HomeMy WebLinkAboutR-00-1062J-00-1066
11/30/00
RESOLUTION NO. �� a 2
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PROCUREMENT OF ICE SERVICES
FROM PERFECT ICE CORPORATION FOR THE
DEPARTMENT OF PURCHASING TO BE USED BY
VARIOUS CITY DEPARTMENTS ON AN AS -NEEDED
CONTRACT BASIS, UNDER EXISTING MIAMI-DADE
COUNTY CONTRACT NO. 0883-2/02-OTR, EFFECTIVE
THROUGH OCTOBER 31, 2001, AND ANY EXTENSIONS
THERETO; ALLOCATING FUNDS THEREFOR FROM EACH
OF THE OPERATING BUDGETS OF VARIOUS USER
DEPARTMENTS, SUBJECT TO BUDGETARY APPROVAL.
WHEREAS, the Department of Purchasing requires the
procurement of ice services to be used by various City
departments on an as -needed contract basis; and
WHEREAS, the City Manager and the Director of the Department
of Purchasing recommend the procurement of ice services from
Perfect Ice Corporation for use by various City departments on an
as -needed basis under existing Miami -Dade County Contract
No. 0883-2/02-OTR be approved; and
CITH COi MISSION
MEETING OF
DEC 1 4.7090
Resolution 140.
6} `l L
® --
WHEREAS, funds are available from each of the budgets of the
various user departments, subject to budgetary approval for said
procurement;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference and
incorporated as if fully set forth in this Section.
Section 2. The procurement of ice services from Perfect
Ice Corporation for the Department of Purchasing to be used by
various City departments on an as -needed contract basis, under
existing Miami -Dade County Contract No. 0883-2/02-OTR, effective
through October 31, 2001, and any extensions thereto, with funds
therefore hereby allocated from each of the Operating Budgets of
various user departments, subject to budgetary approval.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.!/
1� 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 become' effective
immediately upon override of the veto by the City Commission.
If,
Page 2 of 3 u� �'
•
•
M
PASSED AND ADOPTED this 14th day of
I
ATTEST:
December 1 2000.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this Idgis!"ition by signing it in the designated Ace provided, sald
becomes effective with the elapse of terl ( 0) df 7", from ii of
r VA e tq.
regarding same, without the Mayo,,Pxer A1,10r) �l
WALTER J. FOEMAN
CITY CLERK
APPROVED AS
ALEJI�N�dW - VI
CITY ATTORNE
W4894:,LB-/SSS
41f�'CORRECTNESS:t/
Page 3 of 3
TO: Honorable Mayor and
Members of the City
enez
FROM: city Manager
RECOMMENDATION
CITY OF MIAMI, FLORIDA * CA=14
INTER -OFFICE MEMORANDUM
DATE : NOV Z 9 !l'�� FILE
Commission
SUBJECT: Resolution Authorizing
Purchase of Ice
Services citywide
Miami -Dade County Bid
REFERENCES: No. 0 8 8 3- 2/ 0 2- OTR
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the purchase of ice services,
from Perfect Ice Corporation, Hispanic/Miami-Dade County vendor
located at 5220 NW 72 Avenue, Miami, FL 33676; under existing
Miami -Dade County Contract No. 0883-2/02-OTR, effective until
October 31', 2001, subject to any extensions thereto by Miami -Dade
County, for the Department of Purchasing, to be utilized citywide
on an as needed contract basis. Funds are to be utilized from
various user departments and requiring budgetary approval of
funds to utilize this purchase from individual departmental
accounts prior to usage.
BACKGROUND
The Department of Purchasing has seen a need to secure a contract
for ice services citywide. It is therefore recommended that
award be made to Perfect Ice Corporation under existing Miami -
Dade County Contract No. 0883-2/02-OTR for the Department of
Purchasing to be utilized citywide- on an as needed contract
basis.
CAG/ 0
C/adm
ResoIceCitywideDadeCo
-10C9
•
.7
CONTRACT AWARD SHEET
GSA, PROCUREMENT MANAGEMENT DIVISION
,,l
BID NO.: 0883-2/03 Previous Bid No.: 0883-2/02-OTR
TITLE: Ice
COMMODITY CODE NO.: 390-35 OTR YEARS: 2 YEARS
CONTRACT PERIOD: 11-1-99 through 10-31-01
AWARD BASED ON MEASURES: ❑ YES ® NO
❑ Set Aside
❑ Goal
❑ Local Preference
❑ Prevailing Wages (Reso. 90-143)
PART #1: VENDOR AWARDED
F.E.I.N.:
65-0684616
VENDOR:
Perfect Ice Corporation
STREET:
5220 Nw 72 Avenue
CITY/STATE/ZIP:
Miami, F133166
F.O.B. TERMS:
Delivered
PAYMENT TERMS:
Net 30
DELIVERY:
Destination
PHONE:
305 477-2989
FAX:
305 477-5152
E-MAIL:
CONTACT PERSON:
Cesar Molina
❑ PROCUREMENT AGENT:
® SR PROCUREMENT AGENT: J.C. Romano
PHONE: 305-3754262
❑ Bid Preference
❑ BBE ❑ HBE ❑ WBE Owned Firms
❑ CSBE Level
GSA, PROCUREMENT MANAGEMENT DIVISION
1
AW,AiRD�SSHEEr.&c
•
•
PART #2: ITEMS AWARDED
1. 40# Pounds Bag Ice
...................$3.60 per bg.
