HomeMy WebLinkAboutR-02-0007J-02-021
12/27/01
RESOLUTION NO."'
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE ACQUISITION OF INSPECTION AND
CERTIFICATION SERVICES FOR AERIAL DEVICES
AND GROUND LADDERS FROM UNDERWRITERS
LABORATORIES, INC. FOR THE DEPARTMENT OF
FIRE -RESCUE, UNDER EXISTING MIAMI-DADE
COUNTY CONTRACT NO. IB5439-4/06-OTW-SW,
EFFECTIVE THROUGH JULY 31, 2002, WITH THE
OPTION TO RENEW FOR FOUR ADDITIONAL YEARS,
AND ANY EXTENSIONS, IN AN ANNUAL AMOUNT NOT
TO EXCEED $10,000; ALLOCATING FUNDS FROM
ACCOUNT CODE NO. 001000.280701.6.670.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The acquisition of inspection and
certification services for aerial devices and ground ladders from
Underwriters Laboratories, Inc. for the Department of
Fire -Rescue, under existing Miami -Dade County Contract
No. IB5439-4/06--OTW--SW, effective through July 31, 2002, with the
option to renew for four additional years, and any extensions, in
an annual amount not to exceed $10,000, is approved, with funds
allocated from Account Code No. 001000.280701.6.670.
CITY COKISSION
tTlutlori No.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 10th day of January , 2002.
7-411
.
ANUEL A. DIAZ, YOR
hlXLTER J.
CITY CLEFS
APPROVED AS TO FORM AND CORRECTNESS:r,,-
JAN DR0 VIL ELLO
I Y ATTORNE
W5901:tr:LB
} If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted. If
the Mayor vetoes this Resolution, it shall became effective immediately
upon override of the veto by the City Commission.
Page 2 of 2 j
CITY OF MIAMI, FLORIDA 0 CA=6
INTER-OFFICE MEMORANDUM
TO : Honorable Mayor and
Members of the City Commission
FROM: C ' los . Gimenez
DATE: DEC 2 % L'103 FILE: FM-152.doc
SUBJECT: Testing of Non Various Fire
Apparatus Aerial Devices and
Ground Ladders
REFERENCES:
City Manager
ENCLOSURES:
Resolution
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached resolution
authorizing the Department of Fire -Rescue to procure the services of Underwriters
Laboratories, Inc., for the inspection and certification of aerial devices and ground ladders,
from an existing Miami -Dade County Bid No. IB5439-4106-OTW-SW at $10,000.00 per year,
for a one-year period effective through July 31, 2002, with the County's option to renew for four
(4) additional years. Funds for this purchase are available from account code number
00100 0.2 8 0701.6.67 0.
BACKGROUND
Utilizing the Miami -Dade County contract for the inspection and testing of fire apparatus aerial
devices will expedite this need as required by the National Fire Protection Association (NFPA).
CAC/�JLK/TF/'am
FM. I52.doc
CITY OF MIAMI, FLORIDA
INTEROFFICE MEMORANDUM
TO: Judy S. Carter, Director
Department of Purchasing
FROM . Chief William .Bryson, Director
Department of Fire -Rescue
DATE: October 14, 2001 FILE: FM-153.doc
SUBJECT : Testing of Non Various Fire
Apparatus Aerial Devices and
Ground Ladders/Miami-Dade
REFERENCES: No. IB5439-4/06-OTW-SW
ENCLOSURES:
The Department of Fire -Rescue has verified that funding is available for the procurement of testing of
non -various fire apparatus aerial devices and ground ladders under the existing Miami -Dade County Bid
No. IB5439-2/06-OTR-SW at $10,000.00 per year, on a contract basis, as designated by Miami -Dade
County. Funding for this purchase is available from the Fire -Rescue's General Fund, Account Number
001000.250701.6.670.
Budget Approv �: Xy
LindaHaskins, Director/Designee Date
CIP Approval:
Pilar Saenz, CIP Administrator Date
WWB/MLK/TF/jam
City of Miami
Management & Budget
Date_ l_! _ "1—
Tune�?
Amount of $ 54o,, WY . b
available in Sowunt numbs:
D0��2$o'1b1, b• lo'PO
Verified by. SIGNATURE
FM.153.doc
02—
�Z,
333 Pfingsten Road
Northbrook, Itiinois 60062-2096
United States Country Code (1)
(847) 272-8800
FAX No. (847) 272-8129
�L Underwriters Laboratories Inc. ® httpalwww,ul.com
November 19, 2001
Mr. Glenn Marcos
Assistant Purchasing Director
City of Miami
444 S.W. 2nd Avenue, 6th Floor ;
Miami, FL 33130
Dear Mr. Marcos:
It is understood that the City of Miami has a desire to "Piggyback" the Bid
Contract for the services of inspection and certification of aerial devices and
ground ladders between UNDERWRITERS LABORATORIES INC. AND MIAMP
DADE COUNTY.
Pursuant to the City of Miami's request, Underwriters Laboratories Inc. hereby
agrees to offer the City of Miami inspection and certification services of aerial
devices and ground ladders, under the same price(s), terms and conditions as
Miami -Dade County Bid No. IBS439-4106-OTW-SW, Testing of non -various
fire apparatus aerial devices and ground ladders for Miami -Dade Fine
Department, awarded to Underwriters Laboratories Inc. on August 13, 2001 by
MIAMI-DADE COUNTY.
All references to MIAMI-DADE BID No.185439-4106-OTW-SW shall also pertain
to the City of Miami, Florida.
Please do not hesitate to contact the undersigned if you have any questions.
Sincerely,
&,a—
RON WHELAN
Senior Project Engineer
Field Services
Reviewed by:
T. A. HILLENBRAND
Associate Manager
Field Services
A not-for-profit organization
dedicated to public safety and
committed to quality service
•
MIAMI-DADE COUNTY
0
CONTRACT NO. iB5439-4106-OTW-SW
ITEM: Testing of Non Various l=ire Apparatus Aerial
Devices and Ground Ladders
DEPARTMENT: Fire -Rescue
TYPE OF PURCHASE: Contract
REASON: The Department of Fire -Rescue has a need for aerial
device and ground ladder inspection/certification
services, to meet the requirements of NFPA.
RECOMMENDATION: It is recommended that award be made to
Underwriters Laboratories, Inc., under existing
Miami -Dade County Contract No. IB6439-4106-
OTW-SW, effective through July 31, 2002, with
the option to renew for four (4) additional years,
subject to any extensions thereto by Miami -
County, for the Department of Fire -Rescue, for
a total amount not to exceed $10,000; allocating
funds therefore from Account No.
001000.280701.6.670.
dy S. Ca er
,rector
o Purchas g
/-Z-AA/
Da
Award Under Dade County Contracts
0
CONTRACT AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
BPO NO.: ABCW0101071
BID NO.: IB54394/06-OTW-SW
Previous Bid No.: IB5439-3
TITLE: TESTING OF NON VARIOUS FIRE APPARATUS AERIAL DEVICES AND GROUND
LADDERS FOR MIAMI DADE FORE DEPARTMENT FOR A ONE (1) YEAR PERIOD WITH
COUNTY OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEARS
COMMODITY CODE NO.: 065-05 OTR YEARS: FOUR (4) LIVING WAGE APPLIES:
❑ YES ® NO
CONTRACT PERIOD: 08/01/01 throuigh 7131/02
AWARD BASED ON MEASURES: ❑ YES ❑ NO❑PROCUREMENT AGENT: SHERRY CROCKETT
PHONE: 305-3754693
❑ Set Aside ❑ Bid Preference
❑ Goal ❑ BBE ❑ HBE ❑ WBE Owned Firms
❑ Local Preference ❑ CSBE Level
❑ Prevailing Wages (Reso. 90-143)
❑ Living Wage
PART #1: VENDOR AWARDED
F.E.I.N.:
361892375
VENDOR:
UNDERWRITERS LABORATORIES INC
STREET:
333 PFINGSTEN ROAD
CITY/STATE/ZIP:
NORTHBROOK, IL 60062
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30
DELIVERY:
AS NEEDED
TOLL FREE PHONE #
(800) 677-5227
PHONE:
(847) 272-8800
FAX:
(847) 272-8129
E-MAIL:
NONE
CONTACT PERSON:
THOMAS HILLENBRAND
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
1
AWARD SHEE Ax
Revised 09/19100
PART #2: ITEMS AWARDED
SEE ATTACH
PART #3: AWARD INFORMATION
❑ BCC ® PMD AWARD DATE: 8113/01
BIDS & CONTRACTS RELEASE DATE: 8/10/01
ADDITIONAL ITEMS ALLOWED: NONE
SPECIAL CONDITIONS: INSURANCE TYPE 1
TOTAL CONTRACT VALUE: $30,100.00
USER DEPARTMENT(S)
FIRE DEPARTMENT
DOLLAR ALLOCATED
$30,100.00
AGENDA ITEM #: NIA
OTR YEAR: NIA
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
2
AWARD SHEET.doc
Revised 09119100
MIAMI-DADE COUNTY
i'
BID NO.: IB5439-4106-OTR-SW
BID PROPOSAL FOR:
TESTING OF VARIOUS FIRE APPARATUS AERIAL
DEVICES AND GROUND LADDERS
FIRM NAME: Underwriters Laboratories Inc.
ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL
WE PROPOSE TO FURNISH ALL LABOR, MATERIALS, TOOLS, EQUIPMENT,
TRANSPORTATION AND SERVICES NECESSARY TO TEST, INSPECT AND CERTIFY
ANY OR ALL OF THE FOLLOWING AERIAL DEVICES AND GROUND LADDERS
LOCATED WITHIN METROPOLITAN DADE COUNTY, FLORIDA
1.
21 each
50' telesqurts. $
700.00
$14,700.0
2.
5 each
65' telesqurts. $
700.00
$
3,500.00
3.
4 each
100' LTI PIatforms. $
700.00
$
2,800.00
4.
2 each
100' Ladders. $
700.00
$1,400,00
5
Ground ladders, extension
$
2.25 /Ft.
type (provide price per foot)
6.
Ground ladders, straight
$
2.25 /Ft.
type (provide price per foot)
7.
Conduct a spectro chemical analysis
And physical properties test of the aerial
Device hydraulic oil and provide written
Laboratory maintenance recommendation
(provide a price per sample)
$ NIC
TOTAL
$.22,400.00
*Testing/Certification can commence in 30 calendar days after receipt of order.
DEPARTNIENT OF PROCUREMENT MANAGEMENT r,' icy
BIDS AND CONTRACTS DIVISION fes'
3
AWARD SHEET.dcs '
Revised99119ft
•
BID NO.: IB5439-2/06-OTR-SW
OPENING: 2:00 P.M., FRIDAY
JUNE 22, 2001
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
TESTING OF VARIOUS FIRE APPARATUS AERIAL DEVICES AND GROUND
LADDERS FOR THE LOGISTICAL SERVICES DIVISION OF THE MIAMI-DADE FIRE
RESCUE DEPARTMENT FOR A ONE (1) YEAR PERIOD WITH OPTION TO RENEW
FOR FOUR (4) ADDITIONAL YEARS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
AFFIDAVITS
BID DEPOSIT AND PERFORMANCE BOND
CATALOGUE AND LISTS
CERTIFICATE OF COMPETENCY
EQUIPMENT LIST
INDEMNIFICATION/INSURANCE
PRE-BID CONFERENCEIWALK-THRU
RACE -CONSCIOUSNESS MEASURE
SAMPLES/INFORMATION SHEETS
SECTION 3 - MDHA
SITE VISITIAFFIDAVIT
SURCHARGE FEE
WRITTEN WARRANTY
SEE APPENDIX - SECTION I
NIA
NIA
NIA
NIA
SEE SECTION 2.0, PARA. 2.11
NIA
NIA
NIA
NIA
NIA
SEE SECTION 2.0, PARA. 2.21
NIA
FOR INFORMATION CONTACT:
SHERRY CROCKETT AT (305) 3754693
IMPORTANT NOTICE TO BIDDERS
NIA
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
FAILURE TO SIGN PAGE 24 OF SECTION 4.0, BID PROPOSAL WILL RENDER
YOUR BID NON-RESPONSIVE
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4106-OTR-SW
INSTRUCTIONS FOR MAILING A BID IN RESPONSE TO AN
INFORMAL BID SOLICITATION
Each bid proposal submitted to the DPM BIDS AND CONTRACTS DIVISION will have the
following information clearly marked on the face of the envelope:
> Bidder's Name and Return Address > Bid Number
> Opening Date of Bid > Title of the Bid
Failure to include this information may result in your bid not being considered.
The bidder will submit each bid proposal, consisting of one original and three copies and any
attachments in one envelope.
Bid responses submitted at the same time for different bid solicitations shall be placed in
separate envelopes and each envelope shall contain the information previously stated. Failure to
comply with this requirement may result in the bid from being considered.
"BIDS/PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE OR
CONTAINER AND WILL BE OPENED PROMPTLY AT THE SUBMITTAL
DEADLINE. BIDS/PROPOSALS RECEIVED AFTER THE FIRST BID/PROPOSAL
ENVELOPE OR CONTAINER HAS BEEN OPENED WILL NOT BE OPENED OR
CONSIDERED. THE RESPONSIBILITY FOR SUBMITTING A BID TO THE
DEPARTMENT OF PROCUREMENT MANAGEMENT, BIDS & CONTRACTS
DIVISION ON OR BEFORE THE STATED TIME AND DATE IS SOLELY AND
STRICTLY THE RESPONSIBILITY OF THE BIDDER. MIAMI-DADE COUNTY IS
NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE OR
COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER
OCCURRENCE.
THIS BID SHALL BE SUBMITTED TO THE FOLLOWING ADDRESS:
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
Stephen P. Clark Center
III NW 1st Street, Suite 2350
Miami, Florida 33128-1989
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 any communication available to the public. It is
also available to the people who are blind/visually impaired and deaf/hard of hearing. If you
require information in an alternate format please call 305-375-5278.
02- 07
Revised 5104M
MIAMI-DADE CORTY BID NO.: IB5439-4/06-OTR-SW
SECTION l
GENERAL TERMS AND CONDITIONS
1.1 DEFINITIONS
The term "bid" shall refer to any offer(s) submitted in response to this bid solicitation.
