed or thangh the bidder or appropriate bonding of proposer should enter the word 0NO'11 " under the mil fact. Business Name and Address of First Tier Subcontractor/Subcangti taut PrInelpxi owner Scope of Work to bo'Porformed by Subcontrue tor/Snbeonsidtnnt (Principal Qvoter) Gender Race Business Natno and Address of Dircet Supplier 1'rttegml Owner � Supplies/Materials/Services to be Provided by Supplier (Principe Omer Owner) Rim eert.fy that the re rescalations contained in Ills Subcontrnelori$upplior Lilting are to the best of my knowledge true and accurate -a.. To S (L, t-' 5'ar- j 1)1r � f Cates 3 h� Print Name Prinl'rl a Dale • (Dtgfllooletfadditional apace leneeded) FORM I00 Pogo 9 of 3 •• • • Ftovlsed 2/11/1 I • vvvvyY414abiz,org - Department of State . . _ II niij) 11/1 It',FIk1. N 111) , SIYI1OY Of CO It 1,) a It N • Home Contact Ue SarvIcos Document Sonrchel, FornA, H9lp Previous on List I Next on List Return To List Events No Name History Detail by ;FEWEIN Number Foreign Limited Liability Company RIDGWAY'S, LLD Filing Inforniation Document Number M08000000140 FEIIEIN Number ' 746036502 Date Filed • 01/09/2008 State TX Status ACTIVE Last Event MERGER Event Date Filed 1212mO1 Event Effective Date 01/01/2010 Principal Address 1981 NORTH BROADWAY STE 385 WALNUT CREEK CA 94596 UN Changed 01/05/2012 Mailing Address 1981 NORTH BROADWAY STE 385 WALNUT CREEK CA 04598 Changed 02/17/2010 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE FL 32301-2525 US Name Changed: 01/12/2011 Address Changed; 01/12/2011 Manager/Member Detail Name & Address Title MGR SURIYAKUMAR, K BURL 1081 NORTH BROADWAY STE 385 WALNUT CREEK CA 94596 Title MGR ZULL!, JOHN J III 16840 BARKER SPRINGS ROAD, SUITE 300 HOUSTON IX 77058 Annual Reports Report Year Filed Date 2010 02/17/2010 4fr:1.11 iRav 1.,.of 2 littp://www.sunbj.z.orescriptWogrdetexe?0,0001,1=PE,011AitKLAK:.nutrib,et-NOS9000Q0,1411:5qcinq_cAme,,, 3/W)9.1.,2 www.sattomorg veparanent ot tate Page 2 of 2 2011 01/25/2041 2012 01/05/2012 Document. Images oNopp12.,:::Aisos.0,L.RucE!,.: View image in PDF format View Image Ili PDF format altf2;l2Q11 Agpitf.,Ipage View image in PDF format 921.17.2111: -.7.A14Nti,ALBPPEr. view image In PDF format .12/2N2Q0g..t-10.ergei: view image In PDF format 0191f2,0p0LzAl\INOALBINORT View image In PDF format View image fn PDF format [Note: This Is not official record. See documents If question or conflict. Events No Name History B.0.1Q.r.D..TALlat I fE-FillAtt I Help I CoM*RVIt and Privacy Policies St dote In' Deirororet.' 5tatce hittp://www.sutibiz, otiz/scrip t sicord et, exe?action-DE IPM86inq doe numb er.-----M0 8 0 000 14 9&ing came_ 3/20/2012 IVIIAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 BIIISIBARTIALEOM Submit Bid To: CLERK CIF THE BOARD Stephen P. Clark Center 111 • NW 19' Street 17th Floor, Suite 202 Mlaml, Florida 33128-1083 OPENING: 2:00 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. • NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ISDiPM Date Issued: This Bid Submittal Consists of Roma March 1, 2012 Pages 19 through 24 Campbell Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifioations, drawings or other data as are attached or Incorporated by reference in the Bid Submittal, will .be received at the office of the Clerk of .the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond in the arnount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON-RESPONSNE NON -RESPONSIBLE_ DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 962-14, 125-15, 125-20, 125-22 . . . Procurement Contracting Officer R. Campbell RETURN ONE ORIGINAL AND TWO COPIES OF BID SUM 1TAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL. PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. 19 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 6254-1/22 SECTION 4 BID SUBMITTAL FOR: 4iA'ir-e) .4322w' ;./o pAS!,./o/7-, 4.0 PRE -QUALIFICATION CRITERIA'TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6.1. 4.1. CHECKLIST OF REQUIREMENTS: Reference Section Summarized Requirements initial as completed t . t w . u � {('�{p��9ix �rp`/��� n gy)}���7� y�J!,�./�}y I��/ j , ,: £v.n4M. � i-!A'F��^.I�•..�1 +'y �sy"`oyx'"r`1,� H9nt f t' r 1 ea{/j,�l' `1 , it . � M f 4 1 1 e 1 5 f f f %� 1 ♦ ��+d1 .rr� { .,}.��j ti�l, rrl ��. „a: �. .fi � ii �,7•. ;'i ,7. E. 7 J .:(4 ..z•.:C?Yi+ Company Name/ //%1W- C Contact Name: I /✓:<17e , o Contact Title: !„ , .% ,•' , ,.1, v2" Contact Address: Contact Telephone Number: , Contact E-mail address :W'7, �.1i`t ,• d {�{ [ t « a ai 9y�tr¢¢RA o ,7 3 m y etteP'�? 1t1k 3 1 Company Name:'/",0,*0451 • of I/1 D II.. %aG/, c Contact Name: , .c 034-0, • Contact Title: f/%1'''/'6-0 ogro07,' .....• .. _ ° ContactAddress: ePpr/iyAnd,, , ,-/P/1 .,/.. / Contact Telephone Number:3D f 0 . Contact f;-rn II a dress: - 20 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: Ve9a) B/D NO.: 8254-1/22 el ,S".giN4'.01' ,. .:1;.klk;IM icIOf( Company Name: Contact Name: C 4/e/he,„ Contact Title: ,49410' ,42,-d IP,e Contact Address: . 423 /4.W. er":41:1pc Contact Telephone Address:3A5--...59/- 9'5"ZZ Contact E-Mall Address' g 4, ze-e 4 Section 2, Paragraph 2.8.1418 Primary Contact Information: Section 2, Paragraph 2,6.1.(il) Primary Contact: „9-0,<'acz qGe 4 ..tAre Ay Me ,,.., E-Mall Address: 0,e 470 42,2,4 ge, ed,771 1- „fa• -_, Contact Telephone Number: ..q0,-7-) - 4/ -le,— 2 2 z 9_ Cellular Phone Number (if applicabie)A15-4S,/f12,514 Company Main Phone Number3-,3744 Secondary Contact Information (optional): Secondary Contact: )e4 E-Mall Address:i0/0 due& 71 & et a dco or? I Contact Telephone Number: ,/,' - ...../47:- 87._60 CellUfarione Number (if appilcabie): Vt"....0 7,-. Sig< Comany Main Phone r:vgaati),t4 -yzt4iP5/o.7Pa4*1:1,',03Au,"M:p k0 ,lMiRviilAiok'At0ils4:40V$4k,44,341'iN - VNMM:A,•A W41A04; ", '':i,i- •';',1..,1, ,--W'Nu4Arnvb,,,othz4; Aiww, grofipf,,2t bidder to Note: All bidders are requested to submit with their bid submission, documents as evidence of compliance with the minimum qualification requirements; however, Miami -Dade County may, at its sole discretion, allow the complete or supplement the qualification requirements Information/documents during the bid evaluation period, . 21 - MIAM1-DADE COUNTY BID NO,: 8254.1/22 SECTION 4 BID SUBMITTAL FOR: REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART [I, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: TITLE OF OFFICER: • 22 WHAM-DADE COUNTY MiAML•DADE BID SUBMITTAL FORM BID TITLE: REPRODUCTION & BINDING SERVIQES BID NO,: 8254-i/22 By slgnfne this Bid Submittal Form the Bidder oertlfies that it satisfies all legal requirements (as an entity) to do business with. the County, including all Conflict of Interest and Code of Ethics provisions In Section 2.11 of the Muni -Lade County Cade. Any County employee or member of his ar her immediate family seeking to contract with the County shall seek a conflict of Interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request_ for opinion and any opinion or waiver item the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board 'a statement in a form satisfaotory to the Clerk disclosing the employee's Interest or the interest of his or her Immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, ar application of any type to contract with the County. Also a Dopy of the request for a conflict of Interest opinion from the Ethics Commission and any corresponding opinion, or any waiver Issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Soc. 2-11.1(s) of the County Code as amended, prior to conducting any Lobbying regardina this aolici I f der u the ri r th the a of th that a re r l is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may bre considered as evidence that the Bidder is riot a responsible