Loading...
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