The term "County" shall refer to Miami -Dade County.
The term "bidder" shall refer to anyone submitting a bid in response to this bid solicitation.
The term "contractor" or "successful bidder" shall refer to the bidder receiving an award as
a result of this bid solicitation.
The term "bid solicitation" shall mean this bid solicitation, the bidder's response to this bid
solicitation, as approved by the County in accordance with Administrative Order 3-2 and
any purchase order or change order issued by the DPM, Bids and Contracts Division.
The term "DPM" shall i,,fer to Miat-a-Dade County's Department of Procurement
Management.
1.2 CONTENTS OF BID
A. General Conditions
(1) It is the sole responsibility of the bidder to become thoroughly familiar
with the bid requirements and all terms and conditions affecting the
performance of this bid solicitation. Pleas of ignorance by the bidder of
conditions that exist, or that may exist will not be accepted as a basis for
varying the requirements of the County, or the compensation to be paid to
the successful bidder.
(2) The bidder is advised that this bid solicitation is subject to all legal
requirements contained in the County's Administrative Order 3-2 and all
other applicable County Ordinances and/or State and Federal Statutes.
Where conflicts exist between this bid solicitation and these legal
requirements, the higher authority shall prevail in the following order:
Federal, State and local.
B. Additional Information/Addenda
(1) Request for additional information, explanation, clarification or
interpretation must be made in writing to DPM, Bids and Contracts
Division contact person identified on the cover page of this bid solicitation
and file a copy with the DFM, Bids and Contracts Division, l I l NW Is`
Street, Miami, Florida 33128-1989. The request shall be received no later
than seven (7) working days prior to the bid opening date. Any request
Revised 5104101
•
MIAMI-DADE COUNTY
BID NOPB54394/06-OTR-SW
received after that time may not be reviewed for inclusion in this bid
solicitation. The request shall contain the requester's nacre, address, and
telephone number. If transmitted by facsimile, the request shall also
include a cover sheet, with the sender's facsimile number. This bid
solicitation is subject to the "Cone of Silence" in accordance with County
Ordinance No. 98-106.
"CONE OF SILENCE"
PURSUANT TO ORDINANCE 98-106, AS AMENDED, A "CONE OF SILENCE"
IS IMPOSED UPON RFPs, RFQs OR BIDS AFTER ADVERTISEMENT AND
TERMINATES AT THE TIME THE COUNTY MANAGER ISSUES A WRITTEN
RECOMMENDATION TO THE BOARD OF COUNTY COMMISSIONERS. THE
CONE OF SILENCE PROHIBITS COMMUNICATION REGARDING RFPs,
RFQs OR BIDS BETWEEN POTENTIAL VENDORS, SERVICE PROVIDERS,
BIDDERS, LOBBYISTS OR CONSULTANTS AND THE COUNTY'S
PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY
MANAGER AND THE COUNTY MANAGER'S STAFF. A CONE OF SILENCE
IS ALSO IMPOSED BETWEEN THE MAYOR, COUNTY COMMISSIONERS
OR THEIR RESPECTIVE STAFFS AND ANY MEMBER OF THE COUNTY'S
PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY
MANAGER AND THE COUNTY MANAGER'S STAFF.
THE PROVISIONS OF ORDINANCE: 98-106 DO NOT APPLY TO ORAL
COMMUNICATIONS AT PRE-BID CONFERENCES, ORAL PRESENTATIONS
BEFORE SELECTION COMMITTEES, CONTRACT NEGOTIATIONS
DURING ANY DULY NOTICED PUBLIC MEETING OR COMMUNICATIONS
IN WRITING AT ANY TIME UNLESS SPECIFICALLY PROHIBITED BY THE
APPLICABLE RFP, RFQ OR BID DOCUMENT. BIDDERS OR PROPOSERS
MUST FILE A COPY OF ANY WRITTEN COMMUNICATION WITH THE
CLERK OF THE BOARD, WHICH SHALL BE MADE AVAILABLE TO ANY
PERSON UPON REQUEST. THE COUNTY SHALL RESPOND IN WRITING
AND FILE A COPY WITH THE CLERK OF THE BOARD, WHICH SHALL BE
MADE AVAILABLE TO ANY PERSON UPON REQUEST.
IN ADDITION TO ANY OTHER PENALTIES PROVIDED BY LAW,
VIOLATION OF ORDINANCE 98-106 BY ANY BIDDER OR PROPOSER
SHALL RENDER ANY RFP AWARD, RFQ AWARD OR BID AWARD
VOIDABLE. ANY PERSON HAVING PERSONAL KNOWLEDGE OF A
VIOLATION OF THIS ORDINANCE SHALL REPORT SUCH VIOLATION TO
THE STATE ATTORNEY AND/OR MAY FILE A COMPLAINT WITH THE
ETHICS COMMISSION. BIDDERS Olt PROPOSERS SHOULD REFERENCE
THE ACTUAL ORDINANCE FOR FURTHER CLARIFICATION.
(2) DPM Bids and Contracts Division will issue a response to any inquiry as it
deems necessary, by written addenda, issued prior to the bid opening date.
The bidder shall not rely on any representation, statement or explanation
other than those made in this bid solicitation document or in any addenda
issued. Where there appears to be a conflict between this bid solicitation,
and any addenda issued, the last addendum issued will prevail.
Revised S* 04
e rif
MIAMI-DADE COOTY
BID NO.: IB5439-4/06-OTR-SW
(3) It is the bidder's responsibility to ensure receipt of all addenda and
substitute bid proposal forms. If applicable, the bidder is required to
submit the substitute bid proposal forms and acknowledge the number of
addenda received as part of this bid solicitation, by completing and signing
the attached Addenda Acknowledgment form.
C. Conflicts in this Bid Solicitation
Where there appears to be a conflict between the General Terms and
Conditions, the Special Conditions, the Technical Specifications, the bid
proposal Section, or any addendum issued, the order of precedence shall
be: the last addendum issued, the bid proposal Section, the Technical
Specifications, the Special Conditions, and then the General Terms and
Conditions.
D. Prices Contained in this bid solicitation
(1) Prompt Payment Terms
a. The bidder may offer cash discounts for prompt payments; however,
such discounts will not be considered in determining the lowest price
for bid evaluation purposes.
b. The bidder is required to provide prompt payment terms in the space
provided on the bid proposal signature page of this bid solicitation. If
no prompt payment discount is being offered, the bidder shall enter
zero (0) for the percentage discount to indicate no discount. If the
bidder fails to enter a percentage, it is hereby understood and agreed
that the payment terms will be 2% 20 days, effective after receipt of
invoice or final acceptance, whichever is later.
1.3 PREPARATION AND SUBMISSION OF BID
A. Preparation/Submission
(1) The bid proposal form shall be used when submitting a bid. Use of any
other form shall result in the rejection of the bidder's proposal.
(2) The bid will either be typed or completed legibly in ink. The bidder's
authorized agent will sign the bid proposal form in ink, and the authorized
agent will initial all corrections made by the bidder in ink. The use of
pencil or erasable ink, may result in the rejection of the bid. Failure to
sign the Bid Proposal signature page, will declare your bid non-
responsive.
(3) Where there is a discrepancy between the unit prices and any extended
prices, the unit prices will prevail.
IV
Revised 5104101
i
MIAMI-DADE COUNTY
BID NO.PB5439-4106-OTR-SW
(4) The County may consider additional bid proposal(s) from the same bidder
for the same bid solicitation, provided that; (a) the additional bid(s) offer a
different product and/or level of service that meets or exceeds this bid
solicitation requirements; (b) the bidder completes a separate bid proposal
form for each bid and shall mark "Alternate bid(s)" on the first page.
Failure to comply with the foregoing may result in the rejection of the
additional bid(s).
(5) The bidder is allowed to offer multiple product brand names for each item
listed on the bid proposal; provided that (a) such offer is allowable in
accordance with Section 2.9 of this bid solicitation and (b) the same price
is offered for all brand names bid. If the County determines that all brand
names are acceptable based on the quality standards, the County may, at
its option, order either of the brands names made available through this
bid solicitation. Conversely, the Vendor will deliver the brand name that
has been ordered by the County.
(6) Unless otherwise specified in the Special Terms and Conditions, the
proposed deliver) and/or compuetion time, if required, shall be stated in
calendar days.
(7) The bidder shall not charge tax, as the County is exempt from all State,
Excise, Federal and Local sales tax. Not withstanding, any tax on
materials and/or supplies which are purchased by the bidder, in
conjunction with this bid solicitation shall be subject to the Florida State
Sales Tax, in accordance with Section 212.08 of Florida Statutes, amended
1970, and all amendments thereto, shall be borne solely by the bidder.
When the bidder does not manufacture the materials and/or supplies, taxes
must be incorporated in the bid price, not as a separate item. When
materials and/or supplies are manufactured by the bidder and are not for
resale, the County is exempt. The County may be subject to applicable
taxes on goods purchased for the purpose of resale. Upon request, the
County will provide a tax exemption certificate, if applicable. Any special
tax requirements will be specified either in the Special Conditions or in the
Technical Specifications.
(S) Any telegraphic or facsimile bid will not be considered.
(9) The bidder shall incorporate in their bid price aH costs related to this bid
solicitation.
(10) The apparent silence of the specifications and any addenda regarding any
details or the omission from the specifications of a detailed description
concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail, and that only materials and
workmanship of first quality are to be used. All interpretations of the
specifications shall be made upon the basis of this bid solicitation.
V 0
ft"isws/wi
MIAMI-DADE CATY
B., Vendor Registration
BID NO.: IB5439-4106-OTR-SW
The County requires the bidder to complete a registration application with
including the required disclosure affidavits with Department of
Procurement Management, Bids & Contracts Division. The bidder must
register to be recommended for any contract award. To register, or
assistance in registering, contact Vendor Assistance at 305-375-5287.
*Section 2-11.1(d) of the Dade County Code provides that a county employee may not enter into any
contract or transact any business through a firm, corporation, partnership or business entity in which he
or any member of his immediate family has a controlling financial interest, direct or indirect, with Dade
County or any person or agency acting for Dade County and any such contract, agreement or business
engagement entered in violation of this subsection shall render the transaction voidable. For additional
information please contact the Ethics Commission hot line at 305-579-2593.
The following are the documents with the vendor registration application:
(1) Disclosure of Employment Affidavit
Pursuant to County Ordinance No. 90-133, the bidder shall disclose the
composition of the workforce, wages and benefits to be paid and existence
of collective bargaining agreement.
(2) Disclosure of Ownership Affidavit
Pursuant to County Ordinance No. 88-121, the bidder shall disclose the
full legal name and business address of any individual (other than
subcontractors, materialmen, suppliers, laborers, or lenders) that have, or
will have any interest (legal, equitable beneficial or otherwise) in the
contract or business transaction with the County. If the contract or
business transaction is with a corporation, the full legal name and business
address shall be provided for each officer and director and each
stockholder who holds directly or indirectly five percent (5%) or more of
the corporation's stock. If the contract or business transaction is with a
trust, the full legal name and address shall be provided for each trustee and
each beneficiary. Post Office addresses are not acceptable.
(3) Drug -Free Affidavit
Pursuant to County Ordinance No. 92-15, the bidder shall certify that it is
providing a drug-free workplace and notices to each employee of the
danger of drug abuse; the firm's policy of maintaining a drug-free
environment; availability of drug counseling, rehabilitation and employee
assistance programs; and penalties that may be imposed upon employees
for drug abuse violations. The bidder shall also require an employee to
sign a statement, as a condition of employment that the employee will
abide by the terms of the drug-free workplace policy, and notify the
employer if any criminal conviction occurring no later than five (5) days
after receiving notice of such conviction, and impose appropriate
personnel action against the employee up to and including termination.
VI
Revised 510aro i
7
MIAMI-DADE COUNTY BID NAB5439-4106-OTR-SW
(4) Family Leave Affidavit
Pursuant to County Ordinance No91-142, the bidder shall certify that it
entitles an employee who has worked for the firm for at least one (1) year,
ninety (90) days of family leave during any twenty-four (24) month
period, for medical reasons, for the birth or adoption of a child, or for the
care of a child, spouse or other close relative who has a serious health
condition without risk of termination or employment or employer
retaliation.
(5) W-9 and 8109 forms
The bidder must furnish a W-9 and 8109 (Federal Tax Deposit Coupon)
forms as required by the Internal Revenue Service in order to enter into
this contract with the County.
(6) Social Security Number
The bidder must furnish a copy of the Social Security card if a social
security number. is being used in lieu of the Federal Identification Number
(F.E.I.N.).
C. Americans with Disabilities Act (A.D.A.) Affidavit
It is the policy of the County to comply with all requirements of the
Americans with Disabilities Act (A.D.A.). For A.D.A. complaints call
305-375-3566. The bidder recommended for award shall be required to
complete an A.D.A. affidavit in accordance with County Resolution No.
385-95 prior to the award of this bid solicitation. Failure to complete the
affidavit as required may result in the rescinding of the recommendation
for award. (See Appendix - Section 1)
D. Antitrust Laws
By acceptance of this contract, the successful bidder agrees to comply
with all antitrust laws of the United States and the State of Florida, in
order to protect the public from restraint of trade which illegally increases
prices.
E. Collection of Fees, Taxes and Parking Tickets Affidavit
Pursuant to the procedures contained in Section 2-8.1 (c) of the County
Code, and as amended by County Ordinance No. 95-178, the bidder shall
certify that all delinquent and currently due fees, taxes and parking tickets
have been paid. (See Appendix - Section 1)
VII
Revised SM4'V 1
•
MIAMI-DADE COPTY BID NO.: IB5439-4/06-OTR-SW
F. Conflict of Interest and Code of Ethics
Prohibition of County Employees contracting with the County
No person included in the terms defined in 2-11.1(b)(1) through (f) and (9) of the
Code of Miami -Dade County shall enter into any contract or transact any business
in which he or a member of his immediate family has a financial interest, direct or
indirect, with Miami -Dade County or any person or agency acting for Miami -
Dade County or any person or agency acting for Miami -Dade County. Any such
contract, agreement or business engagement entered in violation of the Conflict of
Interest and Code of Ethics Ordinance shall render the transaction voidable.