2. 20# Pounds Bag Ice
..................$1.80 per bg.
3. 7# Pounds Bag Ice
.................. $ .63 per bg.
Options
Block Ice
100# or more...............................$6.40
per CWT
Less than 100# Lots........................$9.00
per CWT
Crushed Ice
Crushed or Snow Ice......................$2.70
per bg.
GSA, PROCUREMENT MANAGEMENT DIVISION
2
WARD Si=.dbc
PART #3: AWARD INFORMATION
❑ BCC ® PMD AWARD DATE: 918/99 AGENDA ITEM #:
BIDS & CONTRACTS RELEASE DATE: OTR YEAR:
ADDITIONAL ITEMS ALLOWED: YES
SPECIAL CONDITIONS:
TOTAL CONTRACT VALUE: $87,552.00
USER DEPARTMENT(S) DOLLAR ALLOCATED USER DEPARTMENT(S) DOLLAR ALLOCATED
AVIATION
$ 4,000.00
CORRECTIONS $ 16,000.00
HUD
$ 5,000.00
MDPD $ 5,000.00
PUBLIC WORKS
$ 3,000.00
PARKS $ 40,000.00
SEAPORT
$ 1,500.00
$
$
$
GSA, PROCUREMENT MANAGEMENT DIVISION
3
AWARD 2U 1-1
�► •
BID NO: 0883-2/03-OTR-CW-SW
OPENING: 2:00 P.M., WEDNESDAY
DATE: March 10, 1999
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
RE -BID OF 0883-2/02-OTR
ICE FOR DADE COUNTY DEPARTMENTS FOR A TWO (2) YEAR PERIOD
WITH COUNTY OPTION TO RENEW FOR TWO (2) ADDITIONAL YEARS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE -BID CONFERENCE/WALK-THRU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
FAIR SUBCONTRACTING PRACTICES:
LISTING OF SUBCONTRACTORS & SUPPLIERS
N/A
N/A
N/A
SEE SECTION-2.0, PARA. 2.11
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
FOR INFORMATION CONTACT: J.C. ROMANO
(305) 375-4262
MIAMI-DADE COUNTY
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
00-106
INSTRUCTIONS FOR MAILING A BID IN RESPONSE TO A
FORMAL BID SOLICITATION
Each bid proposal submitted to the CLERK OF THE BOARD 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.
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE
CLERK OF THE BOARD 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.' ANY BID RECEIVED AFTER THE DATE AND TIME
STATED IN THE INVITATION TO BID WILL NOT BE OPENED AND WILL NOT BE
CONSIDERED.
This bid shall be submitted to the following address:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street, 1-7th Floor, Suite 202
Miami, Florida 33128-1983
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.
aAboiler plite formal bid.doc 0 Rev. 1 �99,�
0�- 62.
SECTION 1
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 GSA Procurement Management Division.
The term "GSA" shall refer to Miami -Dade County's General Services Administration
Department.
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. r,
(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.
a:%oiler plate fomial bid.doc 1 Rev. 2/11/99
"+ 0
B. Additional Information/Addenda
(1) Request for additional information; explanation, clarification or
interpretation must be made in writing to GSA Procurement Management
Division contact person identified on the cover page of this bid solicitation
and file a copy with the Clerk of the Board, 111 NW 1 st Street, 17'' Floor,
Suite 202, Miami, Florida. The request shall be received. no later than
fourteen (14) working days prior to the bid opening date. Any request
received after that time may not be reviewed for inclusion in this bid
solicitation. The request shall contain the requester's name, 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. From the time of advertising until the County
Manager issues his or her recommendation, there is a prohibition on
communication with the County's professional staff. The ordinance does
"not apply to oral communications at pre -bid conferences, public meeting,
or public. presentations made to the Board of County Commissioners
during any duly noticed public meeting, or communications in writing at
any time with any County employee, official, or member of the Board of
County Commissioners unless specifically prohibited by the applicable bid
documents". Among other penalties, violation of these provisions "by any
particular bidder shall render any bid award to said bidder voidable."
-- — - -(2) -GSA -Procurement--Management 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.