contractor, The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned aoknawledgee that award of a contract is contingent upon vendor registration. Failure to register a5 a vendcir within the specified time may result in your firm not being considered for award. pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, Joint venture or other legal entity having an aificer, director, or executive who has been convicted of a felony during the past ten {10) years shall disclose thls Information at the time of bid or proposal submission, [l Place a check mark here only if bidder h'as such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities In Sudan List or the Scrutinized Companies with Activities In the iren 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 proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a citify authorized representative and shall also initial this space: . In such event, the proposer shall furnish together with its proposal 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 proposer agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be appifoable, The County shall have the right to terminate any contract resulting from this solicitation for default If the proposer 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. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local buslnoss" Is a business located within the limits of Miami -Dade County (or Froward County in accordance with the Interlocai Agreement between the two counties),that.conforms.,with the. provlsions.of..Sectlon 1.10.of the General. Terms and Conditions of this• solicitation and contributes to the economic development of the community In a verifiable and measurable way. This may Include, but not be limited to, the retention and expansion of employment opportunities and the support and Increase to the County's tax base. Place a chock mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor Ineligible for Local Preference. LOCAL CERTIFIF.,D.$EiiVICE-CISABLED VETERAN BUSINESS ENTERPJILE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a.firm that is (a) a looai business pursuant to Section 2-8.6 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 service -disabled veteran business enterprise pursuant to Section 295,187 of the Florida Statutes. -23- Revised 1/12J12 Firm Name: Street Address: Mailing Address (If different): Telephone No-'� %r " sue` Fax No•, ?ta5 417-"" IMIAMi-DADE COUNTY BID NO.: 8254.1/22 Mfari IgnoE maggi BID SUBMITTAL FORM © Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification muss be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder Is requested to Indicate, at 'A' and `B' below, its general Interest In participating fn the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, If that section is present In this solicitation document. Bidder participation In the Joint Purchase portion of the UAP Is voluntary, and the bidder's expression of general interest at `A' and `B' below is for the County's Information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest In participating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located,wftfNn the geographical boundaries of Miami -Dade County? Yes No I3. If awarded this County contract, would you be Interested in participating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located outside the geographical boundaries of Miami -Dade County? / Yes 1` No c7A' L,Sfr.:.? lag. 4-a. ea,/9.;./r,4‘,,-DA:7 /' Email Addres L?/ , e f 1 `%-eJG 'h.•;6), 44PPFEIN Nor / 41/ ,_.-// 1F// e) Prompt Payment Terms: Z % /d days net 3P days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: ""Ely signing Contract," (Signature of authorized agent) docrffent tiro (sfdd, agrees jaJjlf'Terms and Conditions of fhls Solicitation and the resulting Print Name, QT c7./2 %'< ! Title: THE EXECUTION OF THiSS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED MOVE BY AN AUTHORIZED REPRESENTATIVE $HALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL. THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -24- fievised 1/12/12 APPENDIX AFFIDAVITS FORMAL BIDS ,IVIIAMi-DARE COUNTY BID NO.: 8254-1/22 fum Morn; Dade county Department of Procurement Manageinen) Affirmation of Vendor Affidavits in accordance with Ordinance 07-143 amending Saoflon 2-8,t of the Code of Miami -Dodo County; effective June 1, 2008, vendors are required to compietrr a new Vendor Rogtsirafion Package including a Uniform Affidavit Packet (Vendor Affidavits Font, .before Doing awarded a new contract. the undersigned affirms that the Vendor Aftidaviis Form Submitted with ttte Vendor Registration Package Is current, compete and accurate for each affidavit listed below. f. 2 3. 4, t3 Contract No, : Cnniract Tllfe: Fedora! tton N Employer ^. rr��.a�^X, tde�nfflfltatEan N,u�m�'7rB-aer/rf(F.G,fNj: _�(��v--��-•� AfIidavits and Lr gistcslionf Governing Body Mkml•podo County Ownership Mick/sure • 8• Sac. 2-a J of the County Code lutfarnl•Dade County Employment Disclosure Comfy ordinanceNo, 90-103, amandfngSoclton 2,8.11d1r2j of the County Cade) Mlamf-Dade Cpvnly 1mp!oyment Drug -free Werkptaoe Certification section 2.8..21b) t Iho County Code, MJarnf•Dade County DlsabaUiy Non-D4orrmrna!ron Arffole 1, Section 2.8.1.5 Resolulton R182-00 dtnortdfng R-395-95 Mimi -Dade County Debarment Disclosure soctron 1048 of the County Code Printed ;Jame of Afitcni Address of rm tt&k,rJ& e{J,0RC ln(urrnaflon 7. 8. 9. 10. Mfaml-Dade County Vendor Obltgatlan to County Sea, tton 2.8. i of the County Cade MIami-D sde County Code of Business fin -dos Arricte 1, Section 2.8, rigg and 2-11(WO J of the County Coco through (61 and (9) or flue County Code and County Ordinance No 00-1 amondnp Seclfan 2-11,1(cl of the County Coda Mlamt bade County Faml<y Wove Arllcla V of Chapl'r r 1 of }I?o County Code MIantf-Dade County tIvtncr Wage Section 2-8.9 of the County Code Mlamf•Dado Courtly DomesIfc Lades and Reporting Afflc!©8, Seofton t 1A-6011A•s2 el the Courtly Code Pdnled litre of Af(lant Notary Public - Stoleot 1014 �.._� .,._._..... County of rn i c\r‘. ; 0-0c SubscrI4ed andaworn la (or alt mod) b8fore me this I r_1 cloy of, Type of identification prod pro Ilp CodA 20 Ite or 8n9 is personally tcnown to me I I or hos produced Identification CI Sigria! i4OfNol ryPubllc �. j/J�J{I G1t(Jet ff(t _....p �. . Prin t Slam of Mollify Pubftc Expiration Dale Page '1 of 3 Serjal Number Nr (4e Public,Sed LCiiAV BRt r�yl MYCCMILSSi(N1flEE179510 40. tk,, :,�• EXPII1ES:March0,2016 1te'dFi4. Bot3e11vu 1141t{>> Wog Revised 2/11/11 MIAMI-DADE COUNTY BID NO.: 8254-1122 FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 NTRACT y nun n FOR THIS NT Cr Page 2of3 Aevlead 2111/11 MIAMI-DADE COUNTY SUBCONTRACTOR/SUPPLIER LJSTiNG ��� 4:" ��' -fir i-7 J 'run ?game ofr�Prime Contractor/Respondent: �� lid ��� . �j Bid No.: �/ 2s % 0iv Title: , i' s %� '17 J` /U-" lThis forms, or a comparable listing rnecting the requirements of Ordinance No_ 97-104 MUST be completed, sided and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of S100,000 or more, and all bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of S100,000 or more. A bidder or respondent who is awarded the contract shall not chime or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be perforated or materials to be supplied from those identified, except upon written approval of the County. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted eves though the bidder or proposer will not ut,Tin subcontractors or suppliers on the contract The bidder or proposer should enter the word "NONE" under the appropriate heading of sub form 100 ill those instances where no subcontractors or so hers will be used on the contract. BID NO.: 8264-1/22 Business Name and Address of First Tier Subcontractor/Subcons taut principal Owner Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Ow ter) Gender Race Business Nanie and Address of Direct Supplier Principal Owner Supplies/Materials/Services to be Provided by Supplier (Prints -pal (Avner) Gender Race tationscontainedin this Subcontractor lfer Listing are to the best of my lcnowledg rue Prat Nacos % Print Title (Duplicate if additional space is 2.1 del) Page 3 of 3 ;accurate RM 100 Revised 2l1".it: .:www.grbiz,org - Department of State I)1vJON or Nome Contact U5 E-Filing Services Previous on List Next on List Return To List %•••• • 10o Events No Name History betail by Entity Name Florida -Profit Corporation 6UADCO PRINTING AND SIGNS, INC. 'Filing Information Document Number F09000046485 rEUEIN Number 270209840 - Date Filed 05/27/2009 State FL Status ACTIVE Principal Address 8953 NW 23 STREEET DORAL FL 33172 US Changed 03/03/2011 Mailing Address 8953 NW 23 STREET DORAL FL 33172 US Changed 03/03/2011 Registered Agent Name & Address QUADRENY, JORGE 8200 $W 4$ ST MIAMI FL 33155 US Officer/Director Detail Name & Address Title P QUADRENY, JORGE 8200 SVV 48 ST MIAMI FL 33155 Annual Reports Report Year Filed Date 2010 04/05/2010 2010 04/15/2010 2011 03/03/2011 Document Searches Forms , Pagej.p1,2 Hoo. r. Entity Name Search • StIbmit http ://www, 17, • o respr ip s/conlotpxe?actionTDE 11,11L&inqApe_nmnber4090,Q0Q4.64 1/20/2 Q 1,2 VV.VY Vy ..N.ILLVIG. g L./WM GLI MIL 01 it.::LLO View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format NOtO: This is not official record. See documents if question or conflict. FrJViOU PP...Lis t Next on c.ist No Events No Name History 1'1; Lis!; Home ! Contact. ;1,2 DoOroent Secrches I Servli.74,3 jFora-is Coi)Yht artcl Privacy Poic5 .'..tate of Norlf.15, Dc'partraeilt of Stnte Page 2 of 2 Entity Name Search Submit littp://www.sunbiz.org/soripts/cordetexe?aetion=DETFIL8cinci doe numbett=P0900004648586Mq.came ... 3/20/2012 • MIAMi-IDADE„' COUNTY SECTION 4 Submit Sid To: CLERK OF THE BOARD • Stephen P. Clark Center 111 NW 1'r Street 171h Floor, Suite 202 NMiarni, Florida 33128•,10 3 ,B10.311E3MITTAL EQl3..,1MV MIAMI DAD BID NO.: 8254-1 /22 OPENING: 2:00 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, V=I:EIt HT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIOA. NOTE: Miami -Dade County Is exempt from all taxes (Federal, State, Local). Bid price should be Tess all taxes. Tax Exemption Certificate furnished upon request. Issued by: Roma Campbell ISD/PM Date Issued: This Bid Submittal Consists of Mardi 1, 2012 • Pages 19 through 24 Sealed bids subjecl to the Terms and Conditions of this invitation to Bid and the accompanying Bid Submittal, Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the t3oard at the address shown above until the above stated time and date, and at that timo, publicly opened for furnishingthe supplies or services described In the accompanying Bid Submittal Requirement. Title; REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County, p0 NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NONRESPONSIVE, NON -RESPONSIBLE,____ DATE 8,0,C. . NO Blp _T. FIRM NAME PRIDE E me rprises rrEm NOS. ACCEPTED COMMODITY CODE! 962-14, 125-15, 125.20, 125-22 Procurement Contracting Officer R. Campbell RETURN ONE ORIGINAL AND INN COPIE§ OF BID SUBMITTAL PAGES, AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION (REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE E3ID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -19- MIAMI-DADS COUNTY SECTION 4 BID SUBMITTAL FUR: FILM NAME: PRIDE Enterprises BID NO.: 82541/22 4.0 PRE -QUALIFICATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6,1. 4.1. CHECKLIST OF REQUIREMENTS: Reference Section Summarized Requirements Initial as completed d i. jy lJY(�](i�N :7liJ {JJ ik/±i ..)vt{;.�}����y, ,�"tf(iy.��'1 (/�a{ry'i' �J'l1R"'lt V �l s�� if li if/t�ldi r U4L Z f�� 1 R f�11{f'Y7�f V lYh off! 1�5�, N �f11jF r'"1 }7it(m, el} ip.g Ly(] n t(�! ,t ) 1 � }'�' tAu ) . J i ] iY-5. 1.5f,Ft �iY.'{ e. f j ?I IS kit. .E ��: :E.`F { I,I.. r''''' ,4' (1 15j ... :. 1 +;'i ".+ t�ix...1+. f f tj T`Y p It � L J 1 ;tt•j 5 _ i i Company Name: Miami Dade Co. Public Schools Contact Name: Faiicia Mallory Contact Title: Distributor Contact Address: NE 2nd Ave. Ste, 20a Rm211, Miami, FL. 33132 Contact Telephone Number: 305-995-7520 CQntact•E-mall address: fmallory@dadeschools.net - a u'�i i, 1Lt yFl �1lL p��:J..tlln}. 71 N 7i%ii'T 1!ehr,. ?-1M1 1..4 ...1.( f�it i:i„Y.:. Companyxp'f:. Company Nama: DCF Sun Coast Access program Office ,...u...r.t.—. . Contact Name: Kathothrnan Contact Title: Purchasing bent 9393 n. Florida Aire. Ste, 9010, Contact .Address: . Tampa;FL: 33612 .. .. Contact Telephone Number: B50-717-4054 Contact E-mail address: kathy_rothman©dcf,stete.fl,us • -20- • C MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: FIRM NAME: _PRIDE Entorprises BID NO.: 8254-1/22 Section 2, Paragraph 2.6.1.0) Client Reference Letter #3 • . Company Name; Florida Lotto Contact Name: Shamlke Ayers Contact Title: Purchasing Agent Marriott Dr., Contact Address: Tallahassee, FL, 32301 Number Contact Telophone AcIdi:esa: 850-487-7777 ext. 26431 Contact E-Mall Address: yerss@flelotterycom Section 2, Parnraph .. 251.(II) Primary Contact Information: . . , ,•.------- Section 2, .,. Paragraph 26101) • .. . ............. ......... . . • Primary Contact: Gilbert Jones . .• • • • ••••• •-- -- - - E-Mail Address: Gjones@prlde-enterorises.org Contact Telephone Number: 813-890-1275 . . , Cellu(a., Phone Number (li applicable): 813-B90-6616 Company Main Phone Number: F•liter.: Central Ft. Gra Alcs) Secondary Contact Information (optional): Secondary Contact; Liam Maher E-Mail Address: Imahergpride-enterprises.org Contact Telehore Number: 813-890-6599 Cellular Phone Number (if applicable): ......_....._......._............_....... . . 8134680-6616 • • • - • • Company Main Phono Number; (PRIDC. Oentral Ft—ctraphics) • : . ' .•::':. '' .;;.1:•N N.'7 • •I: i. ; , — ... — .. I • • ' •!•r• • • :f: ! •r • :;F C•!:••j:;.::i•":•••;1;,V;4';%1:?'-' .0i:A , ;-i,?•;N'c.:,„ „„ .;.;..,•„,!,),.... :.: :' • - • ,• l• ',1 -,1;',1i Note: All bidders are requested to submit with their bid submission, documents with the minimum qualification requirements; County may, at Its sole 'discretion, allow the bidder to the qualification requirements information/documents period, . as evidence of compliance however, Mianii.Dade complete or supplement during the bld evaluation - 21 ;f MIAMI-DADE COUNTY BID SUBMITTAL FORM BID NQ.:8254-1/22 CI Place a chock mark here only If affirming bidder Is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder Is roquosted to indioato, at 'A' and `B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described In Section 2,21 of this contract solicitation, If that section is presont In this solicitation document, Bidder participation In the Joint purchase portion of the UAP is voluntary, and Ibo bidder's expression of general Interest at 'A' and '13' below Is for the County's information only and .shall not Ire binding on the bidder. A. if awarded this County contract, would you be interest in participating In with respect 10 othor governmental, quasi -governmental or not -for -profit boundaries al Miami -Dade County? Yes No B. II awarded this County contract, would you be Interested in participating with respect to otbor governmental, quasi -governmental or nal-for-profit geographical boundaries of Miami -Dade County? Firm Name: Yes_. No PRIDE Enterprises. the Joint Purchase portion of the UAP entities located within the geographical In the Joint Purchase portion of the UAP entitles located outside the Street Address: 9400 4th St. North, Suito 200; St. Petersburg, FL 33702 Mailing Address (if different): Telephone No,: 727-553-3300 Fax No,: 727-570-3449 Email Address: bids@pride-onterprises.or, FEIN No. 5j9 - 2J 1 1 7_l9_/1/£3 Prompt Payment Terms: % ....7days net ,.G.