Willful violation of this subsection shall constitute malfeasance in office and shall
effect forfeiture of office or position.
County Ordinance No. 00-1, amending Section 2-1 LI (c) of the Code of Miami -
Dade County, provides a limited exclusion from the foregoing prohibition on
transacting business with the County for employees and their immediate family.
County employees and members of their immediate family may enter into
contracts, individually or through a firm, corporation, partnership or business
entity in which the employee or any member of his or her immediate family has a
controlling financial interest, with Miami -Dade County or any person or agency
acting for Miami -Dade County, provided that:
(1) entering into the contract would not interfere with the full and faithful
discharge by the employee of his or her duties to the County;
(2) the employee has not participated in determining the subject contract
requirements or awarding the contract; and
(3) the employee's job responsibilities and job description will not require
him or her to be involved with the contract in any way, including, but not
limited to its enforcement, oversight, administration, amendment,
extension, termination or forbearance.
Any affected County employee shall seek a conflict of interest opinion from the
Miami -Dade County Commission on Ethics and Public Trust ("the 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. A
request for a conflict of interest opinion shall be made in writing and shall set
forth and include all pertinent facts and relevant documents.
The employee shall file with the Clerk 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
VIII 4 -j -
Revised 5/04YDI
0
MIAMI-DADE COUNTY
G.
L"
I.
0
BID NO.: IB5439-4106-OTR-SW
the Board of County Commissioners, must be submitted with the response to the
solicitation to contract with the County.
The County employee has the right to seek a legal opinion from the State of
Florida Ethics' Commission regarding the applicability of state law conflict of
interest provisions.
Criminal Conviction Disclosure
Pursuant to County Ordinance No. 94-34, "Any individual who has been
convicted of a felony during the past ten (10) years and any corporation,
partnership, joint venture or other legal entity having an officer, director,
or executive who has been convicted of a felony during the past ten (10)
years shall disclose this information prior to entering into a contract with
or receiving funding from the County."
Debarment Disclosure Affidavit
Pursuant to County Ordinance No. 93-129, the bidder will agree to comply
with all the provisions of this ordinance, which prevents the contractor,
subcontractors, their officers, their principals, stockholders, and their
affiliates who have been debarred by the County, from entering into this
contract with the County during the period for which they have been
debarred. It is the bidders responsibility to ascertain that none of the
subcontractors, their officers, principals, or affiliates, as defined in this
ordinance, are debarred by the County pursuant to Ordinance No. 93-129
and Administrative Order 3-2 before submitting the bid proposal. The
Disclosure Affidavit requires the bidder to affirm under oath, that the
County debars neither the bidder, its subcontractors, or their officers,
principals nor affiliates, at the time of the bid proposal. If the bidder fails
to complete the Disclosure Affidavit it shall not be awarded this contract.
If this contract is entered into in violation of this ordinance, it is void, and
any person who willfully fails to disclose the required information or who
knowingly discloses civil or criminal penalties, or both can punish false
information, as provided for in the law. (See Appendix - Section 1)
Independent Private Sector Insspector General
(1) Pursuant to A.O. 3-20, the County has the right to retain the services of an
independent private sector inspector general (IPSIG). Upon written notice
from the County, the Vendor shall make available to the IPSIG retained by
the County all requested records and documents for inspection and
copying. The terms of this provision apply to the bidder, its offices, agents
and employees. Nothing contained in this provision shall impair any
independent right of the County to audit or investigate the operations,
activities and performance of the Vendor in connection with this contract.
The terms of this provision are neither intended, nor shall they be
IX 02— 01`t
Revised 54"1
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
construed, to impose any liability on the County by the Vendor or third
parties.
(2) Pursuant to Ordinance 97-215 Miami -Dade County has established the
Office of Inspector General, which is required to perform mandatory
random audits on all County contracts throughout the duration of each
contract. The cost of the audit for this contract shall be % of 1 % of the
total contract amount which cost the (ContractorNendor/Consultant)
agrees is included in the total contract amount. The audit cost will be
deducted by the County from progress payments to the
(ContractorNendor/Consultant). The audit cost shall also be included in
all change orders to this contract and all contract renewals and extensions.
Accordingly, the audit cost will be deducted from progress payments to
the (ContractorNendor/Consultant) pursuant to all change orders, contract
renewals and extensions.
The Miami -Dade County Inspector General is authorized and empowered
to review past, present and proposed County and Public Health Trust
programs, contracts transactions, accounts, records and programs. In
addition, the Inspector General has the power to subpoena witnesses,
administer oaths, require the production of records and monitor existing
projects and programs. Monitoring of an existing project or program may
include a report concerning whether the project is on time, within budget
and in conformance with plans, specifications and applicable law. The
inspector general is empowered to analyze the necessity of and
reasonableness of proposed change orders to the contract. The Inspector
General is empowered to retain the services of independent private sector
inspectors general to audit, investigate, monitor, oversee, inspect and
review operations, activities, performance and procurement process
including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the
(ContractorNendor/Consultant), its officers, agents and employees,
lobbyists, County staff and elected officials to ensure compliance with
contract specifications and to detect fraud and corruption.
Upon 14 days prior written notice to (ContractorNendor/Consultant) from
the Inspector General or IPSIG retained by the Inspector General, the
(ContractorNendor/Consultant) shall make all requested records and
documents available to the Inspector General or IPSIG for inspection and
copying. The Inspector General and IPSIG shall have the right to inspect
and copy all documents and records in the
(Contractor'sNendor's/Consultant's) possession, custody or control
which, in the Inspector General's or IPSIG's sole judgement, pertain to
performance of the contract, including, but not limited to original estimate
files, change order estimate files, worksheets, proposals and agreements
from and with successful and unsuccessful subcontractors and suppliers,
Rcvisod 5109101
0 •
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
all project -related correspondence, memoranda, instructions, financial
documents, construction documents, (bid/proposal) and contract
documents, back -charge documents, all documents and records which
involve cash, trade or volume discounts, insurance proceeds, rebates, or
dividends received, payroll and personal records, and supporting
documentation for the aforesaid documents and records.
The provisions in this section shall apply to the
(Contractor/Vendor/Consultant), its officers, agents, employees,
subcontractors and suppliers. The (Contractor/Vendor/Consultant) shall
incorporate the provisions in this section in all subcontracts and all other
agreements executed by the (Contractor/Vendor/Consultant) in connection
with the performance of the contract.
Nothing in this contract shall impair any independent right to the County
to conduct audit or investigative activities. The provisions of this section
are neither intended nor shall they be construed to impose any liability on
the County by the (Contractor/Vendor/Consultant) or third parties.
J. Minority and Disadvantaged Business Enterprises
The County endeavors to obtain the participation of all minority and
disadvantaged business enterprises. For information and to apply for
certification, contact the Department of Business Development, 175 NW
1 st Avenue, 28'h Floor, Miami, FL 33123-1844, Phone: 305-349-5960.
K. Public Entity Crimes Sworn Statement
Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any
person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a
bid solicitation to provide goods and/or services to a public entity, may not
submit a bid on a bid solicitation with a public entity for construction or
repair of a public building or public work, may not submit a bid on leases
of real property to a public entity, may not be awarded or perform work as
a contractor or, supplier, or subcontractor or consultant under a bid
solicitation with any public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Section
287.017, for CATEGORY TWO ($10,000.00) for a period of thirty-six
(36) months from the date of being placed on the convicted vendor list."
L. Code of Business Ethics
In accordance with Resolution R-994-99 each person or entity that seeks
to do business with Miami -Dade County shall adopt the Miami -Dade
County/Greater Miami Chamber of Commerce Code of Business Ethics
as follows:
XI
n z R�a�ioyut}
• 0
MIAMI-DADE COUNTY BID NO.: IB5434-4/06-OTR-SW
Miami -Dade County and the Greater Miami Chamber of Commerce seek
to create and sustain an ethical business climate for its members and the
community by adopting a Code of Business Ethics. Miami -Dade
County/Greater Miami Chamber of Commerce encourages its members
to incorporate the principles and practices outlined here in their
individual codes of ethics that will guide their relationships with
customers, clients and suppliers. This Model Code can and should
prominently be displayed at all business locations and may be
incorporated into marketing materials. Miami -Dade County/Greater
Miami Chamber of Commerce believes that its members should use this
Code as a model for the development of their organizations' business
codes of ethics.
This Model Code is a statement of principles to help guide decisions and
actions based on respect for the importance of ethical business standards
in the community. Miami -Dade County/Greater Miami Chamber of
Commerce believes the adoption of a meaningful code of ethics is the
responsibility of every business and professional organization.
By affixing a signature in the Bid Proposal signature page the bidder
hereby agrees to comply with the principles of Miami -Dade
County/Greater Miami Chamber of Commerce Code of Business
Ethics. If the bidder firm's code varies in any way the bidder must
identify the difference(s) on a separate document(s) (cover).
Compliance with Government Rules and Regulations
♦ We, the undersigned will properly maintain all records and post all
licenses and certificates in prominent places easily seen by our
employees and customers;
♦ In dealing with government agencies and employees, we will conduct
business in accordance with all applicable rules and regulations and in
the open;
♦ We, the undersigned will report contract irregularities and other
improper or unlawful business practices to the Ethics Commission,
the Office of Inspector General or appropriate law enforcement
authorities.
Recruitment, selection and Compensation of Vendors and Suppliers
♦ We, the undersigned will avoid conflicts of interest and disclose such
conflicts when identified;
♦ Gifts, which compromise the integrity of a business transaction, are
unacceptable; we will not kick back any portion of a contract
X11
R"ikd 5/04101
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
payment to employees of the other contracting party or accept such
kickback.
Business Accountin
♦ All our financial transactions will be properly and fairly recorded in
appropriate books of account, and there will be no "off the books"
transactions or secret accounts.
Promotion and Sales of Products and Services
♦ Our products will comply with all applicable safety and quality
standards;
♦ We, the undersigned will promote and advertise our business and its
products or services in a manner which is not misleading and does not
falsely disparage our competitors;
♦ We, the undersigned will conduct business with government agencies
and employees in a manner, which avoids even the appearance of
impropriety. Efforts to curry political favoritism are unacceptable;
♦ Our bids will be competitive, appropriate to the bid documents and
arrived at independently;
♦ Any changes to contracts awarded will have a substantive basis and
not be pursued merely because we are the successful bidder;
♦ We, the undersigned will, to the best of our ability, perform
government contracts awarded at the price and under the terms
provided for in the contract. We will not submit inflated invoices for
goods provided or services performed under such contracts, and
claims will be made only for work actually performed. We will abide
by all contracting and subcontracting regulations.
♦ We, the undersigned will not, directly or indirectly, offer to give a
bribe or otherwise channel kickbacks from contracts awarded, to
government officials, their family members or business associates.
♦ We, the undersigned will not seek or expect preferential treatment on
bids based on our participation in political campaigns.
Public Life and Political Campaigns
♦ We, the undersigned encourage all employees to participate in
community life, public service and the political process, to the extent
permitted by law;
0 6, . rti
XIII U Z I
0 0
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
♦ We, the undersigned encourage all employees to recruit, support ar,d
elect ethical and qualified public officials and engage them in
dialogue and debate about business and community issues, to the
extent permitted by law;
♦ Our contributions to political parties, committees or individuals will
only be made in accordance with applicable laws and will comply
with all requirements for public disclosure. All contributions made on
behalf of the business must be reported to senior company
management;
♦ We, the undersigned will not contribute to the campaigns of persons
who are convicted felons or those who do not sign the Fair Campaign
Practices Ordinance.
♦ We, the undersigned will not knowingly disseminate false campaign
information or support those who do.
Pass-through Reg �j;cements -
♦ This Code prohibits pass-through whereby the prime firm requires
that the MBE firm accept payments as a MBE and pass through those
payments to another entity;
Rental Snace. Eauinment and Staff Requirements or Flat Overhead Fee
Requirements
♦ This Code prohibits rental space requirements, equipment
requirements, staff requirements and/or flat overhead fee
requirements, whereby the prime firm requires the MBE firm to rent
space, equipment and/or staff from the prime firm or charges a flat
overhead fee for the use of space, equipment, secretary, etc;
MBE Staff Utilization
♦ This Code prohibits the prime firm from requiring the MBE firm to
provide more staff than is necessary and then utilizing the MBE staff
for other work to be performed by the prime firm.
♦ The Code also requires that on any contract where MBE participation
is purported, the contract shall specify essential terms including, but
not limited to, a specific statement regarding the percent of
participation planned for MBEs, the timing of payments and when the
work is to be performed.
XIV
0 6
RNixa 5!09/01
MIAMI-DADE COUNTY BID NO.: IBS4394/06-OTR-SW
M. Individuals and Entities Doing Business with the County, not Current in
their Obligations to the Coun (See Appendix -- Section 1)
Pursuant to Ordinance No. 99-162 and Section 2-8.1 of the County Code,
no individual or entity who is in arrears in any payment under a contract,
promissory note or other loan document with the County, or any of its
agencies or instrumentalities, including the Public Health Trust (herein
referred to as "County"), either directly or indirectly through a firm,
corporation, partnership or joint venture in which the individual or entity
has a controlling financial interest as that term is defined in Section 2-
11.1(b)(8) of the County Code, shall be allowed to receive any additional
County contracts, purchase orders or extensions of County contracts until
either the arrearage has been paid in full or the County has agreed in
writing to a payment schedule. Failure to meet the terms and conditions
of any obligation or repayment schedule shall constitute a default of the
subject contract and may be cause for suspension, termination and
debarment, in accordance with the terms of the contract and the
debarment procedures of the County.
1.4 MODIFICATION OR WITHDRAWAL OF A BID
A. Modification to a Bid
Any modification by the bidder to a bid shall be submitted to the DPM
Bids and Contracts Division prior to the time and date set for bid opening.
The bidder shall submit the new bid proposal form and a letter, on
company letterhead, signed by an authorized agent of the bidder stating
that the new submittal supersedes the previously submitted bid proposal.
The sealed envelope shall contain the same information as required for
submitting the original bid. In addition, the envelope shall contain a
statement that this bid replaces the previously submitted bid. No
modifications of a bid shall be accepted after the bid has been opened.