(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.
aAboiler plate formal bid.doc 2 Rev. 2/11/99
•
•
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 all corrections
--- made by the bidder will be initialed in ink by the authorized agent. The use
of pencil or erasable ink or failure to comply with any of the foregoing may
result in the rejection of the bid.
(3) Where there is a discrepancy between the unit prices and any extended
prices, the unit prices will prevail.
(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
a:\boiler plate fontial biddoc 3 Rev. 2111 /99
-,9
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 delivery and/or completion 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
materials and/or supplies are not manufactured by the bidder, 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.
(8) Any telegraphic or facsimile bid will not be considered.
(9) The bidder shall_ incorporate in their hid price all 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.
B. Vendor Registration .
The County requires the bidder to complete a registration application
including the required disclosure 'affidavits with GSA Procurement
Management Division.: The bidder must be registered to be recommended
for any contract award*. To register, or for assistance in registering,
contact Vendor Assistance at 305-375-5287.
°Sectioo 2-11.1(d) of the County Code provides that a person (County Employee) may not enter into any
contract or transact any business through a firm, corporation, partnership or business entity in which be
or any member of his immediate family has a controlling financial interest, direct or indirect, with the
County or any person or agency acting for the 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.
aAboiler plate formal bid.doc 4 cv. 2/ 1/9
The following are the documents with the vendor registration application:
(1) Cuba Affidavit
Pursuant to County Resolution No. 656-93, the bidder shall certify that
neither the firm (individual, organization, corporation, etc.) submitting this
bid proposal or receiving this contract award nor any of its owners,
subsidiaries, or affiliated or related firms, are in violation of the Cuba
Democracy Act of 1992.
(2) 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.
(3) 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) who 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.
(4) 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 terminatiom
a:lboiler plate formal bid.doc 5 Rev. 2111/99
•
•
C.
(5) Family Leave Affidavit
Pursuant to County Ordinance No. 142-91, 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.
(6) W-9 and 81.09 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.
(7) 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.).
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. 95-198, the bidder shall
certify that all delinquent and currently due fees, taxes and parking tickets
have been paid. To verify or satisfy all delinquencies and currently due
fees, taxes and parking tickets, contact the Miami -Dade County Tax
Collector's Division at 305-375-5762.
(See Appendix - Section 1)
aAboiler plate formal bid doc 6 Rev. 2/111/9�9.,
F. Conflict of Interest and Code of Ethics
Pursuant to County Ordinance No. 98-73 amending Section 2-11.1(s) of
the County Code, every lobbyist whom is found to be in violation of this
section shall be prohibited from registering as a lobbyist or lobbying in
accordance with the following schedule:
First violation, for a period of 90 days from the date of determination of
violation;
Second violation, for a period of one (1) year from the date of
determination of violation;
Third violation, for a period of five (5) years from the date of
determination of violation;
The bidder shall be subject to the debarment provisions of Section 10-38 of
the County Code as if the bidder were a contractor where the bidder has
violated this section, either directly or indirectly or any combination
thereof, on three. or more occasions. As used herein, a "direct violation"
shall mean a violation committed by the bidders and an "indirect violation"
shall mean a violation committed by a lobbyist representing said bidder. If
this contract is entered into a violation of this section, it shall also render
-the contract voidable.
G. 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 :xom the County."
H. . Cuba Affidavit
Pursuant to County Resolution Nos., 202-96 and 206-96 as implemented
by Administrative Order 3-12, which restricts purchases from a firm
conducting business with . Cuba, and restricts travel to Cuba by the
successful bidder, respectively, the bidder shall be required to complete a
Cuba affidavit prior to the award of this bid solicitation. Failure to
complete the affidavit, may result in the rejection of the bidder's Proposal
and/or rescinding of the recommendation for award.
(See Appendix - Section 1)
2/11/99
a:Nboiler plate formal bid.doc % Rev. � �
0�Ch
-
•
I. Debarment Disclosure Affidavit „
Pursuant to County Ordinance No. 93-129, the bidder will agree to comply
with . 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 the
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 neither
the bidder, its subcontractors, or their officers, principals or affiliates, are
debarred by the County 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 false information can be punished by civil or criminal
penalties, or both, as provided for in the law.
.'(See Appendix - Section 1)
J. Independent Private Sector Inspector 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
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 1/4of 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
(Contractor/Vendor%Consultant). The audit cost shall also be included in
all change orders to this contract and all contract renewals and extensions.
aAboiler plate formal bidddoc
E
8 Rev. 2/11/99
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
r - 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, 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
(ContractorNendor/Consultant), its officers, agents, employees,
subcontractors and suppliers. The (ContractorNendor/Consultant) shall
incorporate the provisions in this section in all subcontracts and all other
aAboiler plate formal bid.doc 9 Rev. 2/11/99
0
agreements executed by the (ContractorNendor/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 (ContractorNendor/Consultant) or third parties.