„days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: *"By signing this doctrine i t t Contract." (Signature of authorized argent) dde a; ees to all Terms and Conditions of this Solicitation rind the resulting Print Narno: Polar Radanaviah title: CFO CU EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO 13E. BOUND BY THE TERMS Of' ITS PRpPQSALI FAILUFtI~ TC/ 'SIGN THIS -SOLICITATION WHERE INDICATEB-ASOVE•BY AN AUTHORIZED IR PBESENTATiVE SHALL RENDER THE PROPOSAL NON-14ESPONSIVE. THE COUN'rY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF IT'S OFFER. -24- Rovisod 1/12/12 MIAMRRRADE COUNTY ro nrfr:�ot Mlornt-narin (;aunty Department of ProcurcmG nt Manage moot Affirmation of Vendor Affidavits BID NO.: 8254-1/22 In accordance with Ordinance 07-143 amending Section 2-8,1 of the Code of Miami -Dodo County, effective Juno I, 2C08, vendors are required to complofa o 0.,eyk4 Vendor Reglsfraflon Package, Including a Uniform Affidavit Pacte.el (Vendor Affidavits Form), before being aworded a now contract. The undersigned afitrns that the Vendor Affidavits Form submitted with the Vendor Regisfralion Package Is current, compfvto and accurate for each affidavit listed below. redorot Employer 59 21670'18 ContractNo,: BID NQ,: 8254-1 /22 Identification Number(F1tM)1..-........Y•.Y„_....._.-.._.-_..,...._. Comroctlrltio: REPRODUCTQN & BINDINC SERVICE z. 3. 4. 6, Affidavits and Legislation/ Governing I ody •Mlamf . ... ... - - Dade County Ownership Disclosure See:, 2.0.1 al the County Coda Mlarnl-Dodo County Ernployrnont Disclosure County OrdAumce No, 40.133, amending Sectan 2,8-i frfl (2) of Oro CaunlyCede Mtaml-Dade County krnpfoyinenl 131VJ4lraa Workplace Certification Secllan 2•0,1,2(bl f the County Code M'farnJ-Dodo Counfy Dlspbtlfly Non-Dlscrlmfnotton Arfide I, Ssscllan 2.0, /. $ kosolvlfan R 182-00 amorxiing R•385•95 Miami --Dade County Debarment Disclosure Ser.,Ann 10.:'1Iofrho County s;acio 7, R, g. 10, Mluml-Dada County Vender Obligation to County Soonon 2•n, I or The County Coda Miami -Dade County Coate ...e1 0Bus1n.......__......._.._._............. ess I;fhrgs Article 1, secrrao 2.0, I(il and S-t 1rb1111 of MO Col Code, Iluou(fh (4 and Pi of Ifio c:ounly Coda and Counfy Ordinance No 00-1 amending Sedan 2-11,1(0 Of file County Carr? Mtarnt•Dada County Farnfy t.eava Artiefo V of chapter (1 or the County Code# Mimi -Dada County Living Wage Section 2•01.9 of the County Cgdo Mtomf•Dade County .Domosftc leave and Reporting Annie 1a, section 1(A-61) I IA-67 4r taco County Code Petal f „, d. ;novicrl _.....-__.. _.... _ _QF„0._,_ ,....._.. ./+ � - __......... Polnioo Name of Affirm! Printed Tille of Aldan( 51rjeolure of Affront PRIDE Enterprises 03/13/2.02 Nome of Fier, male 9400 4th St. North, Suite 200; St, Petersburg, PL 33702 ' Address`o( firm ' Si"bto '" "'`zip Coca Notary Pr4gQc (nforrpatlon Nok'uyPublic- Stole, of _...__.ELQ.RDA ..�.._ ,..._: County of ....... Ei L,1„ A 5ubscram d (Ind sworn fo (or Ulllrraod( bolare me This by ._............_Peter Radanovich . Txpo of rdontlfI flop prcdkioed signal rrs o. Nelary Ca,,ol,Lynn Qrioski Print or stomp of Notary Public dayol. `Ma_Mh_ r sho Is p r: rsonnlry known to me 20 12 or nos produced Idontllfcation LI 06/26/2015 Expo oiion noln Patio 1af3 EE089090 lefai Number Ih 398-0169 Fbrrd#NotarygOMco,00m (QJhsocr?Jlf/ff aic1stpk i.V1711G,S9At..:,,.-..... Y..1_.... CAROL LYNN ORLOSKI • a MY COMMISSION it r~E1089090 EXPIRES June 26, 2015 MIAMI-DADE COUNTY Firm Name of Prime Contractor/Respondent: Bid No_: 8254-1/22 This forms, dr a comparable listing meeting the requirements of Ordinance No. 97-104 ?MUST be completed, signed and submitted by all bidders and respondents l on County contracts for purchases of supplies, materials or services, including professional ser'ices which involve expenditures of S100,000 or more, and all bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of S100,i)00 or more. A bidder:er respondent who 1 is awarded the 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. This form, or a comparable listing meeting the requirements of Ordinance No_ 97-104, MUST be completed, signed and submitted even though the bidder or Proposer will not ataize subcontractors or suppliers on the contract The bidder or proposer should entex the word "NONE' under the appropriate beading of 1 sub form 100 in those instances where nosubcontractors er suppliers tivn11 be used on the contract. SUBCON1RACTOR/SL??LIER LISTING (Ordinance 97-104) PRIDE Enterprises BID NO.: 8254-1/22 Title: Reproduction & €3indi .g_Servirrps Business Name and Address of First Tier ' Principal Owner Subcontractor/S:sbconsultant Scope of Work to be•Performed by Subcontractor/Subcoosultant Trinopsl Owner) - Gender Race N!A J jL``!_ t_________� i j I I Business Name and Address of Direct i Principal Owner Supplier i Supplies/Materials/Services to be Provided by Supplier CPriaQpni Owraer) Gender Race NIA - F b certify that the representations contained in this Subcontractor/Supplier Listing are to the bast of my imo}sledge true and accurate P ?rime C'antractoriRespoadent's Signature Peter Radanovich Print Name (Daplicateif additional space is needed) Page 3e?3 CFO Print Title 03/13/2C/12 FORsvl 100 Daze Revised 21 aft INWW.suabiz.org - Department of State Homo • . .„ , TAP Contact Us E-FIlIng Services Previous on List Next on List Return To List Events Name History Document Searches Detail by FEI/EIN Number Florida Nan Profit Corporation PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES, INC. Filing Information Document Number 761105 FEUEIN Number 592107018 Date Flied 12/14/1981 State FL Status ACTIVE Last Event AMENDED AND RESTATED ARTICLES Event Date 'Rod 05/04/2006 Event Effective Date NONE Principal Address 9400 4TH ST N. STE 200 ST PETERSBURG FL 33702 US Changed 04/13/2011 Mailing Address 9400 4TH ST N. ST1 200 ST PETERSI3URG FL 33702 US Changed 04/.13i2011 Registered Agent Name & Address BREWTON, \Arum E 225 S. ADAMS ST. SUITE 250 TALLAHASSEE FL 32301 US Name Changed: 08/05/2000 Address Changed: 08/05/2009 Officer/Director Detail Name & Address Title CD . REEVES, JAMES J . • 730 BAYFRONT PKVVY STE. 4B PENSACOLA FL 32502 Title VCD HANAS, RICHARJJ L 1200 DUDA TRAIL OVIEDO FL 3.2765 45 , • Forms Help ..• • . • : • P4gp .." • ,• . littp://www.sunbiz.orgiseriptptco.r.deM4eactio47-DETFIL4ing_sloojiumbpr=761.10.586ingisamelftorn-F.... 1/20/2012 www.sun Diz,urg - ueparimoni ui gate Title TO HILL, WALTER 8 611 N NEW WARRINGTON ROAD PENSACOLA FL 32508 Title SD DRESSER, WILLIAM G 192 ST, GEORGE COURT JACKSONVILLE BEACH FL 32250 Title P EDGEMON, JACK L. 9400 4TH STREET N, STE 200 ST. PETERSBURG FL 33702 Title CFO RADANOVICH, PETAR J 9400 4TH STREET N, STE. 200 ST. PETERSBURG FL33702 Annual Reports Report Year Filed Date 2009 06/05/2000 2010 04/12/2010 2011 04/13/2011 Document Images View image In PDF format �IyI..t1/;.E,;,,l .l'f...... View image in PDF format () ;(26?1?C';)af ;,,l,Pl11.Ulg.,• € (f'9.r? I View image in PDF format 04/27/2009 _- ANNUAL. REPORT View image in PDF format 0407/200 f;-.; ANNU/,l. I:;iYf=Qi ( View image In PDF format 04 _1f%/?Cn;;_-;P,N NlJ/al,_REPORT View image in PDF format 05/S2 i/2C1Q6_•-IZ1JT1g?EICoci @rid Res;tateci Articles View Image in PDF format (?:h/2UC�e,;:,F�3JNU1:.FtC'r'C�hT, View Image In PDF format C?.114.1/..40t; . NA!. ;I;,C�z f?UI 1_ View image in PDF format .0.;1_/??/2C1(l „.�VVRiI�,1: 2 :F?C71:;r View Image In PDF format 01/2.7 003ANNl1AE_REFOR,T, VI ow image In PDF format 0a/11/2002 ANNUAL REPORT T View Image in PDF format g /0/ ,0(i1;-•�? IVI SIJAL f ;C F? Lar;Y,• View Image in PDF format 05/1Z1 c)c>(l;:;ANNNI.1ALEEP.Q;,L Viewirriage In PDF' fo'rrnat ' • Oar,'2y/39 19 .