B. Withdrawal of a Bid
A bid shall be irrevocable unless the bid is withdrawn as provided herein.
Only written letter received by the DPM Bids and Contracts Division prior
to the bid opening date may withdraw a bid. A bid may also be withdrawn
ninety (90) days after the bid was opened and prior to award, by
submitting a letter to the contact person identified on the front cover of
this bid solicitation. The withdrawal letter must be on company letterhead
and signed by an authorized agent of the bidder.
XV � 07
��asroaroi
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
1.5 EVALUATION OF A BID
A. Rejection of Bid
(1) The County may reject any bidder's proposal and award to the next lowest
responsive/responsible bidder or may reject and re -advertise for all or any
part of this bid solicitation, whenever it is deemed in the best interest of
the County. The County shall be the sole judge of what is in its "best
interest."
(2) The County may reject any bid if: (a) prices are not fair and reasonable, as
determined by the County, and/or exceed the County's estimated budget
for this bid solicitation; (b) the bidder take exceptions to or modifies the
terms and conditions of this bid solicitation; (c) the bidder failed to satisfy
claims on previous contracts with the County or past -due payments for
County services or claims for damage to County property. The County
shall be the sole judge of what is "fair and reasonable."
B. Bankruptcy
(1) Any vendor who, at the time of bid submission, is involved in an ongoing
bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution
proceeding, or if a trustee or receiver has been appointed over all or a
substantial portion of the property of the vendor under federal bankruptcy
law or any state insolvency law, may be declared non -responsible.
(2) The County reserves the right to terminate this contract, if, during the term
of any contract the vendor has with the County, he/she becomes involved
as a debtor in a bankruptcy proceeding, or becomes involved in a
reorganization, dissolution, or liquidation proceeding, or if a trustee or
receiver is appointed over all or a substantial portion of the property of the
vendor under federal bankruptcy law or any state insolvency law.
C. Bidder's Past Performance
Pursuant to County Ordinance No. 98-42, the bidder's performance as a
prime contractor or subcontractor on previous County contracts shall be
taken into account in evaluating the bid proposal received for this bid
solicitation.
D. Elimination from Consideration
This bid solicitation shall not be awarded to any person or firm which is in
arrears to the County upon any debt, taxes, or contract which is defaulted
as surety or otherwise upon any obligation to the County.
XVI � �
Revised 5104101
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
E. Waiver of Informalities
The County reserves the right to waive any informalities or irregularities
in this bid solicitation.
F. Demonstration of Competency
(1) A bid will only be considered from a firm that is regularly engaged in the
business of providing the goods and/or services required by this bid
solicitation. The bidder must be able to demonstrate a good record of
performance and have sufficient financial resources, equipment and
organization to ensure that they can satisfactorily provide the goods and/or
services if awarded this bid solicitation.
(2) The County may conduct a pre -award inspection of the bidder's site or
hold a pre -award qualification hearing to determine if the bidder possesses
the requirement as outlined in the above paragraph, and is capable of
performing the requirement of this bid solicitation. The County may
consider any evidence availahie regarding the financial, technical and
other qualifications and abilities of the bidder, including past performance
(experience) with the County or any other governmental entity in making
the award.
(3) The County may require the bidder to show evidence that they have been
designated as an authorized representative of a manufacturer, supplier
and/or distributor, if required by this bid solicitation.
(4) The County reserves the right to audit all records pertaining to and
resulting from any award from this bid solicitation, financial or otherwise.
(5) In the event that the bidder will sub -contract all or part of its work to
another vendor, or will obtain the goods required in conjunction with this
contract with another source of supply, the bidder may be required to
verify the competency of its subcontractor or supplier. The County
reserves the right, before awarding this contract to require the bidder to
submit such evidence of its subcontractor, as it may deem necessary.
G. Copy of bid Tabulation
The bidder who desires to receive a copy of the bid tabulation shall
enclose a self-addressed/stamped envelope (correct size of envelope and
postage is a must depending on the amount of information involved) when
submitting its bid proposal. Bid results will not be given out by telephone
or facsimile.
XVII
r
MIAMI-DADE COUNTY
1.6 AWARD OF BID SOLICITATION
A. Contract
BID NO.: IB5439-4/06-OTR-SW
This bid solicitation, any addenda and/or properly executed
modifications, the purchase order (if issued), and a change order (if
applicable), constitute the entire contract.
B. Tie Bid
The Director of Bids and Contracts or designee, and according to County
Resolution 1574-88 will decide any tie bid.
C. Additional Information
The award of this bid solicitation may be preconditioned on the
subsequent submission of other documents, as specified in the Special
Conditions or Technical Specifications. The successful bidder shall be in
default of its contractual obligation if such documents are not submitted
in a timely manner and in the form required by the County. Where DPM
Bids and Contracts Division in default of the contractual requirements,
the County, through action take the successful bidder, may rescind the
award.
D. Term of Contract
The term of this bid solicitation shall be specified on one of three
documents, issued to the successful bidder. These documents may either
be this bid solicitation, a purchase order or an award sheet.
E. Contract Extension
The County reserves the right to automatically extend this contract for up
to ninety (90) calendar days beyond the stated contract term. The County
shall notify the successful bidder in writing of such extensions.
Additional extensions over the first ninety (90) day extension may occur,
if, the County and the successful bidder are in mutual agreement of such
extensions.
F. Warranty
Any implied warranty granted under the Uniform Commercial Code shall
apply to all goods purchased under this bid solicitation.
G. Estimated Quantities
Estimated quantities or estimated dollars, if provided, are for bidder's
guidance only. No guarantee is expressed or implied as to quantities or
XVIII
Revised 5104/0)
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4146-OTR-SW
dollars that will be used during the contract period. The County is not
obligated to place any order for a given amount subsequent to the award of
this bid solicitation. Estimates are based upon the County's actual needs
and/or usage during a previous contract period. The County for purposes
of determining the low bidder meeting specifications may use said
estimates.
H. Non -Exclusive Contract
Although the purpose of this bid solicitation is to secure a contract that can
satisfy the total needs of the County or of a specific County agency, it is
hereby agreed and understood that this bid solicitation does not constitute
the exclusive rights of the successful bidder to receive all orders that may
be generated by the County in conjunction with this bid solicitation. In
addition, any and all commodities, equipment, and service required by the
County in conjunction with construction projects are solicited under a
distinctly different bid process and shall not be purchased under the terms,
conditions and awards rendered under this bid solicitation, unless such
purchases are determined to be in the best interest of the County.
I. Local Preference
The award of this bid solicitation is subject to County Ordinance No.
01-21 which, except where Federal or State law mandates to the contrary,
allow preference to be given to a local business. For the purposes of the
applicability of this Ordinance, "local business" means the bidder, as of
the date of the bid opening, has a valid occupational license issued by
Miami -Dade County to do business in Miami -Dade County, that
authorizes the bidder to provide the goods, services or construction to be
purchased, and has a physical business address located within the limits of
Miami -Dade County from which the vendor operates or performs
business. A Post Office Box can not be used to establish a physical
address.
When a responsive, responsible non -local business submits the lowest
price bid, and the bid submittal by one or more responsive, responsible
local businesses is within 5% of the price submitted by the non -local
business, then the non -local business and each of the aforementioned local
businesses shall have the opportunity to submit a best and final bid equal
to or lower than the amount of the low bid previously submitted by the
non -local business. The best and final bid will be requested by the County
within five working days of the bid opening. In the case of a tie in the best
and final bid between a local business and a non -local business, contract
award shall be made to the local business.
XIX 07
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
Limited contract Extension
Any specific work assignment which commences prior to the termination
date of the contract and which will extend beyond the termination date
including any previous contact extension(s) shall, unless terminated by
mutual written agreement by both parties, continue until completion at the
same prices, terms and conditions as set forth in this bid solicitation.
1.7 BID PROTEST
A recommendation for contract award or rejection of award may be protested by a
bidder or proposer in accordance with the procedures contained in Sections 2-8.3
and 2-8.4 of the County Code, as amended, and as established in Administrative
Order No. 3-21.
As a condition of initiating any bid or proposal protest, the protester shall present
to the Clerk of the Board a non-refundable filing fee payable to the Clerk of the
Board in accordance with the schedule provided below.
Award Amount
Filing Fee
$25,001- $100,000
$500
$100,001- $500,000
$1,000
$500,001- $5 million
$3,000
over $5 million
$5,000
Any question, issue, objection or disagreement concerning, generated by, or arising
from the published requirements, terms, conditions or processes contained or described
in the solicitation document shall be deemed waived by the protester and shall be
rejected as a basis for a bid or proposal protest unless it was brought by that bidder or
proposer to the attention, in writing, of the procurement agent, buyer, contracting
officer or other contact person in the County department that issued the solicitation
document, at least two working days (not less than 48 hours) prior to the hour of bid
opening or proposal submission.
All protests shall be submitted in writing to the Clerk of the Board and shall state with
particularity the specific facts and grounds on which it is based, and shall include all
pertinent documents and evidence and shall be accompanied by the corresponding
filing fee. This shall form the basis for review of the protest and no other facts,
grounds, documentation or evidence not contained in the protester's submission to the
Clerk of the Board at the time of filing the protest shall be permitted in the
consideration of the protest, except for such additional evidence as is allowed during
the course of the protest proceedings.
A. Award Recommendations Over $100,000
Award recommendations for contracts and purchases involving the expenditure of
over $100,000 will be in writing, signed by the issuing department to each
competing bidder or proposer announcing the proposed award, and a copy shall
XX—
Revised 5104/01
0 •
MIAMI-DADE COUNTY BID NO.: IB54394/06-OTR-SW
be deposited with the Clerk of the Board on the same day it is mail.^.d. The bidder
or proposer must file a protest with the Clerk of the Board within ten (10)
working days of the date of the award recommendation letter. Within two (2)
working days of that filing, the protester shall supply the County Attorney and
each bidder or proposer in the competitive process with a true copy of each
document that was filed with the protest. A hearing examiner shall be appointed
to hear the protest and submit a written report and recommendation to the County
Manager within twenty (20) working days of the filing of the protest (maximum
25 working days if hearing examiner consents to extension request).
Failure to timely file the written protest shall constitute a waiver of the right to
protest the award recommendation.
B. Award Recommendations Over $25,000 and up to $100,000
Award recommendations for contracts and purchases involving the expenditure of
over $25,000 up to and including $100,000 shall be posted by 9:00 a.m., every
Monday in the lobby of the Stephen P. Clark Center, I I 1 NW V Street, Miami,
FL 33128. Such recommendations shall be in writing and shall identify the
bidder or proposer to whom the award is being recommended and the basis
therefor. It is the responsibility of the bidder or proposer to monitor such bulletin
after bid opening or proposal submission to ascertain that a recommendation for
award has been made.. Participants can call the Awards Line at 305-375-4724 or
(800) 510-4724, or contact the person identified on the cover page of the
solicitation.
The bidder or proposer must file a protest with the Clerk of the Board within five
(5) working days.of the posting of the award recommendation, together with the
$500 nonrefundable filing fee. Award recommendations for which a protest is not
received within the five (5) working day period shall be awarded in accordance
with the department's recommendation. Not later than twenty (20) working days
from the filing of the protest, the Director of the issuing department shall review
the written recommendation for award and the written protest, and after
consultation with the County Attorney, issue a recommendation to the County
Manager for final disposition of the protest.
The department shall provide an opportunity to settle the protest by mutual
agreement within five (5) working days of the filing of the protest.
C. Award Recommendations $25,000 and Less
Award recommendations for contracts and purchases involving the expenditure of
$25000 or less are considered final and may not be protested.
0` 07
XXI
Revue.51W01
•
MIAMI-DADE COUNTY
1.8 CONTRACTUAL OBLIGATIONS
A. Rules, Regulations, Licensing Requirements
0
BID NO.: IB5439-4/06-OTR-SW
The successful bidder shall comply with all laws and regulations
applicable to the goods and/or services contained in this bid solicitation.
The bidder is presumed to be familiar with all Federal, State and local
laws, ordinances, codes and regulations that may in any way affect the
goods and/or services offered.
B. County Contractors Employment and Procurement Practices Affidavit
In accordance with the requirements of Ordinance 98-30, all firms with
annual gross revenues in excess of $5 million, seeking to contract with
Miami -Dade County shall, as a condition of award, have a written
Affirmative Action Plan and Procurement Policy on file with the County's
Department of Business Development. Said firms must also submit, as a
part of their proposals/bids to be filed with the Clerk of the Board, an
appropriately completed and signed Affirmative Action Plan/Procurement
Policy Affidavit. Firms whose Boards of Directors are representative of
the population make-up of the nation are exempt from this requirement
and must submit, in writing, a detailed listing of their Boards of Directors,
showing the race or ethnicity of each board member, to the County's
Department of Business Development. Firms claiming exemption must
submit, as a part of their proposalsibids to be filed with the Clerk of the
Board, an appropriately completed. and signed Exemption Affidavit in
accordance with Ordinance 98-30. These submittals shall be subject to
periodic reviews to assure that the entities do not discriminate in their
employment and procurement practices against minorities and women -
owned businesses.
It will be the responsibility of each firm to provide verification of their
gross annual revenues to determine the requirement for compliance with
the Ordinance. Those firms that do not exceed $5 million annual gross
revenues must clearly state so in their bid proposal.
Any bidder/respondent which does not provide an affirmative action plan
and procurement policy may not be recommended by the County Manager
for award by the Board of County Commissioners.
(See Appendix - Section 1)
C. Conditions of Material and Packaging
(1) Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers shall be suitable for shipment and/or storage
and comply with the County's Recycled Packaging Resolution No. 738-
92. (See Appendix - Section 1)
XXII G
Revised 5104101
•
MIAMI-DADE COUNTY
41
•
BID NO.: IB5439-4/06-QTR-SW
(2) All goods furnished shall be fully guaranteed by the successful bidder
against factory defects and workmanship. The successful bidder at no
expense to the County shall correct any defects, which may occur within
the period of the manufacturer's standard and/or any implied warranty.
The Special Conditions may supersede the standard manufacturer's
warranty.