K. 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
lst Avenue, 28`h Floor, Miami, FL 33123-1844, Phone: 305-523-2100.
L. 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."
M. Project Fresh Start -Welfare -to -Work Initiative
"In accordance with Resolution R-702-98, all bidders who employ twenty-
five (25) or' "more employees on County contracts for - purchase of goods.
and services resulting :in actual payment of $500,000 or more, and all
bidders who employ twenty-five (25) *or more employees on County or
Public Health Trust construction contracts resulting in actual payment of
$500,000 or more, shall contribute to Project Fresh Start, the County's
welfare -to -work initiative, based on the following scale:
I If the entity has a contract with the County that results in actual
payment of an amount between $500,000 to $1,000,000, then that
entity shall contribute $5;000 to Project Start;
H If the .entity has a contract with the County that results in actual
payment of an amount between'$1,000,001 to $5,000,000, then that
entity shall contribute $10,000 to Project Start;
a:\boiler plate formal bid.doc 10 Rev.2/11/99
����62.
III If the entity has a contract with the County that results in actual
payment of an amount between $5,000,001 to $10,000,000. then that
entity shall contribute $20,000 to Project Start;
IV If the entity has a contract with the County that results in actual
payment over $10,000,001, then that entity shall contribute $25,000 to
Project Start.
Resolution R-702-98 applies to all such contracts whether competitively
bid by the County or not. Applicable contracts that have received
authorization by the Board of County Commissioners to waive formal
bidding procedures must also contribute to Project Fresh Start.
An entity may request a waiver of the requirements of Resolution R-702-
98 if the bidder can demonstrate that five -percent (5%) of the bidder's
work force consists of individuals residing in Miami -Dade County and
who have lost or who will lose cash assistance benefits (formerly Aid to
Families with Dependent. Children "AFDC") as a result of the Personal
Responsibility and Work Opportunity Reconciliation Act of 1997."
(See Appendix - Section 1)
1.4 MODIFICATION OR WITHDRAWAL OF A BID
A. Modification of a Bid
Any modification by the bidder to a bid shall be submitted to the CLERK
OF THE BOARD 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. A
bid may be withdrawn only by written letter received by the CLERK OF
THE BOARD prior to the bid opening date. 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.
aAboiler plate formal bid.doc I I Rev. 2/I "9
00-lU62
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. 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.
C. 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 contracts which are.defaulted
as surety or otherwise upon any obligation to the County.
D. Waiver of Informalities
The County reserves the right to waive any informalities or irregularities in
this bid solicitation.
E. Demonstration of Competency
(1) A bid will only be considered from a firm which 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
a:lboiler plate formal bid.doc 12 Rev. 2111/99
0 062
performing the requirement of this bid solicitation. The County may
consider any evidence available 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.
F. 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.
1.6 AWARD OF BID SOLICITATION
A. Contract
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
An}, tie bid will be decided by the Director of Procurement or designee,
and according to County Resolution 1574-88.
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 the successful
aAboiler plate formal bid.doc
13
Rev. 2/11/99
00-iU62
bidder is in default of the contractual requirements, the County, through
action taken by GSA. Procurement Management Division, 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
F.
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.
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 -
dollars - that will be used during the contract period. The County is not
obligated to place any order for 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. Said estimates may be
used by the County for purposes of determining the low bidder meeting
specifications.
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 tenons,
conditions and awards rendered under this bid solicitation, unless such
purchases are determined to be in the best interest of the County.
a:\boiler plate fomnal bid.doc 14 Rev. 2111/99
I. Local Preference
The award of this bid solicitation is subject to County Ordinances Nos. 96-
26, 94-166 and 94-196, and Resolution No. R-50-96; which, except where
Federal or State law mandates to the contrary, allow preference to be given
to a local business in the amount of one and one-half percent (1.5%) for
Miami -Dade County and one percent (1 %) for Broward County of the bid
proposal price. For the purposes of the applicability of this Ordinance,
"local business" means the bidder has its headquarters located in Miami -
Dade or Broward Counties or has a place of business located in Miami -
Dade or Broward Counties at which it will produce, distribute and/or
perform a substantial portion of the goods and/or services to be purchased.
J. 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 contract 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 RIGHT OF APPEAL
Any bidder may protest any recommendation for contract award or rejection of all bids, in
accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the County Code,
as amended by, County Ordinances Nos. 95-201 and 95-126, and as established in
Administrative Order 3-21.