• ANN1.1/AL,,.FRF:i:'ORT View image in PDF format 2.1.14.21.19 £ ;• NNI)f?,i; (;ZI Iw<)F ;f' View image in PDP format /11). ?•;::,ANNU.4 [:POF . View image In PDF format 2.1..a 2 �? �� •• f,INIdU. i,:. f.i_ PUf 3. View image in PDF format g?. r;__.• NNIAL I_Zl POF 1_ View image in PDF format Note: This Is not official record. See documents if question or conflict. F?revipu; D I i ;t N � fon.l i t f etunyi'cr• Li f Page iattp://www.sunbiz,orgiscripts/cordel.exe?action=DE-1'ILL&ingjioc u mbe 761105&inq_cazne_from= '.., 3/20/2012 www.sunbiz,org - Department of State Page 3 of 3 Harm Histay done I Contact us Document Searches E-Fillnc Services j Forms 1 Heir) 1 Copyright© and Privacy Policies State or Florida, Department of State tatty//www.stmbizorg/seripts/cordet,excqaction=DETFIL8cing doe number=761105&inq came from---.F.,. 3/20/2012 MtAMI-DADE COUNTY BID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FORM OPENING!: 2:00 P.M. WEDNESDA\r MARCH 14, 2012 Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Cantor 11.1 NW VII Street 171h Floor, Suite 202 Miami, Florida 33128-1983 MIAM! OUNTY PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA. NOTE: Mlaml-Dade County is exempt from all taxes (Federal, State, Local), Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ISD/PM Date Issued: This Bid Submittal Consists of Roma March 1, 2012 Pages 19 through 24 Campbell Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference In the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described In the accompanying Bid Submittal Requirement. Title: REPRODUCTION & BINDING SERVICES A Bld Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Mlami-Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 962-14,1.2.515,125.2Q, 125-22 Procurement Contracting Officer R. Campbell FIRM NAME Lexp 'int, L . L . C RETURN ONE ORIGINAL AND TWO COPIESSF BID SUBMITTAL RAGES AND FFIPAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. - 19 - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL, FOR: FIRIVINAME: Lexprint, L.L.C. BID NO.: 6254-1/22 4.0 PRE -QUALIFICATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre -qualification as outlined in Section 2.6.1. 4.1. CHECKLIST OF REQUIREMENTS: Reference • Section Summarized Requirements Initial as completed ,. lief 1. : ,,, , i , . ' .F.z`..,, , ' -, .,,, :::?::0;k01-"trieV.P.PAki.1:0,,t; :. ,-,c' , ,, ,. : . , , ' !:'''' City of Hialeah, CompanyName: Construction. and Maintenance Contact Name: Nivia Barrionuevo CofttactTitle: CAD operator 900 Eamt 56th St. Contact Addross: Hialeah, FL 33013 Contact Telephone Number: (305) 687-2643 Contact E-mail address: nbarrionuevo@hialoahfl.gov .:filiiiiVra ' ' T,4:,...,rq.:kgi,,, •?3,::},,,,.-, .:'•:9.!rq.,ftr#:q:..., , _ , ,•:' .:,',!.!, City of Hialeah, Company Name: StreetDepartment . Tina Figueroa Contact Name: Accounting Clerk I Contact Title: • — • • E-601 8agt• [3eb. •AVe . • - • ' Contact Address: Hialeah, FL 33013 Contact Telephone Number: (305) 687-2611 Contact E-mail address: tfigueroa@hialeahfl.gov -20- MIAMI-DADE COUNTY SECTION 4 BID SUBIVIITIAL FOR: FIRM NAME: Lexprint , L .L . C. BID NO.: 8254-1/22 ..'.,...',..,;;':-; (Rik' lii h i6: i ..• I i.; :•„:: , 1.-, :: : : ., . ,-!'11911tift09!:01199 Letter , Company Name: Sol -Arch, Inc. Contact Name: Dui ce Conde Contact Title: Px incipal/Archi teat 4917 SW 74th Ct . Contact Address: Miami, FL 33155 Contact Telephone Address: (305) 740-0723 Contact E-Mall Address: dOsol -arch . corn Section 2, 2.1111) Paragraph .6. Primary Contact Information; Section 2, Paragraph 2.6.1411) ___ .._. . .. . .. .. .. . Primary Contact:. Racial. Chirolde .. .. . E-Mall Address: race ael exprintusa . corn Contact Telephone Number: (305) 661-2424 Cellular Phone Number (if app ioable): Company Main Phone Number: (305) 661-2424 Secondary Contact Information (optional): Secondary Contact: Ernesto Rodriguez E-Mail Address: ernestoelexprintusa . corn Contact Telephone Number: (305) 661-2424 ._.___....... __... _. ,.. Cellular Phone Number (If applicable): Com•an Main Phone Number: (305) 661-2424 , . ' , , , • .. • Note: All bidders are requested to submit with their bid submiss on, documents with the minimum qualification requirements; County may, at Its sole discretion, allow the bidder to the qualification requirements information/documents period. as evidence of compliance however, Miami -Dade complete or supplement during the bid evaluation 21 - .%1 IVIIAMI-DADE COUNTY SECTION 4 BID susmn-rm. FOR REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA BID NO.: 8264-1/22 INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I; LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN • CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART E NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID -FIRM NAME:• --liexprint,, L.L.C. AUTHORIZED SIGNATURE: TITLE OF OFFICER: President -22- DATE; 03-13.-2012 MIAMi-DADE COUNTY BID NO.: B254.1/22 M1AM CQUNt7 BiD SUBMITTAL FORM BiD TITLE: REPRODUCTION & BINDING SERVICES By signing this Biel Submittal Farm the Bidder certifies that It satisfies all legal requirements (as an entity) to do business With the County, including all Conflict of Interest and Code of Ethics provisions In Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bld response or application of any type to contract with the County by the employee or his or her Immediate family and file a copy of that request Jar opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall Ole with the Clerk of the Board a statement In a form satisfactory to the Clerk disclosing the employee's Interest or the interest of his or her Immediate family In the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of Interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying reaardinci this solicitation, the Biddex must Iile the q prooriate form yrijh the Clerk of the Board atatinn that a particular Iobbvisi; is author zed to reoreeerlt. the Bidder. Failure to file the appropriate form In relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid Is made without prior understanding, agreement, or connectlon with any corporation, firm, or person submitting a Bid for the same goods andlor services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract Is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. 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 at the time of bid or proposal submission. El Place a check mark here gdy If bidder.has such conviction 10 disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan Llst 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 proposer Is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial thls space: . In such event, the proposer shall furnish together with its proposal 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 proposer 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 terrnlnate any contract resulting from this solioltation for default if the proposer 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. LOGAI. PFIEFERENCE CERTIFICATION: For tho purpose of this certification, a 'looal business° is a business located within the limits of Miami -Dade County (or Broward County in a000rdance with the Interlcoal Agreement between the two —01511tIIea)ettiat rns with tiie"preelsidrrt of'Seetlon'-i.10 of tho General Terms and Cenditons of this -solicit -alien and contrlbutes to the economic development of the community In a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and Increase to the County's tax base. ® Place a check mark here only Ii affirming bidder meals requirements for Local preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor Ineligible for Local Preference. LOCAL CERTIFIED SERVE E-DISABt.ED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that Is (a) a local business pursuant to Section 2.8.5 of the Code of Mlaml-Dade County and (b) prior to bid submission Is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295,187 of the Florida Statutes. -23- Revised 1/12/12 MIIAMI-DADS COUNTY BID SUBMITTAL FORM BID NO.: 8254.1/22 ❑ Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder Is requested to Indicate, at 'A' and'B' below, Its general interest in participating In the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that seotlon is present in this solicitation document. Bidder participation in the Joint purchase portion of the UAP Is volui tjrlt, and the bidder's expression of general Interest at 'A' and 'B' below Is for the County's information only and shall not pa binding on the bidder. A. If awarded this County contract, would you be Interest In participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located gitakt the geographical boundaries of Miami -Dade County'? Yes X No B. If awarded this County contract, would you be interested In participating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located outside the geographical boundaries of Miami -Dade County? Yes X No Firm Name: Lexprint, L.L.C. Street Address; 4255 S.W. 72nd Ave., Miami, FL 33155 Mailing Address (If different): Telephone No.: (305) 661-2424 Fax No.: Email Address: lexprixttele.xprintuea. com FEIN No, 0 ji, Of 8(8/212/3 /7 Prompt Payment Terms: 2 % 10 days net 30 days (Please see paragraph 1,2 H of General Terms and Conditions) Signature: " (Signature of authorized agent) *"By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." .__Print Name:- Rao-ie1 Chi-roi.de._ _ Title:. Pres idexit...-..----_._.._....... _ ..... THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. -24- Rovisod 1/12/12 APPENDIX AFFIDAVITS FORMAL BIDS iNfOY.11-OtipE COUNTY Cnottiply 1)(W( town( (>1 ProcuoilviOrTi Marlil,101neril Affirnaolloo of Vendor AffIdov113 ... ., . • In (lc:pox:tattoo with Ordinance 07- In titInefdrlf) Seclial'i "4.8.1 of tho Code of lvtlanti-Dado County, effec live, Juno .1, .91106i :,•,....-...•-:-:....' - • i,'• •.,,-, , ."......;• vonants or ro quire(' to carrotolo a at-1w. Vend or Rogistration Packopo, Inclu<ting a tinlknIn AfflaovIl l'oc kot (Vendor Affidavit; :....; ...:.-„.....- ,:,. • • ..,.•..,. ... Nirrin),. bfguro befno awarded a ttow r:onlract, The undorsIgnod oferms fhol the Vendor Affidavits Forol submIlloa with Ilid..-.•••'.':;:;;:` ,:..':,•,'''.• ', , ,.:...., . Vonaor Ro6Islrolton Packalle Its Oil(oill, 4:0111),•)f0f 0 414)41 occUrof a far 00011 Of Ildetlf listed bolow, . . .., ..... 2. Confra0 C9titoto I illfof Pecietot employer 82S4-4.,/,P2 Montlticailon Number (FEIN): Ii.BPRODUC'rION & 13 IND ING BERVIC4S . . AfIlthU ond LokitIonf Governing pOciY ifijongierdo County OW.florstrfp brulosnre f of filo Comity (.4)4i6, M11)(4'itoCnuniy en,intoymont Al$closura. Cdf.;rity Ofcilee)co 'AI 111:1, of On dleo &flnr 2.11 I 1c11W1 1.1 111(1 Ctwely :et le Prug.feo WOrkpkiee dificoyon soqpii 2.8,1.001 The CourIfY (.:Ock? • Mietitii;D(10t0 CourtlyINsoblIfly Non-Uttortmincilloit Ai lido I, i()4,: fon 2.11, 1,5 .R4rSaulit'gri 11124)1) omondli f44(1,K5 . . . . . Mktng-Pocie County bob (Innen, DisciosUro ; Wuria."111 et ORiely Code 11. 7, a 0. 1(2 01-0881737 Mturnl-Cmdo County troodor ON/gallon to County ,rcic INN! I, 1olIlo0x/10C:ode micio:Dcged 4606,6awoffiinit;4s.nive,s Aalde 1. flor) I1,13,1(11 cinct PM( 1) of rho County coo nuototr ' MO (:otinfy COO nod Comfy (ltainmoo No 00,1 aimitkring. • $ooOt») 1-1 4.1f4.143t Io COVNY (..:(7d0 Mkirol-Prici6 County Family Wove Ai fide V of (Merl or 11 of The CeufiIV worn I./kale C010)(4100 WeltiO Sec Pon W-1.1,9 of Ceutif y (Iodu ....„ Maird-Ooran County Dom6501•OLO0VO Otto/ Repotting Athcle 1 SocIler) 1 M.40 1.1A.457 of lite CoVoIy Corjc • Nlo to(1 Maw) 4)1 Atha) il Ptifilod 'do of Molt rlarii:nit :tiAlikiiir Raciel Chirolde President liw,Trint, L.L.C. • 03-13-2012 • . . ... . Nom ot firm Moo 4255 S.W. 72nd Ave Florida ' n;li:16$ a NII 33155 Alin - 'MI .) (.:4,4 o _ • tfoforY • Mt:04A Kgfwx,E011010.9/Lreat) Courtly QI Iv7/4"1/ a ADC Sti41401)4141rituf3wors) to cnl1lrn1odl tmlore nio this (fay • CV tsZ (,> (11 41(,..Y " 1110 ()T.5i1C, 1100.9()M7fry kr10Y111 tC) ro -.. • • .. . . . . . Iwo IdonIffIc olfnr) proclItortf I SWAMI/re Ptintor stomp of NoInly Public I , 90 If) 1:xehokii1n oelf, Pap 1 of a ,i0 /e of prodwoocl Moon Ileolion... hi;loinhirobor Nok-Ity SOW f1oviserl2./11/11 MIAMI-DADE COUNTY FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) BID NO.: 8254-1/22 In compliance with Miami -Dade County Ordinance 97-35, the 13idder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 NO SUBCOISTRACTORS WILL BE UTILIZED FOR THIS CONTRACT 03-.13-203.2 Doe Signature Page 2 of 3 Revised 2/11/1 MIAMI-DADE COUNTY Firm Name of Prime CantraekiiiRespondent: Bid No.: 8254-1/22 1 BID NO.: 8254-1/22 SUBCONTRACTOR/SUPPLIER usTING (Ordinance 97-104) Lexprint, L.L.C. Title: REPRODUCTION & BINDING SERVICES This forms, or comparable listia" g meeting the requirements of Ordinance No. 97-104 ffirST be completed, signed and submitted by an bidders and respondents on County contracts for purchases 4# supplies, materials or services, including profesvional services which involve expenditures of $100,000 or more, and an bidders and respondents en County or Public Health Trust construction contracts which involve expenditures of $190,000 or more. A bidder or respondent who is awarded the 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 Comity. This form, or a comparable fisting meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractOrs or suppliers on the contract. The bidder or proposer should enter the word 'NONE" under the appropriate heading of snb form 100 in those instances where no subcontractors or suppliers will be used on the efflux -act. Business Name and Address of 'First Tier Subcontractur/Subconsu bunt PrinciPal Owiter Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Owner) Gender Race 1.111111111.11111111111111.1.111111Ww. 111111111111111111111111111111l Principal Owner NM Gender Race NM IIIIIIIIMIIIIIIIIIIIIIIIIIIIIIIIIMIO INIINIGM11111.1.1.1111111 11111111111111111111111111111.11111111 Supplies/Materials/Services to be Provided b Su 4* Her Business Name and Address of Direct Su . . tier 11111111111.11111111111111.111111111 : IIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIMIIIIIIMIIIIMIIIIIIIIIIIIIIIIIIMII - - - I certify that the representations anitained m tbs 1.1 on e r upp Raciel Chirolde President Prime ContractoriRespeadeat's Signature Print Name Print Title (Duplicate if athntional space is nceA6d) Page 3 of 3 03-13-2012 Date FORM 100 Revised 2/11/11 www,sunbiz,org - Department of State (P A iVP ' U 1" °ii'#'r1 'I' P, () 1? P i)�i'k'1' 0 N S Contact Us E-Filrng Services Previous on List Next on List Return To List No Events . No Name History F•+stall by Entity Name Florida Limited Liability Company LIEXPRINT, L.L.C. Filing Information ;Document Number L07000008655 FEWIEIN Number 010881737 ;Date Flied 01/18/2007 State FL ;Status ACTIVE Principal Address 4255 S.W. 72ND AVE. MIAMI FL 33155 Changed 03/29/2011 Mailing Address 4255 S.W, 72ND AVE. MIAMI FL 33155 Changed 03129/2011 Registered Agent Name & Address CHIROLDE, RACIEL 4265 S.W. 72ND AVE MIAMI FL 33155 Name Changed: 03/29/2011 Address Changed: 03/29/2011 Manager/Member Detail Name & Address Title MGRM RODRIGUEZ, GUILLERMO 4255 S.W. 72ND AVE MIAMI FL 33155 Title P CHIR.OLDE, RACIEL 4255 S.W. 72ND AVE MIAMI FL 33155 Document Searches iP?gG,of.. .l Entity Name .Submit • httpJlwww.stinbiz.or ieripts/eordet;exe?action71)ETF ing,,doc:_nutrbe,r° A70000066,t $841nLemnp,,, . 