Subcontracting
(1) Unless otherwise specified in this bid solicitation, the successful bidder
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 this bid solicitation for default.
(2) Quarterly reporting when a subcontractor is utilized: The. successful bidder
is advised that when a subcontractor is utilized to fulfill the terms and
conditions of this bid solicitation, County Resolution No. 1634-93 will
apply to this bid solicitation. This resolution requires the successful bidder
to file quarterly reports as to the amount of contract monies received from
the County and the amount that have been paid by the successful bidder
directly to certified Black, Hispanic and Women -Owned businesses,
performing part of this bid solicitation work. Additionally, the listed
businesses are required to sign reports, verifying their participation in this
bid solicitation work and their receipt of such monies. The requirements of
this resolution shall be in addition to any other reporting requirements by
Federal, State or local laws, ordinances or administrative orders.
(3) Where subcontracting is permitted, the successful bidder shall obtain
written consent of the County prior to utilizing the subcontractor. All
actions of any subcontractor are the sole responsibility of the successful
bidder.
Note: This requirement is separate and independent from any requirements
that may be contained in the Special Conditions, Paragraph 2.2.
(4) In accordance with County Ordinance No. 97-35- (Fair Subcontracting
Policies), all successful bidders/respondents on County Contracts in which
subcontractors may be used, shall be subject to and comply with
Ordinance 97-35 as amended, requiring bidders/respondents to provide a
detailed statement of their policies and procedures for awarding
subcontracts which:
a) Notifies the broadest number of local subcontractors
of the opportunity to be awarded a subcontract;
b) Invites local subcontractors to submit bids in a
practical, expedient way;
XXIII
Revised 54MJ
MIAMI-DADE CORTY
E.
F.
G.
H.
BID NO.: IB5439-4/06-OTR-SW
C) Provides local subcontractors access to information
necessary to prepare and formulate a subcontracting
bid;
d) Allows local subcontractors to meet with
appropriate personnel of the bidder to discuss the
bidder's requirements; and
e) Awards subcontracts based on full and complete
consideration of all submitted proposals and in
accordance with the bidder's stated objectives.
All bidders/respondents seeking to contract with the County shall, as a
condition of award, provide a statement of their subcontracting policies
and procedures. The County Manager for award by the Board of County
Commissioners may not recommend Bidders/Respondents who fail to
provide a statement of their policies and procedures.
(See Appendix — Section 1)
Assignment
The successful bidder shall not assign, transfer, or otherwise dispose of
this contract, including any rights, title or interest therein, or their power to
execute such contract to any person, company, or corporation without the
prior written consent of the County.
Delivery
Unless otherwise specified in this bid solicitation, prices quoted shall be
F.O.B. Destination with freight included in the proposed price.
Employee is the Responsibility of the Successful Bidder
The employee of the successful bidder shall be considered to be, at all
times, employee of the successful bidder under its sole direction and not
an employee or agent of the County. The successful bidder shall supply a
competent and physically capable employee. The County may require the
successful bidder to remove an employee it deems unacceptable. Each
employee shall wear proper identification.
Indemnification of County by the Successful Bidder
The successful bidder shall indemnify and hold harmless the County and
its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorney's fees 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 actions or
proceedings of any kind or nature arising out of, relating to or resulting
XXIV gin; G'k A
F Bfeviscd5104/01
MIAMI-DADE COUNTY
BID NO.: IB5439-4106-OTR-SW
from the performance of the agreement by the successful bidder or its
employees, agents, servants, partners, principals or subcontractors. The
successful bidder shall pay all claims 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 applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which
may issue thereon. The successful bidder expressly understands and agrees
that any insurance protection required by this Agreement or otherwise
provided by the successful bidder shall in no way limit the responsibility
to indemnify, keep and save harmless and defend the County or its
officers, employees, agents and instrumentalities as herein provided.
Protection of Property
All existing structures, utilities, services, roads, trees, shrubbery, etc. shall
be protected against damage or interrupted services at all times by the
successful bidder during the term of this contract. The successful bidder
shall be held responsible for repairing or replacing property, to the
satisfaction of the County, which is damaged by reason of the successful
bidder's operation on County properly.
Collusion
Bids from related parties. Where two (2) or more related parties each
submit a bid or proposal for any contract, such bids or proposals shall be
presumed to be collusive. The foregoing presumption may be rebutted by
presentation of evidence as to the extent of ownership, control and
management of such related parties in the preparation and submittal of
such bids or proposals. Related parties mean bidders or proposers or the
principals thereof which have a direct or indirect ownership interest in
another bidder or proposer for the same contract or in which a parent
company or the principals thereof of one (1) bidder or proposer have a
direct or indirect ownership interest in another bidder or proposer for the
same contract. Bids or proposals found to be collusive shall be rejected.
Bidders or Proposers who have been found to have engaged in collusion
may be considered non -responsible, and may be suspended or debarred,
and any contract resulting from collusive bidding may be terminated for
default.
1.9 MODIFICATION OF THE CONTRACT
The contract may be modified by unilateral action of the County or by mutual consent, in
writing, and through, the issuance of a modification to the contract, purchase order, change
order or award sheet, as appropriate.
WAV
02-t"
RV45W sMMI
MIAMI-DADE CORTY
1.10 TERMINATION OF CONTRACT
A. Termination for Convenience
•
BID NO.: IB5439-4/06-OTR-SW
The County, at its sole discretion, may terminate this contract without
cause by providing the successful bidder with thirty (30) day advance
notice. Upon the receipt of such notice, the successful bidder shall not
incur any additional costs under this contract. The County shall be liable
only for reasonable costs incurred by the successful bidder, as determined
by the County, regardless of the method of payment required by this
contract. The County shall be the sole judge of "reasonable costs."
B. Termination for Default
The County may terminate this contract upon the failure of the successful
bidder to comply with any provision and/or requirements of this contract.
The County's decision not to take action upon failure of the successful
bidder to perform shall not be construed as a waiver of the ability of the
County to take additional action at a later date and time. The County shall
also have the alglity to place the successful bidder on probation and/or
terminate any portion of this contract. The date of termination shall be
stated in a written notice to the successful bidder. In the event the
successful bidder is terminated for default, the County reserves the right to
re -procure the goods and/or services from the next lowest responsive
responsible bidder or re -solicit the goods and/or services. The County may
further charge the successful bidder any differences in cost between the
successful bidder's price and the re -awarded price and/or any costs
associated with re -awarding or re -soliciting this contract. The County may
also debar or suspend the successful bidder from conducting business with
the County, and/or eliminate the defaulted contractor from consideration
in future bid solicitation, in accordance with appropriate County
ordinances, resolutions and/or administrative orders.
C. Ordinance 93-137
Any individual or corporation or other entity that attempts to meet its
contractual obligations with the county through fraud, misrepresentation
or material misstatement, the county shall, whenever practicable,
terminate the contract. The county as a further sanction may terminate or
cancel any other contracts with such individual or other entity. Such
individual or entity shall be responsible for all direct or indirect costs
associated with such termination or cancellation, including attorney's fees.
Notwithstanding, any individual or entity who attempts to meet its
contractual obligations with the county through fraud, misrepresentation
or material misstatement may be disbarred from county contracting for up
to five (5) years.
XXVI
Revised 5/04101
MIAMI-DADE COUNTY
BID N • 5439 -4/06 -OTR -SW
1.11 ORDINANCES, RESOLUTIONS AND/OR ADMINISTRATIVE ORDERS
To request a copy of any ordinance, resolution and/or administrative order cited in this bid
solicitation, the bidder must contact the Cleric of the Board at (345) 375-5126.
XXVII
Revised 5/0" E
2.1
2.2
2.3
2.4
2.5
MIAMI-DADE C09ATY
•
BID NO.: IB5439-4/06-OTR-SW
SECTION 2.0 SPECIAL CONDITIONS
TESTING OF FIRE APPARATUS AERIAL DEVICES AND GROUND LADDERS
PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY:
The purpose of this Invitation To Bid is to establish a contract for the purchase of Testing
of Fire Apparatus Aerial Devices and Ground Ladders in conjunction with the County's
needs on an as needed when needed basis.
INTENTIONALLY OMITTED
INTENTIONALLY OMITTED
TERM OF CONTRACT: TWELVE 12 MONTHS
This contract shall commence on the first calendar day of the month succeeding approval
of the contract by the Board of County Commissioners, or designee, unless otherwise
stipulated in the Notice of Award Letter which is distributed by the County's Department
of Procurement Management, Bids & Contracts Division; and contingent upon the
completion and submittal of all required bid documents. The contract shall remain in
effect for twelve (12) months and upon completion of the expressed and/or implied
warranty period.
OPTION TO RENEW FOR FOUR 4 ADDITIONAL YEAR(S) (W_ith Price
Adjustment)
The prices for a one (1) year period from effective date shall be consistent with the
provisions outlined in section 2.7 of these terms and conditions; at which time Dade
County shall have the option to renew for an additional four (4) years on a year to year
basis. At that time Dade County will consider adjustment to price based on the Latest
Consumer Price Index for the Miami -Ft. Lauderdale Area, Wage Earners and Clerical
Workers, All Items. It shall be further understood that the County reserves the right to
reject any price adjustments submitted by the bidder and/or to terminate the contract with
the bidder based on such price adjustments. Continuation of the contract beyond the
initial period is a County prerogative; not a right of the bidder. This prerogative may be
exercised only when such continuation is clearly in the best interest of the County.
In the event that the bidder declines the County's right to exercise the option period, the
County will consider the successful bidder in default and affect its eligibility for future
contracts.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW,
IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY
AWARDED.
Page 1
2.6
2.7
2.8
1
MIAMI-DADE CANTY
BID N0AB5439-4/06-0TR-SW
METHOD OF AWARD: To One (1) Bidder In The Aggregate -
Award of this contract will be made to one ( 1) responsive, responsible bidder who bids
on all items and whose bid offers the lowest price when all items are added in the
aggregate. If bidder fails to bid on all items its bid shall be declared non-responsive.
While the award will be made to multiple Bidders in the aggregate to assure availability,
the lowest Bidder in the aggregate will be given the first opportunity to perform under the
Terms and Conditions of the Contract.
PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT.
If the bidder is awarded a contract under this bid solicitation, the prices proposed by the
bidder shall remain fixed and firm during the term of contract.
INTENTIONALLY OMITTED
INTENTIONALLY OMITTED
2.10 INTENTIONALLY O% ITTED -
2.11 INDEMNIFICATION AND INSURANCE - 1 GENERAL SERVICE AND
MAINTENANCE CONTRACT
Provider shall indemnify and hold harmless the County and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including
attorneys' fees 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 actions or
proceedings of any kind or nature arising out of, relating to or resulting from the
performance of this Agreement by the Provider or its employees, agents, servants,
partners principals or subcontractors. Provider shall pay all claims 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 applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may. issue
thereon. Provider expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by Provider shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the County or its officers,
employees, agents and instrumentalities as herein provided.
The vendor shall furnish to, Metropolitan Dade County, c/o Department of
Procurement Management, Bids & Contracts Division, 111 N.W. Ist Street, Suite
2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that
insurance coverage has been obtained which meets the requirements as outlined
below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
Page 2 02— 0 c1
MIAMI-DADE CAVY
BID NO.: B5439 -4106 -OTR -SW
B. Public Liability Insurance on a comprehensive basis in an amount not less
than $300,000 combined single Iimit per occurrence for bodily injury and
property damage. Dade County must be shown as an additional insured
with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than
$300,000 combined single limit per occurrence for bodily injury and
property damage.
The insurance coverage required shall include those classifications, as listed in
standard liability insurance manuals, which most nearly reflect the operations of
the vendor.
All insurance policies required above shall be issued by companies authorized to
do business under the laws of the State of Florida, with the following
qualifications:
The company must be rated no less than "B" as to management,
and no less than "Class W as to financial strength, by the latest
edition of Best's Insurance Guide, published by A.M. Best
Company, Oldwick, New Jersey, or its equivalent, subject to the
approval of the County Risk Management Division.
Na
The company must hold a valid Florida Certificate of Authority
as shown in the latest "List of All Insurance Companies
Authorized or Approved to Do Business in Florida", issued by
the State of Florida Department of Insurance and are members
of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance shall be made
without thirty (30) days written advance notice to the certificate holder.
NOTE:DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR
ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the vendor of his
liability and obligation under this section or under any other section of this
Agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance
documents within fifteen (15) calendar days after Board of County Commission
approval. If the insurance certificate is received within the specified time frame
Page 3 ; ,.
MIAMI-DADE CANTY
BID NA54394106-OTR-SW
but -not in the manner prescribed in this Invitation To Bid, the Bidder shall be
verbally notified of such deficiency and shall have an additional five (5) calendar
days to submit a corrected certificate to the County. If the Bidder fails to submit
the required insurance documents in the manner prescribed in this Invitation To
Bid within twenty (20) calendar days after Board of County Commission
approval, the Bidder shall be in default of the contractual terms and conditions
and shall not be awarded the contract. Under such circumstances, the Bidder may
be prohibited from submitting fixture Proposal to the County in accordance with
Section 1.0, para 1.6 of the General Terms and Conditions.
The Bidder shall be responsible for assuring that the insurance certificates
required in conjunction with this Section remain in force for the duration of the
contractual period; including any and all option years that may be granted to the
Bidder in accordance with Section 2.5 of the Special Conditions. If insurance
certificates are scheduled to expire (luring the contractual period, the Bidder shall
be responsible for submitting new or renewed insurance certificates to the County
at a minimum of thirty (30) calendar days in advance of such expiration. In the
event that expired certificates are not replaced with new or renewed certificates
which cover the contractual period, the County shall suspend the contract until
such time as the new or renewed certificates are received by the County in the
manner prescribed in the Invitation To Bid; provided, however, that this
suspended period does not exceed thirty (30) calendar days. If such suspension
exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate
this contract for cause and seely re -procurement charges from the Bidder in
conjunction with Section 1.10, of the General Terms and Conditions.
2.12 INTENTIONALLY OMITTED
2.13 INTENTIONALLY OMITTED
2.14 INTENTIONALLY OMITTED
2.15 METHOD OF PAYMENT: MONTHLY INVOICES AND ITEMIZED
INVOICES FOR EMERGENCY WORK
The successful Bidder(s) shall submit monthly invoices which reflects appropriate
purchase order number and work location by the tenth (10) calendar day of each month.