A. Bid Award Recommendation Over $500,000.00
This bid award recommendation will be in writing, signed by the Director
of GSA Procurement Management Division or designee and filed with the
Clerk of the Board. The bidder shall have ten (10) business days after the
filing of an award recommendation to file a written protest with the Clerk
of the Board. As a condition of initiating a protest of award
recommendation, the bidder shall post at the time of filing a Surety Bond (
cashier's check or money order ) in the amount of $500.00 payable to the
Board of County Commissioners. Failure to file the proper Bond at the
time of filing the protest, will result in denial of the protest. If, the
Hearing Examiner's ruling is in favor of the County's
recommendation, the bidder's Bond may be forfeited and the County
may seek all costs, attorney's and,administrative fees.
B. Bid Award Recommendation Over $100 000.00 and up to $500,000.00
This bid award recommendation will be posted in the lobby of the Stephen
P. Clark Building. It shall be the responsibility of the bidder to monitor.
a:\boiler plate forrnal bid.doc 15 Rev. 2/11/99
0-� 2
such Bulletin Board after the bid opening to ascertain that a
recommendation for award has been made. bid award recommendations
are posted by. 9:00 A.M., every Monday. In addition, the bidder can call
the bid Award Recommendation Line at 305-375-4724 or (800) 510-
4724, or contact the person identified on the cover page of this bid
solicitation. The bidder shall have five (5) business days after the posting
of an award . recommendation to file a written protest with the General
Services Administration, Procurement Management Division. The bidder
shall post at the time of filing, a Surety Bond ( cashier's check or money
order ) in the amount of $500.00 payable to the Board of County
Commissioners. Failure to submit the proper Bond at the time of filing
the protest, will result in denial of the protest. If, the Cou®ty
Manager, or designee, upholds the recommendation of the contracting
department, the bidder's Bond may be.forfeited and the County may
seek all costs, attorney's and administrative fees.
1.8 CONTRACTUAL OBLIGATIONS
A. Rules, Regulations, Licensing Requirements
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 Emnlovment 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 proposals/bids 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.
aAboiler plate formal bid.doc 16 Rev. 2/11 /99
r 1
J
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)
(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 standard manufacturer's warranty may be superseded by the Special
Conditions.
D. 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.
aAboiler plate formal bid.doc 17 Rev. 2/11/99
00--lu
9 . 0
(3) Where subcontracting is permitted, the successful bidder shall obtain
written consent of theCounty 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 Ordinance No. 97-104, all bidders- and respondents on
County contracts for purchase of supplies, materials or services, including
professional services, which involve the expenditure of $100,000 or more
and all bidders or respondents on County or Public Health Trust
construction contracts which involve the expenditure of $100,000 or more
shall include, as part of their bid or proposal submission, a listing which
"identifies all first tier subcontractors who Will perform any part of the
contract work and describes the portion of the work such subcontractor
will perform, and all suppliers who will supply materials for the contract
work direct to the bidder or respondent and describes the materials to be
supplied. Failure to include such listing with the bid or proposal shall
render the bid or proposal non -responsive. Ordinance No. 97-1 W, applies
to all contracts whether competitively by the County or not. Those
contracts that have received authorization by the Board of County
Commissioners to waive formal bidding procedure must also provide a
listing of all first tier subcontractors and' direct suppliers..
`Subcontractor/Supplier Listing, SUB - Form 100'. may be utilized to
-provide the information required by this paragraph. A bidder or
respondent who is, awarded the contract shall not change or substitute first
tier subcontractors or direct suppliers or the portions of the contract work
to be performed or materials to be supplied from those identified in the
listing submitted with the bid or proposal except,upon written approval of
the County. (See Appendix - Section 1)
NOTE: ORDINANCE NO. 97-104 REQUIRES A BID OR
PROPOSAL FOR A COUNTY OR PUBLIC HEALTH
TRUST CONTRACT INVOLVING THE EXPENDITURE
OF, $100,000 OR MORE INCLUDE A LISTING OF
SUBCONTRACTORS AND SUPPLIERS WHO WILL BE
USED ON THE CONTRACT, AND PROVIDES FAILURE
TO INCLUDE THE REQUIRED LISTING SHALL.
RENDER THE BED OR PROPOSAL NON -RESPONSIVE.
THE REQUIRED LISTING MUST BE SUBMITTED AND
SIGNED EVEN THOUGH THE BIDDER OR PROPOSER
WILL NOT - UTILIZE SUBCONTRACTORS OR
SUPPLIERS ON THE CONTRACT. IN THE LATTER
CASE, THE LISTING MUST EXPRESSLY STATE NO
SUBCONTRACTORS, OR SUPPLIERS, AS THE CASE
MAY BE, WILL BE USED ON THE CONTRACT. TIMELY
SUBMISSION OF A PROPERLY COMPLETED AND
a:\boikr plate formal bid.doc 18 Rev. 2/11/99
00 A-Ali)2
SIGNED "SUBCONTRACTOR/SUPPLIER LISTING, SUB
FORM 100" (A COPY OF WHICH IS INCLUDED IN THE
BID PACKAGE) CONSTITUTE COMPLIANCE WITH THE
LISTING REQUIREMENTS OF THE ORDINANCE. IN
ORDER TO BE DEEMED PROPERLY COMPLETED, THE
WORD "NONE" MUST BE ENTERED UNDER THE
APPROPRIATE HEADING OF SUB FORM 100 IF NO
SUBCONTRACTORS OR SUPPLIERS WILL BE USED ON
THE CONTRACT.