3/,20/20i;.2 WWW.SUYILLIZ.Olg LiepatUllel14 OTauV Annual Reports Report Year Filed Date 2009 03/25/2009 2010 03/09/2010 2011 03/29/2011 Document Images p.;)(0,91AQi 6.NI.N UAL fif,;PQRT c.? ri42 Q9 :M.N.1161„..r.EPQ1.3 . fit 8/21107 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal: Note: This Is not official record. See documents If question or conflict. Previous on List No Events ext op pgit. No Name History Return To List Conoct. Cor_.711(1111; and PriVa:Y POUCWI: State. rloricln. I Stas,e rage z ox z Entity Name Search Submit http ://www.sunbiz.orgiscripts/cordet.exeactinn=DETPIL&incijoe_number--107000006665&inQsanie„. 3/20/2012 MIAMI-DADE COUNTY Submit BId To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1" Street 17th Floor, Suite 202 Miami, Florida 33128.1983 SECTION 4 PIRSUBM.TTAL FORM t l IAMI•DADE BID NO,: 8254-1/22 OPENING; 2:00 P.M. WEDNESDAY MARCH 14, 2012 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMt-DADS COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ISD/PM Date issued: This Bid Submittal Consists of Roma 'March 1, 2012 Campbell Pages 19 through 24 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal, Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. Title: REPRODUCTION & BINDING SERVICES A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all blds, A Performance Bond in the amount of N/A of tine total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS'SPACE ACCEPTED. HIGHER THAN LOW NONRESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS, ACCEPTED cOMMOIHTY CODE; 962-14, 125.15, 125-20, 125-22 Proourement Contracting Officer R. Campbell FIRM NAME.P0e4t Meta I. 7/206/2011/ r er'o,e RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER THE BIDDER INELIGIBLE FOR LOCAL PREFERENCE. FAILURE TO SIGN THE BID SUF3MITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. - 19 - MIA411-DADE COUNTY FIRM NAME: SID NO.: 8254-1/22 SECTION 4 BID SUBMITTAL FOR: 4.0 PRE-QUALIF1CATION CRITERIA TO BE PROVIDED Bidders are required to provide all applicable documentation for pre-quafification as _outlined in Section 26,1, 4.1. CHECKLIST OF REQUIREMENTS: Reference Section Summarized Requirements InItiaf as completed 'SeCtIon:2,', : . ..-. • . .. ReferprIce.Letter #i : • ; . Company Name: /1/4/Y, .(.1aPr .5.746r604-/ kw" Contact Name: ././e4E-Al PI, 62;p6-120 Contact Title: /2066,gewarr el Na,Ft- . /1-A06C1_1 Contact Address: 9C., ivzV 2) 5 (-.-;,...3 ,yz. Contact Telephone Number: )/?:i....tle3Ak-k i/Z- Contact mall aress: 6 c-e,,rdezr Cr1 ivne/A a/, C-0 Ar? , ..8ettion.'2, • 'fi.ei'edraPh-2.6.1j0) ' • ,•:: :,'. ,. :: ,. •.: :. : ...:: . : . • -P1•1:°nt•13'°•1°I'e•ric'L':6"r•,:i! ? . ....' :' • • ., .:, , .. Company Name: amtii-Are 6410,0 .F:iii.,,v COntact Name: N/Yi7-r6 IfSaVE,/.; Contact Title.: ..c.;,-4.i),,e2.2,/.,.,4?2,..3.05,4-0!...... _... ... ... . Contact Address: WfO MO h0 Contact Telephone Number: Contact E-mail address: AN En/ et/fit-MP/Pe, ; o 4e9V - 20 MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: BID NO.: 8254-1/22 FIRM NAME: 1,..,>3(-0.,\ a\ cy-0 (STA. O'N s'ilmb if:a' 0 : . .4.. ' : 9 lepyppfv.09..ce Lotter #3 • • , Company Name: 0, C.:-—r- 42,19 4 1 IL) MAC . 4), cal Contact Name: ,Artima Contact Title: /YeA7' .(re,/,(-- c..65),,V2 fit -5 0 > 330 Z Contact Address/' tir4Y( 67 Contact Telephone Address: ty.4)6175-4/ n-bo oDrit ot E-Mail Addres S : Ye kr/ tilfel05?-& ve,40F .- Him Section 2, Paragraph 2,61410 Primary Contact Information: e)P Section 2, paravaph 2,61.00 • Primary Contact: sera e 0: 14._---ge; liz4 E-Mall Address: e"-r9, c ))Pee)- Ce'ti Contact Telephone Number: ,:.V.1,"?..k.)ti,g/iie • Cellular Phone Number (if applicable): /00302.010,6, Company Main Phone Number:. (..i-`4)9•41/'2WY/ Secondary Contact Information (optional): Secondary Contact: Z.,7 1,4,Aie:A al..° /4 l'i ,N ( rr0 EMaiI Address: ve.v.. 0 p)7,RE P120 . C Cit'l Cellular Phone Number (if applicable): (18142gi tr .-.9 / Company Main Phone Number: (30) 10c) 31/9 -.1.' • , . . , ... . Note: All bidders are requested to submit with their bidaubmission, documents as evidence of compliance with the minimum qualification requirements; however, Mlami-Dade County may, at its .sole discretion, allow the bidder to complete or supplement the qualification requirements information/documenta during the bid evaluation period. . - MIAMI-DADE COUNTY SECTION 4 BID SUBMITTAL FOR: REPRODUCTION & BINDING SERVICES ACKNOWLEDGEMENT OF ADDENDA BID NO.: 8254-1/22 INSTRUCTIONS: COMPLETE PART I OR PART 11, WHICHEVER APPLIES .PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART Ili NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID, FIRM NAME: ,;)!*2-4-t, 161 41 04 '17) I (!e9Azp. AUTHORIZED SIONATUR TITLE OF OFFICER: f---*aer4 gl - 22 DATE: c,g/i/i,e MIAMI-DADE COUNTY BID NO.: 8254-1/22 MIAMIDAD BID SUBMITTAL FOAM 13tD TITLE: REPRODUCTION & BINDING SERVICES By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, inoludtng elf Conflict of Interest and Code of Ethics provisions In Section 2.11 of the Miami -Dade County Code. Any County employee or member of his or her' immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request.for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board, The affected employee shall fife with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County,. Also a copy of the request for a conflict of Interest opinion from the Ethics Commission and any corresponding opinion, or any waiver Issued by the Board of County Commissioners, must be submitted with the response to the softoltatlon, In accordance with Sec. 2.11,1(s) of the County Code as amended, prior to conducting any lobbying re„ carding thln% . solicitation, the Bidder, must ¢Ile the appropriate form with the,Clork of the Board_ste tfna that a ag rtlCuiar lobbyisi fs sc>horiz_ed to 'rpresgnt tYlfj Bidder. Failure to file the appropriate form In relation to each soiioita.tlon'may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and In all respects is without collusion, and that the Bidder will accept any resultant award, Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Mlarnl-Dada 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 thls Information at the time of bid or proposal submission. ❑ Place a check mark here only if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposor certifies that the proposer 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 tho Florida Statutes, In the event that the proposer is unable to provide suoh certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: In such event, the proposor snail furnish together with Its proposal 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 proposer 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 proposer is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Aoltvitles in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. ¢ AGQL PfEFERENCE CERTIFICATION: For the purpose of this certification, a "local business" is a business located within the limits oftriiamftDsde_.C,©unty.(nr_Sreward..County In accordance with the interlooal.Agreoment.between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solloltatien 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 inorease to the County's tax base. ❑ Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIEI]. SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled 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 Stafe,of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes, - 23 Revises! 