These invoices shall be submitted to the County using department(s) that requested the
service through a purchase order. The invoices shall reflect standard service specified in
the contract and provided to the County in the prior month. In addition, the successful
Bidder shall submit a separate invoice to the County department that has requested
emergency service not specified in the contract. The date of the invoice shall not exceed
thirty (30) calendar days from the completion of the emergency service. The invoice for
emergency service shall itemize all costs of labor and materials.
2.16 INTENTIONALLY OMITTED
Page 4
G.
MIAMI-DADE CATY
2.17 INTENTIONALLY OMITTED
2.18 INTENTIONALLY OMITTED
2.19 INTENTIONALLY OMITTED
2.20 CONTACT PERSONS:
•
131D NO.: IB5439-4/06-OTR-SW
For any additional information regarding the specifications -and requirements of this
contract, Contact: Sherry Crockett at (305) 375-4693.
2.21 COUNTY-WIDE/STATE-WIDE USAGE
Any Governmental, not-for-profit or quasi -governmental entity in the State of Florida,
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.
Each Governmental, not-for-profit or quasi -governmental entity which uses a contract(s)
resulting here from, will establish its own contract, place its own orders, issue its own
purchase orders, be invoiced therefrom and make its own payments, determine shipping
terms and issue its own exemption certificates as required by the bidder.
It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping
Terms", all prices shall be quoted, "FOB Destination." For entities other than those
belonging to Miami -Dade County or those located outside of 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 entity, prior to shipping the goods.
It is also understood and agreed that Dade County is not a legally binding party to any
contractual agreement made between any governmental unit and the bidder as a result of
this bid.
SURCHARGE FEE AND QUARTERLY SUMMARY REPORT
Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this
contract is subject to a user surcharge fee in the amount of 2% on all sales to
governmental, not for profit or quasi governmental entity; OTHER THAN MIAMI-
DADE COUNTY, 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.
Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in
a timely manner. Quarterly reports and all applicable payments must be submitted to
Department of Procurement Management (DPM)/Administrative and Fiscal Division, no
Page 5 n d}
MIAMI-DADE COUNTY BID NO'.RB5439- -
4/06 OTR -SW
later than 15 days after the end of each quarter, regardless of the value of sales during the
preceding quarter.
By submission of these sales summary reports and corresponding surcharge fees, the
vendor is attesting to their correctness. All such reports and fees shall be subject to audit
by Miami -Dade County.
Failure to submit the following Quarterly Surcharge Payment Report and make
applicable payments in a timely manner, may result in termination or cancellation of
contract with the non -conforming vendor and any and all remedies relating to the
collection of such fees shall be enforceable. Additionally, any re -procurement charges
may be charged to the vendor in default. Willful failure or falsification of sales reports or
failing to make timely payments of the surcharge fee shall constitute sufficient cause for
terminating the contract for cause of the non -conforming vendor.
Page 6 07
0 i
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
MIAMI-DADE COUNTY
Department of Procurement Management (DPM)
1 I 1 N.W. I st Street
Suite 2350
MIAMI, FLORIDA, 33128
(305) 375-5289
Vendor Instructions for Completing Quarterly Surcharge Payment Report:
1) Complete section 1, 2, 3, and sign form.
2) Enter amount of total amount paid with this summary.
4) Make check payable to Board of County Commissioners.
5) Attach check to report form and remit to:
Department of Procurement Management (DPM)
Administrative and Fiscal Division
11 I NW I st Street
Suite 2350
Miami, FL 33128
NOTE: Quarterly report must be submitted to Department of Procurement Management
(DPM)/Administrative and Fiscal Division, no later that 15 days after the end of each quarter,
regardless of the value of sales during the preceding quarter.
Start of Quarter
Report/Check (If Applicable)
Due
I" Quarter -- January I — March 31
April 15
2nd Quarter - April I - June 30
July 15
3rd Quarter - July I - September 30
October 15
4th Quarter - October I - December 31
January 15
Page 7 E
MIAMI-DADE COUNTY
BID NO.: IB5439-4106-OTR-SW
MIAMI-DADE COUNTY
Department of Procurement Management
Administrative and Fiscal Division
111 NW I st Street
Suite 2350
Miami, Florida 33128
(305) 375-5289
QUARTERLY SURCHARGE PAYMENT REPORT
SECTION 1- Vendor/Contract Information: Date Submitted /
Vendor Name FEIN #
Address
City
Contact Person
State
Phone#
FAX# E -Mail
Contract# Tile
Zip Code
SECTION 2 - Applicable Reporting Period: (Check One)
[DJan. 1 - March 31 QJuly 1 - Sept. 30 MApril I - June 30 MOct. 1 - Dec. 31
(1st Quarter) (2"d Quarter) (3r' Quarter) (4h Quarter)
SECTION 3 - Summary:
1) Total Sales this Quarter $
2) 2% of all sales related to contract $
Total due to County for this quarter (LINE 2) $
By submission of this Quarterly Surcharge Payment Report and corresponding surcharge fees,
I certify the correctness of the information. I understand
that all reports and fees may be subject to an audit by Miami -Dade County or designee.
Authorized Signature
Title/Position Held
Date
y
Page 8 f —
MIAMI-DADE CANTY BID NO.: IB5439-4106-OTR-SW
IMPORTANT NOTICE TO VENDORS
This bid contains contractual language which allows municipal and quasi -governmental entities
to access the terms and conditions of the contract. After award the following entities will receive
copies of our contract Award Sheet. Please feel free to contact the Purchasing Agents listed
below to promote the usage of the commodities or services that you were awarded.
COUNTY -WIDE KEY CONTACT LIST
TOWN OF BAY HARBOR ISLANDS
ATTN: Joseph Fox
Sup. Public Works
9665 Bay Harbor Terrace
Bay Harbor Islands, FL 33154
(305) 866-6241
CITY OF CORAL GABLES
Aft: Wayne Moody, Sr. Buyer
340 San Lorenzo Avenue
Coral Gables, Florida 33146
(305) 460-5102
CITY OF HIALEAH
Att: Manuel Rodriguez
501 Palm Avenue Room 304
Hialeah, Florida 33011
(305) 883-5865
CITY OF HOMESTEAD
Att: Purchasing Director
790 Homestead Blvd.
Homestead, Florida 33030-6299
(305) 247-1801, Ext. 188
CITY OF MIAMI BEACH
Aft: Michael Rath
Procurement Director
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7490
CITY OF NORTH MIAMI BEACH
Att: Lynn Gribble
Purchasing Agent
17011 N.E. 19th Avenue
North Miami Beach, Florida 33162
(305) 948-2976
TOWN OF SURFSIDE
Att: Jeffrey I. Naftal,Town Clerk
9293 Harding Avenue
Surfside, Florida 33154
(305) 861-4863
CITY OF BOYNTON BEACH
Att: Lana Koester, Purchasing Agent
P.O. Box 310
Boynton Beach, Florida 33425-0310
(407) 738-7415
VILLAGE OF KEY BISCAYNE
Att: Torn Zannis, Finance Director
85 W. Mclntry Street
Key Biscayne, FL 33149
(305) 365-8903
VILLAGE OF VIRGINIA GARDENS
Att: Paul Bithorn, Mayor
6498 N.W. 38th Terrace
Virginia Gardens, FL 33166
(305) 871-6104
Page 9'
.•
MIAMI-DADE COUNTY
THE CITY OF MIAMI
Att: Judy S. Carter, Director
Purchasing Department
400 S.W. 2nd Avenue, 16th Floor
Miami, FL 33130
(305) 579-6845
CITY OF NORTH MIAMI
Att: Pam Thompson, Director
Purchasing Department
P.O. Box 610847
North Miami, Florida 33261-0847
(305) 893-6511, Ext. 2135
CITY OF AVENTURA
Att: Glen Marcos
2999 NE 191 st Street
Aventura, FL 33187
(305) 466-8900
CITY OF NORTH BAY
VILLAGE -POLICE DEPT.
Att: F.B. Dunphy, Chief of Police
7903 East Drive
North Bay Village, FL 33141
(305) 758-2626
MIAMI DADE COMMUNITY COLLEGE
Att: Linda Pagliaro
Director of Purchasing
11011 S.W. 104th Street
Miami, FL 33176
(305) 237-2400
CITY OF OPA-LOCKA
Att: Rona M. Sandler
Purchasing Director
12950 Lejune Rd
Opa-Locka, FL 33054
(305) 95372825
Page 10
0
BID NO.: IB5439-4106-OTR-SW
UNIVERSITY OF MIAMI
Att: Susan Mantes
Director of University Purchasing
P.O. Box 248184
Coral Gables, FL 33124
(305) 243-3464
INDIAN CREEK VILLAGE
Att: Melissa Garcia
Purchasing Department
9080 Bay Drive
Indian Creek, FL 33154
(305)365-4121
CITY OF HALLANDALE
Att: E. Dent McGough, Director
Central Services Department
400 S. Federal Highway
Hallandale, Florida 33009
(954) 457-1331
MIAMI SHORES VILLAGE
Att: John Rumble/Scott Davis
Purchasing Department
1701 N.W. 103 Street
Miami Shores, FL 33147
(305) 795-2210
CITY OF DEERFIELD BEACH
Att: Donna M. Council
Purchasing Agent
210 Goolsby Blvd.
Deerfield, Florida 33442
(954) 4804380
DADE COUNTY PUBLIC SCHOOLS
Att: Joe Gomez, Director
Division of Procurement Mgt.
1450 N.E. 2nd Avenue
Miami, Florida 33432
(305) 995-1364
02- 0 1'
MIAMI-DADE COLTY BID NO.: IB5439-4106-OTR-SW
CITY OF OAKLAND PARK CITY OF MIAMI SPRINGS
Att: Larry Fagen, Att: John M. Benson
Purchasing Agent Purchasing Director
3650 N.E. 12th Avenue 201 Westward Drive
Oakland Park, FL 33334 Miami Springs, FL 33166
(305) 561-6105 (941) 339-6260
BAL HARBOUR VILLAGE CITY OF HOLLYWOOD
Att: Purchasing Agent Att: John L. Weyrauch
655 96th Street P.O. Box 229045
Bal Harbour, Florida 33154 Hollywood, Florida 33022-9045
(305) 866-4633 (954) 92I-3210
BROWARD COMMUNITY COLLEGE
CITY OF MARGATE
Att: Janet Rickenbacker
Att: Patricia Greenstein
Purchasing Director
Purchasing Agent
225 E. Las Olas Blvd.
5790 Margate Blvd.
Ft. Lauderdale, FL 33301
Margate, FL 33063
(954) 761-7455
(954) 972-6454
BROWARD COUNTY CITY OF SOUTH MIAMI
Att: Glenn R. Cummings Att: Kathy Vazquez
Purchasing Director Purchasing Director
115 So. Andrews Ave. Room 212 6130 Sunset Drive
Ft. Lauderdale, FL 33301 South Miami, FL 33143
(954) 357-6070 (305) 663-6339
DEPARTMENT OF OFF STREET PARKING JACKSON MEMORIAL HOSPITAL
Purchasing Office
Purchasing Office
Att: Carlos Vilches
Att: Tom Przybyski, Director
190 N.E. 3 Street
1611 N.W. 12th Ave.
Miami, FL 33132
Miami, FL 33136
(305) 373-6789
(305) 585-2289
SOUTH FL. WATER MGT DISTRICT CITY OF WEST PALM BEACH
Att: Julie Stern Att: Purchasing Manager
Procurement & Contract Admin. 1045 Charlotte Ave.
3301 Gun Club Road West Palm Beach, FL 33401
West Palm Beach, FL 33406 (407) 659-8036
(407) 686-8800
Page 11 0,<�— 0
MIAMI-DADE COUNTY
STATE OF FLORIDA DADE COUNTY
DEPARTMENT OF HEALTH
Aft: Donald E. Young
Purchasing Agent I
1350 N.W. 14th Street,
Bldg. 1, Room 202
Miami, FL 33125
(305) 324-2416
BROWARD COUNTY SHERIFF'S OFFICE
Aft: Leslie A. Dell
2601 W. Broward Boulevard
Fort Lauderdale, FL 33312
(954) 831-8170
CITY OF FLORIDA CITY
Aft: Sonia Young Hernandez
404 W. Palm Drive
Florida City, FL 33034
(305) 247-8221, Ext. 124
TOWN OF GOLDEN BEACH
Interim Town Manager
1 Golden Beach Drive
Golden Beach, FL 33160
(305) 932-0744, Ext. 21
DORIS ISON SOUTH DADE COMMUNITY
HEALTH CENTER
Aft: Ivory L. Williams, Pro. Spec.