(5) 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;
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. Bidders/Respondents who fail to provide a statement of their
policies and procedures may not be recommended by the County Manager
for award by the Board of County Commissioners."
(See Appendix — Section 1) .
E. Assiant
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.
aAboiler plate formal bid.doc 19 Rev. 2/11/99
C0-1062
F. Delivery
Unless otherwise specified in this bid solicitation, prices quoted shall be
F.O.B. Destination with freight included in the proposed price.
G. 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. .
H. 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 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, .suitsf 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.
I. Protection of Prone
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 property.
aAboiler plate formal bid.doc 20 Rev. 2/11/99
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.
1.10 TERMINATION OF CONTRACT
A. * Termination for Convenience
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 ability 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.
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 Clerk of the Board at 305-375-5126.
a:\boiler plate formal bid.doc
21 Rev. 2/11199
0
METROPOLITAN DADE COUNTY
BID NO. 0883-2/03-OTR-CW-SW
SECTION 2.0 SPECIAL CONDITIONS
ICE
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this Invitation To Bid is to establish a contract for
the purchase of Ice in conjunction with the County's needs on an as
needed when needed basis.
2.2 Intentionally Omitted
2.3 Intentionally Omitted
2.4 TERM OF CONTRACT: TWENTY-FOUR (24) MONTHS
This contract shall commence on the first calendar day of the month
succeeding approval of the contract by the Board of County
Commissioners, unless otherwise. stipulated in the Notice of Award
Letter which is distributed by the County's GSA Procurement Management
Division; and contingent upon the completion and submittal of all
required bid documents. The contract shall remain in effect for
twenty-four (24) months and upon completion of the expressed and/or
implied warranty period.
2.5 OPTION TO RENEW (2) TWO YEARS (With Price Adjustment)
The prices for a one year period from effective date shall be
consistent with the provisions outlined in section 2.7 of these
special terms and conditions; at which time Dade County shall have the
option to renew for an additional two (2) years on a year to year
basis. At that time Dade County will consider an adjustment to price
based on Food and Beverage CPI. It shall be further understood that
the County reserves the right to reject any price adjustments
submittedby 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.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL
BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED.
2.6 METHOD OF AWARD: To Low Bidder by Item
Award of this contract will be made to the lowest responsive,
responsible bidder on an item by item basis.
2.7 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.
Page 1
C
METROPOLITAN DADE COUNTY
BID NO. 0883=2 03-OTR-CW-SW
2.8 Intentionally Omitted
2.9 Intentionally Omitted
2.10 Intentionally Omitted
2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER
The successful bidder. shall indemnify and save the County harmless
from any and all claims, liability, losses and causes of action which
may arise out of the fulfillment of the contract.. The bidder shall
pay all claims and losses of any nature whatever in connection
therewith, and shall defend all suits, in the name of the County when -
applicable, and shall pay all costs and judgments which may issue
thereon
2.12 Intentionally Omitted
2.13 Intentionally Omitted
2.14 Intentionally Omitted
2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES
The successful vendor(s) shall submit an invoice(s) to the requesting
department(s) after purchase has been completed, whether picked up by
authorized County personnel or delivered to the site by the vendor.
Theinvoices shall reference the appropriate purchase order number, the
delivery address, and the corresponding delivery ticket number or
packing slip number that was signed by an authorized representative of
the" County department when the items were delivered and accepted.
Submittal of these periodic invoices shall not exceed thirty (30)
calendar days from the delivery of the items. Under no circumstances
shall the invoices be submitted to the County in advance of the
delivery and acceptance of the items.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders .shall quote prices based on F.O.B. .destination and shall
hold title to the goods until such time -as they are delivered to, and
accepted by, an authorized County representative at various locations
in Dade County.
2.17 DELIVERY SHALL BE TWENTY-FOUR (24 HOURS AFTER ORDER IS PLACED BY THE
COUNTY
The bidder shall make deliveries within twenty-four (24) hours after
the date that the County department orders the items. All deliveries
shall be made in accordance with good commercial practice and shall be
Page 2 0 ,
•
METROPOLITAN DADE COUNTY
s
BID NO. 0883-2/03-OTR-CW-SW
adhered to by the successful bidder(s); except in such cases where the
delivery will be delayed due to acts of God, strikes, or other causes
beyond the control of the bidder. In these cases, the bidder shall
notify the County of the delays in advance of the delivery date so
that a revised delivery schedule can be negotiated.