1/12/12 MIAMI-DADS COUNTY BID SUBMITTAL FORM BID No.: 8254-1/22 L7 Place a check mark here only If affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's Information, the bidder Is requested to Indicate, at 'A' and'B' below, its general Interest In participating in the Joint Purchase Program of the County User Access Program (UAP) described In Saotion 2,21 of thls contract solicitation, If that section Is present In this solicitation document. Bidder participation in the Joint Purchase portion of the OAP Is voluntary, and the bidder's expression of general Interest at 'A' and 'B' below Is for the County's inforrnat'on only and shall pot be binding on the bidder. A, ff awarded thls County contract, would you be Interest in participating In the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entitles located within the goographioal boundaries of Miami•Dade County? Yes No B. If awarded thls County contract, would you bo interested In participatingin the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Mlami-Dade County? Yes k No Firm Name: _it,d5MA•d. 16) rift. g P0-0 a24-PH/ T.41 Street Address: e 2 N' V/ 7. 6 ;- r l !) 4 1 w f 7 e Mailing Address (If different); "r/A Telephone No,: 06) I! 2, / Fax No.: 1,5o.i) d 1-/ 3) 7.6 Email Address: t,a4.rr\f ',7.7/2, 0 • e e9! '/C�1 FEIN No. - 4J i�/ "�/311 II Prompt.Payment Terms:/ ° `.-" days net..510 days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: *" 13y signing this ocurnent fhe bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." Print Name: (Signature of authorized agent) THE EXECUTION OF THIS' FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TEIRMB OF ITS PROPOSAL, FAILURE TO SIGN THIS .SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL. RENDER THE PROPOSAL. NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER, -24- hevlsed 1t12/I2 MIA II q•DADE LE r I FADAVITS TS FORMAL BIDS MIAMI-DADE COUNTY BID NO.: 8254-i/22 MtainPocd4 Cooly Deportment of Procurement Management Affirmation of Vendor Affidavits in accordance with Ordinance 07-143 amending Section 2-8.1 or fhe Code of Miami -Dade County, effective Juno I, 2008, venders ore required to complete a new. Vendor Registration Package, Including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned dens (hat the Vendor Affidavits Form submitted with the Vendor Registration Package Is current, complete and accurate for each affidavit listed below. l e / Ida tifficati ofoyer Number (FEIN): : -. 62 lfr�1? /, 40 Contract Title: / 6Pre.J%i76rI P/U' eff r J/rt0Mi4. c /Z tyI Gi✓ -.. 3, 4, 5, Affidavits and Leotslafion/ Governing Body �Mf iml-grade County QwrleJ 1p Disclosur'e�' ��_...___......_ sec, 2-8, f of the County Code MJarnt-13acre County Employment Disclosure County Ordnance No, 90.133, arnonCifngSection 2,8-1(412) 01 he County Code Miami -Dade County 6mployrnenf Drurpiree Workplace Certification Section 2-8.1,2(b) title Ccuhly Cock, MlarnbDocle County plsablllt Non•D1scr1rn1natlon Africk) 1, Socifon 2.8.1.E Resolution Ri82.00 amending k�rrS-9,5 M1 mt-Dade County Debarrneraf Disclosure Section 10,38 of the County Coda 'rl/ - teRefe4 Printed Name of Atfl t Name of Firm • Address Erf Firm 7. 9. 10 Mfami-Lade County Vendor Obllgaflon to Counly Section 2.8. t of the County Code • Mlaml-1Jacfe County Code of Business tifhIcs Article 1, Section 24)11) and 2•!1(b)(lj o11he County Code ihrougfr (6) end 191 of the County Code and cooly prdinanea No 00-1 amending Saclton 2-11.11c) of Me County Cod© Miami -Dade County Felinity leave Arifcfe V of Chapter I 1 of the County Code Miami -Dada County living Wage Section 2-8,9 of Ihe,Counfy Code Miami -Dade County Domestic Leave and Reporting 'Oct() 8. Sootlon 11A-60 I IA-6? cf the County Com .. .. cr�t�r e,ye Printed lilto of Aftleint G're? �� .•. sidle Notary NOS; 1z1t r1n142a Notary Polito-• Stale of i g,. to .s County of Hi 4 4 a Subscribed and sworn fro (or a1tlmted) bo fore me Ihb 'lam day el, by Typo of IdenlF8calion produced Ignalure of Na' I•le or she is personally known to me Of nos pi Signature of Atlfant t f 1 // d7,,.. bole 21p Code 2a 1.-• Used laenlltic itbri ryPubilO " POI or stamp of Notary Pubnq LxplraAq `'+ 0 Page 1 at3 hflWPAL4"1"RFi Serlot Number NOTARY PU3LIC STATE OF f'LOR(DA Carrni# EE557001 Isotary public Seal Expires 5/1 fB/2015 Revised 2/11i11 MIAMI DADE COUNTY BID NO,: 8254.1/22 FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance with Miami --Dade County Ordinance 97-35, the Bidder shalt submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 N&1-£5UBCONTEACrT S WILL BE UTILIZED FOR THIS CONTRACT l i 4(c Signature - Page 2 of 3 RoVI ed2/11/11 MIAM I-DADE COUNTY Firm Name of Prime Contractor/.Respondent: Bid -No.: dl --1 / 2 2 SU CONTRACEOR/SUPPLIERLISTENG (O nce 97-I0 J46!r44:1_ 11ri/ (e' Title: BID MO.: 8254-1/22- This forms, or a comparable listing meeting the requirements of Ordinance No. 97-I04 MUST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of:supplies, materials or services, including professional services which involve expenditures of a100,000 or more, and all bidders and respondents on_ County or;Pnblic Health Trust constnsction contracts which involve expenditures of S100,000 or more. A bidder or respondent who is awarded the 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. This form, or a comparable listing meeting the requirernetRts of Ordinance No. 97-104, MUST be completed, signed and .submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub forces 100 in these instances where no subcontractors or suppliers will be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsultaut Principal owner Scope of Work to be Perfos need by Subcontractor/Subconsultant (.Principal Owner) Gender Race E t 1 Business Naine and Address of Supplier. Direct Principal Owner - Supplies/Materials/Services to be Provided by Supplier (Principal Owner) Gender Race I certify tha resentations contained in tins Snbco Prime ContractoriRespondent's Signature ctor/Supp€ser LisiFng are to tixe fes t of mg anowledn e—A- j r?- :512'yi Print Name (Duplicate if additional space is needed) Page 3 of 3 Print Title /21r' FORM 100 Date Revised 2111/11 'WwW,s,untliz.org - Department of State ocument Searches Forms ' Help r Previous on List Next on List Return To list Events Na Name History petaii by Entity Name klorlda Profit Corporation ORAL DIGITAL REPROGRAPHICS, CORP. Information Document Number :FOAM Number Date Flied ,State :status ;Effective Date Last Event P08000002247 204073160 01 /05/2008 FL ACTIVE 01 /01 /2006 REINSTATEMENT ;Event Date Flied 10/066/2009 :Event Effective Date NONE Principal Address 6280 NW 27 STREET SUITE 505 DORAL FL 33122 Changed 02/00/2011 • • Mailing Address '8280 NW 27 STREET SUITE 505 DORAL FL 33122 Changed 02/09/2011 Registered Agent Name & Address OREGOI?, MORGAN 8280 NW 27 STREET SUITE 505 DORAL FL 33122 US Address Changed: 02/09/2011 Officer/Director Detail Name & Address Title PD Entity Narrte Search $Ubmit • .•. ANNITTO, GIANCARLO 8280 NW 27 STREET, # 505 bttp://wtuw.sunbiLorg(scripts/corclaexe?action-DB'l1.II,&inq_dac�number7P060000022.47&ingjaa e.j.. /.2©/20.2 wwvv,satilalZ.Mg - liepititmern01 oune z DORAL FL 33122, Title VPD PEREIRA, BEATRIZ 8280 NW 27 STREET, # 505 DORAL FL 33122 Title SD GREGORY, MORGAN 6280 NW 27 STREET. #505 DORAL FL 33122 Annual' Reports Report Year Piled Date 2010 06109/2010 2011 02/09/2011 2012 03/06/2012 View image in PDF format View image in PDF tofrnat View Image in PDF format View image in PDF format View Image in PDF format View image in RNformat View image in PDF format Note: This is not official record. See documents if question car conflict] L'rpYlP .....on Lkt JeNitnn.i41 No Name History Home Contact us I Document Searches EI-Filinq Se.rvicao 1Forms I Holt.: I c:opyriciht ((IfI and Privacy Policies State. of Norlda, Department of Sto Entity Name Search Submit http://ww-vv.sunbiz,orgisoripts/cordet.exe?aotion---DEFFIL&ing_doo_number-P0600000247&ing_came_.., 3/20/2012