10300 S.W. 216th Street
Miami, FL 33190
(305) 253-5100
CITY OF WEST MIAMI
Att: Yolanda Aguilar,
City Manager
901 S.W. 62nd Avenue
West Miami, FL 33144
(305) 266-1122
Page 12
BID NO.: IB5439-4106-OTR-SW
CITY OF PEMBROKE PINES
Aft: David E. Fitzgerald,
Buyer
P.O. Box 9000
Pembroke Pines, FL 33084
(954)435-6717
TRI -COUNTY RAIL AUTHORITY
Att: Jane Davis -Ember
Purchasing Department
305 South Andrews Avenue
Fort Lauderdale, FL. 33301
(954) 728-8512
TOWN OF DAVIE
Att: Herb Hyman,
Procurement Manager
6591 Orange Drive
Davie, FL 33314
(954)797-1016
CITY OF SUNRISE
Aft: Marsha Peterson
10770 W. Oakland Park Blvd.
Sunrise, FL 33351
(954) 572-2274
CITY OF RIVIERA BEACH
Att: Veronique Rellford
Purchasing Director
2391 Ave. "L"
Riviera Beach, FL 33404
(407) 845-4180
PALM BEACH COUNTY SHERIFF'S OFFICE
Att: Lisette Alfonso
Purchasing Manager
415 Gator Dr
Lantana, Fl 33462
(407) 533-1225
�� 07
•
MIAMI-DADE COUNTY
CITY OF BOCA RATON
Att: Carol Thomas,
Purchasing Manager
201 W. Palmetto Park Rd
Boca Raton, FL 33432
(407) 393-7876
CITY OF MIAMI SPRINGS
Att: John M. Benson
201 Westward Drive
Miami Springs, FL 33166
(954) 885-4581
•
BID NO.: IB5439-4106-OTR-SW
CITY OF POMPANO BEACH
Att: Ernie Siegrist,
General Servs. Director
P.O. Drawer 1300
Pompano Beach, FL 33061
(954) 786-4098
CITY OF SUNNY ISLES BEACH
ATTN: Charlene Coletta
17070 Collins Ave., Suite 250
Sunny Isles Beach, FL 33160
(305) 947-0606
STATE-WIDE KEY CONTACT LIST
BROWARD COMMUNITY CQi.LEGE - CITY OF FORT PIERCE
Att: Janet Richkenbacker
Purchasing Director
225 E. Las Olas Blvd.
Ft. Lauderdale, FL 33301
(954) 761-7455
CITY OF FORT WALTON BEACH
Att: Byron Armstrong
Purchasing Director
P.O. Box 4009
Fort Walton Beach, FL 3254
(904) 244-2045
CITRUS COUNTY SCHOOL BOARD
Att: William Humbaugh
Director of Management Operations
1007 West Main Street
Inverness, FL 34450
(352) 726-1931
CHARLOTTE COUNTY BD. OF COUNTY
Att: Kimberly Churchwell
Purchasing Director
18500 Murdock Circle
Port Charlotte, FL 33948-1094
(941)743-1372
Att: Tony Barnes
Purchasing Director
P.O. Box 1480
Fort Pierce, FL 34954-1480
(407) 460-2200
CITY HALL — PURCHASING DEPT.
Att: Charlotte A. Heisler, CPPB
Assistant Purchasing Agent
326 W. Marion Avenue
Punta Gorda, FL 33950
(941) 575-3368
CITY OF GREEN ACRES CITY
Att: David Miles
Purchasing Director
5958 Tenth Avenue Nor
Green Acres City, FL 33463
(561) 642-2013
CITY OF LEESBURG
Att: John Spence
Purchasing Director
P.O. Box 490630
Leesburg, FL 34749-0
(904) 728-9880
Page 13 " �'
• •
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
CITY OF BRADENTON
CITY OF JACKSONVILLE
Att: ED J. Hargaden
Aft: Jacquie Gibbs
Purchasing Director
Chief Procurement & Supply
1300 6th Street West
220 East Bay Street 3
Bradenton, FL 34205
Jacksonville, FL 322
(941) 748-0800
(904) 630-1192
CITY OF DUNEDIN
CITY OF LAKELAND
Att: Jeff Thomas
Att: Pat. Williams
Purchasing Manager
Purchasing Director
750 Milwaukee Avenue
1140 E. Parker Street
Dunedin, FL 34698
Lakeland, FL 33801
(813) 738-1843
(813) 499-6780
CITY OF EUSTIS
CITY OF LONGWOOD
Att: Norman Showley
Att: Rhonda Ledford
Director of General Svcs.
Purchasing Director
P.O. Drawer 68
175 W. Warren Avenue
Eustis, FL 32727-0068
Lakeland, FL 327504197
(352) 483-5470
(407) 260-3480
CITY OF FT. MYERS
CITY OF MELBOURNE
Att: Robert George
Att: David McCue
Purchasing Director
Purchasing Manager
P.O. Box 2443
900 E. Strawbridge Av
Ft. Myers, FL 33902-2443
Melbourne, FL 32900
(941) 332-0593
(407) 953-6271
CITY OF PORT ST. LUCIE CLAY COUNTY SCHOOL BOARD
Att: David Pollard Att: Ann Martin,
Purchasing Director Purchasing Director
121 S.W. Port St. Lucie Blvd. 900 Walnut Street
'Port St. Lucie, FL 34984 Green Cove, Springs FL 32043
(407) 871-7391 (904) 284-6502
CITY OF PANAMA CITY
COLLIER COUNTY PURCHASING
Att: Veryl J. McIntyre
Att: Steve Carnell,
General Servs. Director
Purchasing Director
519 East 7th Street
3301 E. Tamiami Trail
Panama City, FL 32401
Naples, FL 34112
(850) 872-3070
(941) 774-8425
Page 14 02— 0 7
•
MIAMI-DADE COUNTY
CITY OF POMPANO BEACH
Att: Ernie Siegrist
General Servs. Director
P.O. Drawer 1300
Pompano Beach, FL 33061
(954) 786-4098
CITY OF RIVIERA BEACH
Att: Veronique Rellford
Purchasing Director
2391 Avenue "L"
Riviera Beach, FL 33404
(407) 845-4180
CITY OF ST. AUGUSTINE
Att: M.D. Strickland
P.O. Box Drawer 219
St. Augustine, F133061
(901) 825-1020
CITY OF ST. PETERSBURG
Att: Louis Moore
Purchasing Director
P.O. Box 2842
St. Petersburg, FL 33731
(813) 893-7220
CITY OF TAMPA
Att: Joan McConnell
Purchasing Director
306-E. Jackson St., 2°1 F1r
Tampa, Fl 33602
(813) 274-8353
CITY OF VENICE
Att: John Enlow
Purchasing Director
401 West Venice Avenue
Venice, FL 34285
(813) 485-3311
40
BID NO.: IB5439.4/06-OTR-SW
COLLIER COUNTY SCHOOL BOARD
Att: Nancy Goodwin-Sirko
Purchasing Director
3710 Estey Avenue
Naples, FL 33942
(813) 643-2700
COLUMBIA COUNTY SCHOOL BOARD
Att: R.M. "Mike" Null,
Purchasing Director
528 W. Duval St.
Lake City, FL 32055
(904) 755-8030
DEPT. OF CORRECTIONS -REGION
Att: Patti Casey,
Purchasing Director
P.O. Box 147007
Gainsville, FL 32614
(352)955-2035
EMBRY RIDDLE AERO. UNIV.
Att: Kathy Welch
Purchasing Director
600 S. clyde Morris Blvd.
Daytona Beach, F132174-3900
(904) 226-6243
HILLSBOROUGH COUNTY
PURCHASING
Att: Theodore Grable
Purchasing Director
East 601 E. Kennedy Blvd. County Center
Tampa, Fl 33602
(813)272-5290
Page 15
HRS -DISTRICT 14 STATE OF FLORIDA
Att: Glenda "Dianne" Forgey
Purchasing Director
P.O. Box 605
Polk City, FL 33868
(941) 533-4276
- 07
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
CITY OF WINTER SPRINGS
INDIAN RIVER SCHOOL DISTRICT
Att: JP Petrencsik
Att: Rick Chuma,
Purchasing Director
Purchasing Director
1126 E. SR. 434
1990 25th Street
Winter Springs, FL 32708-2799
Vero Beach, FL 32960
(407) 327-1800
(561) 770-5581
LEE COUNTY SCHOOL DISTRICT
PINELLAS COUNTY SCHOOL BOARD
Att: Michael Bowen
Att: Mark Lindemann
Purchasing Director
Purchasing Director
2523 Market Street
301 4th Street S.W.
Ft. Myers, Florida 33901-3901
Largo, FL 33770
(941) 337-8201
(813) 588-6143
LEE COUNTY SHERIFF'S OFFICE POLK COUNTY SCHOOL
Att: Robert Anderson Att: Gerald Wilson
Purchasing Director_ Purchasing Director
14750 Six Mile Cypress Pkwy. 2470 Clower Lane
Fort Myers, Florida 33912 Bartow, FL 33831-9005
(941) 477-1312 (813) 534-0300
LEON COUNTY SCHOOL BOARD
PUTNAN COUNTY
Att: Byron Williams
Att: Willian Phillips
Purchasing Director
Purchasing Director
2757 West Pensacola Street
P.O. Box 1647
Tallahassee, Florida 32303
Palatka, FL 32177
(904) 487-7283
(904) 329-0370
MANATEE COUNTY
Att: Rob Cuthbert
Purchasing Director
1112 Manatee Ave., West
Suite 803
Bradenton, FL 32405
(813) 749-3041
OKALOOSA COUNTY BOCC SCHOOL BOARD OF SARASOTA COUNTY
Att: James "Pete" Sumblin Att: Pat Black
Purchasing Director Purchasing Director
602-C N. Pearl Street 101 Old Venice Rd.
Crestview, FL 32536 Osprey, FL 34229
(904) 689-5960 (813) 486-2183
Page 16
MIAMI-DADE COPTY
OSCEOLA SCHOOL DISTRICT
Att: Donald Miller
Purchasing Director
817 Bill Beck Blvd.
Kissimmee, FL 34744
(407) 870-4625
PASCO COUNTY, BCC
Att: Frank Fortino
Purchasing Director
8919 Government Drive
New Port, FL 34654
(813) 847-8194
VOLUSIA COUNTY SCHOOL BOARD
Att: Tom Simms
Purchase Director
P.O. Box 2118
Deland, FL 32721
(904) 255-6475
CITY OF OCALA
Att: John Tingue
Purchasing Director
P.O. Box 1270
Ocala, FL 34478
(352) 351-6700
0
BID NO.: IB5439-4/06-OTR-SW
ST. JOHNS COUNTY SCHOOL BOARD
Att: Don Hurd
Purchasing Director
299 Sch000l House Rd.
St. Augustine, FL 32095
(904) 826-3312
TAMPA SPORTS AUTHORITY
Att: Joseph Haugabrook
Purchasing Director
4201 N. Dale Marby HWY.
Tampa, FL 33607
(813) 673-4300
VOLUSIA COUNTY
Att: Kenneth Hayslette
Purchase Director
123 W. Indiana Ave., 3rd Floor
Deland, FL 32720-4608
(904) 736-5935
DEPARTMENT OF TRANSPORTATION
Att: Doug Smit
Contractual Services
3400 West Commercial Blvd,
Fort Lauderdale, FL 33309-3421
(954) 777-4477
ORANGE COUNTY CITY OF OVIEDO
Purchasing Department Att: Denise K. Schneider,
201 S. Rosalind Avenue 400 Alexandria Blvd.
Orlando, FL 32802 Oviedo, FL 32765
(407) 836-5635 (407) 977-6058
2.22 ACCIDENT PREVENTION AND BARRICADES:
Precautions shall be exercised at all times for the protection of persons and property. All
Contractors and Sub -Contractors shall conform to all OSHA, State and County
regulations while performing under the Terms and Conditions of this contract. Any fines
levied by the above mentioned authorities because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same. Barricades shall
be provided by the bidder when work is performed in areas traversed by persons, or when
deemed necessary by the County Project Manager.
Page 17
2.23
2.24
2.25
i
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4/06-OTR-SW
COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this bid shall be in accordance with all governmental
standards, to include, but not 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).
LABOR AND MATERIAL CHARGES
The awarded bidder shall provide the County with quality labor and materials on an as
needed, when needed basis. Accordingly, the bidder shall indicate the cost of this labor
and materials on its bid proposal form. The bidder shall not offer an overtime hourly
labor rate that exceeds 1 112 times the value of the regular hourly labor rate; nor shall the
bidder offer a cost of materials that exceeds a 20% mark-up from the bidder's actual cost.
If either excesses are reported on the bidder's proposal, the bid shall be considered non-
responsive and ineligible for award.
PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION
BASED ON PRICE QUOTES:
While the County has listed all major items on the bid solicitation which are utilized by
County departments in conjunction with its operations, there may be ancillary items that
must be purchased by the County during the term of this contract. Under these
circumstances, a County representative will contact the primary vendor to obtain a price
quote for the ancillary items. If there are multiple vendors on the contract, the County
representative may also obtain price quotes from these vendors. The County reserves the
right to award these ancillary items to the primary contract vendor, another contract
vendor based on the lowest price quote or to bid the items through a separate solicitation.
Page 18
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
SECTION 3.0, TECHNICAL SPECIFICATIONS
TESTING OF FIRE APPARATUS AERIAL DEVICES AND GROUND LADDERS
3.1 GENERAL PROVISIONS
Miami -Dade Fire Rescue Department requires the services of a qualified company to test
and certify various types of fire service aerial devices and ground ladders.
3.2 MINIMUM TESTING PROCEDURES
All aerial devices shall be tested in accordance with the procedures described in N.F.P.A.
1914 "Testing Fire Department Aerial Devices" published by the National Fire Protection
Association, 1997 edition. Testing will include all annual and non destructive test
requirements.
All ground ladders shall be tested in accordance with the procedures described in
N.F.P.A. 1932 "Service Testing of Fire Department Ground Ladders" 1999 edition,
including any tentative interim amendments.
3.3 DOCUMENTATION
A complete test report for each aerial device and ground ladder inspection shall be
forwarded to the Miami -Dade Fire Rescue Department within fourteen (14) calendar days
of completion of inspection. A certificate of inspection shall accompany the report of
each aerial device that successfully completes the test procedure. A list of
recommendations shall accompany the report of each aerial device, addressing any
irregularities observed that are not addressed in the N.F.P.A. testing procedure but are
believed by the testing company to violate acceptable industry standards or to
compromise safe operating practices.
A certificate of inspection shall be provided for each aerial device that did not
successfully complete the test procedures but was subsequently repaired to the
satisfaction of the testing company. The certificate of inspection shall be forwarded to
the Miami -Dade Fire Rescue Department within ten (10) calendar days of receipt of
documentation that all discrepancies have been rectified.
3.4 LOCATION OF TESTING
All testing shall be performed within the corporate limits of Miami -Dade County, Florida
at locations designated by the Miami -Dade Fire Rescue Department.
Page 19 062— Q
MIAMI-DADE COUNTY
3.5 RETESTING
BID NO.: IB5439-4106-OTR-SW
Should a unit require re -testing for minor defects (small weld cracks, hydraulic leaks,
etc.) no additional cost shall be incurred as long as the testing company is still in Miami -
Dade County conducting original testing.
3.5 QUALIFICATIONS OF BIDDERS
In addition to the qualifications of personnel conducting the'tests, as required in N.F.P.A.