Should the bidder(s) to whom the contract(s) is awarded fail to
deliver in the number of hours as stated in its proposal, the County
reserves the right to cancel the contract after any back order period
which is specified in the Special Conditions has lapsed. If the
contract is cancelled, it is hereby understood and agreed that the
County has the authority to purchase the goods elsewhere and to charge
the bidder with any re -procurement costs. If the bidder fails to
honor these re -procurement costs, the County may suspend the bidder
from submitting bid proposals on County contracts for a minimum period
of six (6) months.
2.18 Intentionally Omitted
2.19 Intentionally Omitted
2.20 CONTACT PERSONS
For any additional information regarding the specifications and
requirements of this contract, Contact: J.C. Romano at (305) 375-4262.
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 herefrom, 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.
Page 3 u 0 -
METROPOLITAN DADE COUNTY . BID NO. 088-003-OTR-CW-SW
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 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.
After receipt of payment from such purchases, all applicable surcharge
fees shall become payable to: Board of County Commissioners.
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 GSA/Accounts Receivable, no
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 reprocurement 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 4 0 _ 1 B 6 2
9 W
METROPOLITAN DADE COUNTY BID NO. 0883-2/03-OTR-CW-SW
MIAMI-DADE COUNTY
General Services Administration/Procurement Management Division
111 N.W. 1st Street
Suite 2350
MIAMI, FLORIDA, 33128
(305) 375-5289)
Vendor Instructions for Completing Quarterly Surcharge Payment Report:
1) Complete section 1, 2, 3, 4, and sign form.
2) Total payment due this quarter and balance due from previous quarters.
3) 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:
GSA/Accounts Receivable
111 NW 1st Street
Suite 2410
Miami, FL 33128
NOTE: Quarterly report must be submitted to GSA/Accounts Receivable, no
later that 15 days after the end of each quarter, regardless of the value of
sales during the preceding quarter.
Start of Quarter
1st Quarter - January 1 - March 31
2nd
Quarter
- April 1
- June 30
3rd
Quarter
- July 1 -
September 30
4th Quarter - October 1 - December 31
Report/Check (If Applicable) Due
April 15
July 15
October 15
January 15
Page 5 ���_�
,METROPOLITAN DADE COUNTY
BID.NO. 0883-2/03-01R CW-SW
MIAMI-DADE COUNTY
General Services Administration/Accounts Receivable
111 NW 1st Street
Suite 241.0
Miami, -Florida 33128
(305). 375-4143
QUARTERLY SURCHARGE PAYMENT REPORT
SECTION I Vendor/Contract Information: Date Submitted
Vendor Name FEIN #
Address
City State Zip -Code
Contact'
Person Phonek
FAX# E-Mai 1—
.-Contract# Tile
Applicable Surcharge: 2%
SECTION 2 Applicable Reporting Period: (Check One.)
Jan. I March 31 July 1 Sept. 30
April .1 June,30 Oct. 1 Dec. 31
SECTION 3 Summary:
Total Sales this Quarter
2) Total Payment Received this Quarter
3) 2% of,Sales owed to County for this Quarter
4),Payment to County for Past Quarter(s)
5) Balance Still Due for Payments Not Receiv6d$
DUE WITH SUMMARY (TOTAL LINES 3 AND 4)
Page 6
00-1062
METROPOLITAN DADE COUNTY BID NO. 0883-2/03-OTR-CW-SW
Use Additional Sheets if Needed
SECTION 4 - Sales From All Users of this Contract During Period:
(1)
Entity
Name/Total
Sales During
period
(2)
Payment
Received
From Entity
(3)
Payment due to
Dade County
for this quarter
(2% of Sales)
(4)
Payment to
Dade County
for Past
,. .
(5)
Balance Still
Due to County
for Payment
Not Received
Amount Enclosed For This Quarter (3) $
Amount Enclosed For Previous,Quarters (4) $
TOTAL ENCLOSED (line 3 and 4) $
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
Page 7062
0 is
METROPOLITAN DADE COUNTY BID NO. 0883-2/03-OTR-CW-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.