# 1914 and #1932, the testing company shall meet the following criteria and shall include
with the Bid Proposal any documentation required. Failure to include proof of meeting
the following requirements with the Bid Proposal Forms may render your bid non-
responsive.
A. Have been in the business of testing fire service aerial devices for a minimum of
five years.
B. Your company is factory trained on the devices to be tested.
C. Submit the name of an structural engineer who will direct the inspections and
interpret the test results.
D. Must be able to demonstrate that your company is not in the business of building
or repairing fire service aerial devices.
E. Provide documentation that the company's test personnel are certified by the
American Society of Non -Destructive Testing and have current proficiency
F. Provide documentation that your Company has been awarded OSHA
accreditation as a Nationally Recognized Testing Laboratory, as set forth in Code
29 of Federal Regulations, Section 1910.7, Appendix A.
Page 20
•
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4/06-OTR-SW
DPM, BIDS & CONTRACTS DIV. OPENING: 2:00 P.M.
Vendor Assistance Section
FRIDAY
Stephen P. Clark Center .'i June 22, 2001
111 NW I" Street, 23rd Floor INVITATION TO BID
Suite 2350 SECTION 4.0
Miami, Florida 33128-19$9 BID PROPOSAL FORMS
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
MIAMI-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 DPM Date Issued: 5125101 This Bid Proposal Consists of
by: Bids & Contracts Division Pages 21 thru 25 + Affidavits
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid
Proposal. Such other contract provisions, specifications, drawings or other data as are attached or
incorporated by reference in the Bid Proposal, will be received at the office of DPM, Bids and Contracts
Division, Vendor Assistance section 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
Proposal Requirement.
TESTING OF VARIOUS FIRE APPARATUS AERIAL DEVICES AND GROUND
LADDERS FOR THE LOGISTICAL SERVICES DIVISION OF THE MIAMI DADE
FIRE RESCUE DEPARTMENT FOR A ONE (1) YEAR PERIOD WITH OPTION TO
RENEW FOR FOUR (4) ADDITIONAL YEARS
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 NIA 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 UNRESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 65-05
PROCUREMENT AGENT SHERRY CROCKETT
FIRM NAME:
RETURN THREE COPIES OF BID PROPOSAL PAGES ONLY
FAILURE TO SIGN PAGE 24 OF SECTION 4.0, BID PROPOSAL, WILL RENDER
YOUR BID NON-RESPONSIVE
REVISED 6128100
Page 21
•
MIAMI-DADE COUNTY BID NO.: IB5439-4/06-OTR-SW
BID PROPOSAL FOR:
TESTING OF VARIOUS FIRE APPARATUS AERIAL
DEVICES AND GROUND LADDERS
FIRM NAME:
ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL
WE PROPOSE TO FURNISH ALL LABOR, MATERIALS, TOOLS, EQUIPMENT,
TRANSPORTATION AND SERVICES NECESSARY TO TEST, INSPECT AND CERTIFY
ANY OR ALL OF THE FOLLOWING AERIAL DEVICES AND GROUND LADDERS
LOCATED WITHIN METROPOLITAN DADE COUNTY, FLORIDA
I . 21 each
50' telesqurts. $
$
2. 5 each
65' telesqurts. $
$
3. 4 each
100' LTI Platforms. $
$
4. 2 each
100' Ladders. $
$
5
Ground ladders, extension
$ /Ft.
type (provide price per foot)
6.
Ground ladders, straight
$ /Ft.
type (provide price per foot)
7.
Conduct a spectra chemical analysis
And physical properties test of the aerial
Device hydraulic oil and provide written
Laboratory maintenance recommendation
(provide a price per sample)
$
TOTAL
$
*Testing/Certif cation can commence in _ calendar days after receipt of order.
Page 22 02— 0 7
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
BID PROPOSAL FOR:
TESTING OF VARIOUS FIRE APPARATUS AERIAL
DEVICES AND GROUND LADDERS
FIRM NAME:
ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL
NOTE: BIDDER QUESTIONARE MUST BE FILLED OUT COMPLETELY (ALL
QUESTIONS ANSWERED) AND RETURNED WITH BID PROPOSAL OR
BID MAY BE DEEMED NON-RESPONSIVE.
LIST BELOW THE NAME, ADDRESS, TELEPHONE NUMBER AND CONTACT PERSON
OF AT LEAST TWO (2) FIRE DEPARTMENTS FOR WHICH YOU HAVE PROVIDED
FIRE APPARATUS AERIAL DEVICE AND GROUND LADDER TESTING WITHIN THE
PAST TWO (2) YEARS.
DEPARTMENT LOCATION
TEL. NO. CONTACT
PERSON
LIST BELOW ALL RELEVANT TRADE CERTIFICATION INCLUDING MINIMUM
REQUIREMENTS PER BID SPECIFICATIONS AND ATTACH DOCUMENTATION
.(CERTIFICATES, ETC.) OF SAME. *USE ATTACHMENT(S) IF NECESSARY.
Page 23 02— 0 7
MIAMI -DA
DE COUNTY BID NO.: IB5439-4/06-OTR-SW
BID PROPOSAL FOR:
TESTING OF VARIOUS FIRE APPARATUS AERIAL DEVICES AND
GROUND LADDERS
Prompt Payment Terms: % days net days
FEI NO.:
(Bidder Federal Employer Identification Number as used on Return Form 941)
If none, Bidder Social Security No.
The undersigned bidder certifies that this bid proposal is submitted in accordance with the bid specifications
and conditions governing this bid, and that the bidder will accept any award(s) made to him as a result of this
bid.
FIRM NAME
STREET ADDRESS
CITY/STATE/ZIP CODE
TELEPHONE NUMBER
E-MAIL
FAX NUMBER
*AUTHORIZED SIGNATURE Date
*PERSON AUTHORIZED TO ENTER INTO CONTRACTUAL AGREEMENT
PRINT NAME OF AFFIANT
TITLE OF OFFICER
FAILURE TO SIGN THIS PAGE, WILL RENDER YOUR BID NON-RESPONSIVE
Page 24
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4/06-OTR-SW
BID PROPOSAL FOR:
TESTING OF VARIOUS FIRE APPARATUS AERIAL DEVICES AND
GROUND LADDERS
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
Addenduuo #3, Dated
Addendum #4, Dated
Addendum #S, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
Addendum #9, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE:
TITLE OF OFFICER:
Page 25
DATE:
J � 97
APPENDIX
SECTION 1
GENERAL TERMS AND CONDITIONS
AFFIDAVITS
INFORMAL BID
��
L 2-,�
TM SECT{ON 4.0 FORMAL HED. DOC Revised 41iZ"
MIAMI—DADE COUNTY BID NO.; IBS4394/06—OTR—SW
MIAMI-DADE COUNTY BID AFFIDAVITS
■ DISABILITY NONDISCRIMINATION AFFIDAVIT
(Resolution R-385-95) Section 1 (1.3 C)
1, being duly first sworn, state that this firm, corporation, or organization is in compliance with and agrees to continue to
comply with, and assure that any subcontractor, or third party contractor under this contract complies with all applicable
requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of
programs and services, transportation, communications, access to facilities, renovations, and new construction.
The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C, Sections 225 and 611
including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private
Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions.
The Rehabilitation Act of 1973, 29 U.S.G. Section 794
The Federal Transit Act, as amended 49 U.S.C. Section 1612
The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631
MIAMI—DADE COUNTY COLLECTION OF TAXES,
FEES AND PARKING TICKET; AFFIDAVIT
(Ordinance 95-178) Section '1 (1.3 E)
I, being first duly sworn state that in compliance with the procedures contained in Section 2-8.1(c) of the Code of Miami -
Dade County, and as amended by Ordinance 95-178, this firm hereby certifies that the foregoing statements are true and
correct.
That all delinquent and currently due fees or taxes (including, but not limited to, real and personal property taxes, convention
and tourist development taxes, utility taxes, and occupational license taxes) collected in the normal course by the Miami -
Dade County Tax Collector and County issued parking tickets for vehicles registered in the name of the above firm, have
been paid.
AFFIDAVIT RELATING TO INDIVIDUALS AND ENTITIES
ATTESTING BEING CURRENT IN THEIR OBLIGATIONS TO MIAMI-
DADE COUNTY (Ordinance 99-162) See Section 1(1.3 N)
I, being first duly sworn state that in compliance with County Ordinance 99-162, the bidder is not in arrears in any payment
under a contract, promissory note or other loan document with the County, or any of its agencies or instrumentalities,
including the Public Health Trust (hereinafter referred to as "County"), either directly or indirectly through a fum,
corporation, partnership or joint venture in which the individual or entity has a controlling financial interest as that term is
defined in Section 2-11.1(b)(8) of the County Code.
• MIAMI—DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT
(Ordinance 93-129) Section 1 (1.31)
I, being duly first sworn, upon oath deposes and says that the bidder of this contract or his agents, officers, principals,
stockholders, subcontractors or their affiliates are not debarred by Miami -Dade County.
Page I of 6 Revised 0&28M
f) 4" af��
MIAMI-DADE COUNTY
•
BID NO.: IB5439-4/06-OTR-SW
■ AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY -
AFFIDAVIT (Ordinance 98-30) Section 1 (1.8 B)
1, being duly first sworn, herby states that the bidder of this contract has a current Affirmative Action Plan and/or
Procurement Policy, as required by Ordinance 98-30, processed and approved for filing with the Miami -Dade County
Department of Business Development (DBD) under the file No. and the
expiration date of
Witness:
Witness:
Signature
S ignature
The foregoing instrument was acknowledged before me this
FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT:
Signature
Legal Name and Title
day of 20
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE:
By: ,
with
❑a
PLEASE NOTE.
having the title of
corporation ❑ partnership [] joint venture
[] DOES NOT APPLY - MY COMPANY'S REVENUE IS LESS THAN $5 MILLION
Signature
Date
Ordinance 82-37 requires that all properly licensed architectural, engineering, landscape architectural, and land surveyors have an
affirmative action plan on file with the County.
Ordinance 98-30 requires that firms that have annual gross revenues in excess of five (5) million dollars have an affirmative action
plan and procurement policy on file with the County. Firms that have a Board of Directors that are representative of the population
make-up of the nation are exempt.
For questions regarding these requirements, please contact the Miami Dade County Department of Business Development
at 305-349-5960
This affidavit must be properly executed by the bidder and included with the bid proposal
Page 2 of 6 Revised 06/28/00
4 -N1 9 -g
p,„�_f dr
MIAMI-DADE COUNTY BID NO.: IB5439-4106-OTR-SW
■ AFFIRMATIVE ACTION PLAN EXEMPTION AFFIDAVIT -
(Ordinance 98-30) Section 1 (1.8 B)
I, being duly first sworn, upon oath deposes that the bidder of this contract has a Board of Directors which is representative of
the population snake -up of the nation and hereby claims exemption in accordance with the requirements of Ordinance 98-30.
Said bidder has a current Board of Directors Disclosure form, as required by Ordinance 98-30, processed and approved for
filing with the Miami -Dade County Department of Business Development (DBD) under the file No.
and the expiration date of
Witness:
Witness:
Signature
Signature
M
Signature
Legal Name and Title
The foregoing instrument was acknowledged before me this day of , 20
FOR A CORPORATION, PARTNERSHIP -OR JOINT VENTURE:
By:
with
having the title of
Ela corporation ❑ partnership ❑ joint venture
PLEASE NOTE:
Ordinance 98-30 requires that firms that have annual gross revenues in excess of five (5) million dollars have an
affirmative action plan and procurement policy on frle with the County. Firms that have a Board of Directors that are
representative of the population make-up of the nation are exempt.
For questions regarding these requirements, please contact the Miami Dade County Department of Business
Development at 305-349-5960
This affidavit must be properly executed by the bidder and included with the bid proposal
NOTE
SIGN AND NOTARIZE THE FOLLOWING PAGE.
BY SIGNING AND NOTARIZING THE FOLLOWING PAGE YOU ARE
ATTESTING TO PAGES 1 THROUGH 3 OF THE AFFIDAVITS
Page 3 of 6 Revised 06128!00
MIAMI-DADE COUNTY
BID NO.: IB5439-4106-OTR-SW
MIAMI-DADE COUNTY AFFIDAVITS SIGNATURE PAGE
By —20 --
Signature of Affiant Date
Printed Name of Affiant and Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20_
He/She is personally known to me or has presented as identification.
Type of identification
Signature of Notary
Print or Stamp Name of Notary
Notary Public – State of
Serial Number
Expiration Date
Notary Seal
Page 4 of 6
Revised 06/28/00
MIAMI-DADE COUNTY
BID NO.: IB54�-4/06-OTR-SW
FAIR SUBCONTRACTING PRACTICES
(Ordinance 97-35) Section 1 [1.8 D(4)]
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.SD(4)
NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
sigmwre
Page 5 of 6
Date
Revised 02/25/00
MIAMI-DADE COUNTY# BID NO.: IB5439-4106-OTR-SW
' MIAMI-DADE COUNTY •�
CERTIFICATION OF RECYCLED
- ENVIRONMENTALLY ACCEPTABLE PACKAGING
PRODUCT CONTENT
RESOLUTION (R-738-92) Section 1 (1.8 C)
MINIMUM
CERTIFIED CONTENT
Bid Item
RECYCLED PRODUCTS
RECOVERED MATERIALS
RECYCA13LE PRODUCTS
Number
% Composition
Type of Material
% Composition
Type of Material
% Composition
Type of Material
DEFINITIONS
"Recycled Material" shall be defined as any waste material or by-products that have been recovered or diverted from
solid waste.
"Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials,
"Recyclable Product" shall be defined as the anility of a product and its packaging to be reused, reconditioned for
use, or recycled through existing recycling collection programs.
"Waste Reducing Product" shall be defined as any product which will result in less waste generated due to its use
rather than another product designed to serve the same function with a greater waste generation rate. This shall
include, but not limited to those products that can be reused, refilled or have a longer life expectancy and contain
a lesser amount of toxic constituents.
I have the knowledge to certify and do so by certify that the Minimum Materials Content in our product(s) are as
specified on this form and conform with the definitions as shown above.
NAME
ADDRESS
CITY
STATE
ZIP
SIGNATURE
TITLE
Page 6 of 6 Revised 02/25/00
t10 C) _ )
4.e A, i