1998 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
Att: 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 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
CITY OF HOMESTEAD VILLAGE OF KEY BISCAYNE
Att: Purchasing Director Att: Tom Zannis, Finance Director
790 Homestead Blvd. 85 W. McIntry Street
Homestead, Florida 33030-6299 Key Biscayne, FL 33149
(305) 247-1801, Ext. 188 (305) 365-8903
CITY OF MIAMI BEACH
Att: Michael Rath
Procurement Director
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7490
THE CITY OF MIAMI
Att: Judy S. Carter, Director
Purchasing Department
444 S.W. 2nd Avenue, 6th Floor P.O. Box
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
VILLAGE OF VIRGINIA GARDENS
Att: Paul Bithorn, Mayor
6498 N.W. 38th Terrace
Virginia Gardens, FL .33166
(305) '871-6104
UNIVERSITY OF MIAMI
Att: Susan Montes
Director of University Purchasing
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
Page 8—•g,
METROPOLITAN DADE COUNTY
i
BID NO. 0883-2/03-OTR-CW-SW
CITY OF AVENTURA
Att: Glen Marcos
2999 NE 191st 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) 953-2825
CITY OF OAKLAND PARK
Att: Larry Fagen,
Purchasing Agent
3650 N.E. 12th Avenue
Oakland Park, FL 33334
(305) 561-6105
BAL HARBOUR VILLAGE
Att: Purchasing Agent
655 96th Street
Bal Harbour, Florida
(305) 866-4633
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) 480-4380
DADE COUNTY PUBLIC SCHOOLS
Att: Joe Gomez, Director
Division of Procurement Management
1450 N.E. 2nd Avenue
Miami, Florida 33432
(305) 995-1364
CITY OF MIAMI SPRINGS
Att: John M. Benson
Purchasing Director
201 Westward Drive
Miami Springs, FL 33166
(941) 339-6260
CITY OF HOLLYWOOD
Att: John L. Weyrauch
P.O. Box 229045
33154 Hollywood, Florida 33022-9045
(954)•921-3210
BROWARD COMMUNITY COLLEGE
Att: Janet Rickenbacker
Purchasing Director
225 E. Las Olas Blvd.
Ft. Lauderdale, FL 33301
(954) 761-7455
BROWARD COUNTY
Att: Glenn R. Cummings
Purchasing Director
115 So. Andrews Ave. Room
Ft. Lauderdale, FL -33301
(954) 357-6070
CITY OF MARGATE
Att: Patricia Greenstein
Purchasing Agent
5790 Margate Blvd.
Margate, FL 33063
(954) 972-6454
CITY OF SOUTH MIAMI
Att: Kathy Vazquez
Purchasing Director
212 6130 Sunset Drive
South Miami, FL 33143
(305) 663-6339
Page 9 0
i
METROPOLITAN DADE COUNTY
DEPARTMENT OF OFF STREET PARKING
Purchasing Office
Att: Carlos Vilches
190 N.E. 3 Street
Miami, FL 33132.
(305) 373-6789
SOUTH FL. WATER MANAGEMENT DISTRICT
Att: .Scott Fulmore, Director
Procurement & Contract Admin.
3301 Gun Club Road
West Palm Beach, FL 33406
(407) 686-8800
STATE OF FLORIDA DADE COUNTY
DEPARTMENT OF HEALTH
Att: 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
Att: Leslie.A. Dell
2601 W. Broward Boulevard
Fort Lauderdale, FL 33312
(954) 831-8170
CITY OF FLORIDA CITY
Att: 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
Att: Ivory L.'Williams, Pro. Spec.
10300'S.W. 216th Street
Miami, FL 33190
(305) 253-5100
•
BID NO. 0883-2/03-OTR-CW-SW
JACKSON MEMORIAL HOSPITAL
Purchasing Office
Att: Tom Przybyski, Director
16.11 N.W. 12th Ave.
Miami, FL •33136
(305) 585-2.289
CITY OF WEST PALM BEACH.
Att: Purchasing Manager
1045 Charlotte Ave.
West Palm Beach, FL 33401
(40.7) 659-8036
CITY OF PEMBROKE PINES
Att: 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
Att: 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
Page 10 U 0
•
METROPOLITAN DADE COUNTY
CITY OF WEST MIAMI
Att: Yolanda Aguilar,
City Manager
901 S.W. 62nd Avenue
West Miami, FL 33144
(305) 266-1122 .
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
BROWARD COMMUNITY COLLEGE
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
BID NO. 0883-2/03-OTR-CW-SW
PALM BEACH COUNTY SHERIFF'S OFFICE
Att: Lisette Alfonso.
Purchasing Manager
415 Gator Dr
Lantana, F1 33462
(407) 533-1225
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: JACK NEUSTADT
17070 COLLINS AVE., SUITE 250
SUNNY ISLES BEACH, FL 33160
(305) 947-0606
1998 STATE-WIDE KEY CONTACT LIST
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 -
CITY OF FORT PIERCE
Att: Tony Barnes
Purchasing Director
P.O. Box 1480
Fort Pierce, FL 34954-1480
(407) 460-2200
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
tadt
#250
Page 11
METROPOLITAN DADE COUNTY
BID NO. 0883-2/03-OTR-CW-SW
CITY OF BRADENTON
Att: ED J. Hargaden
Purchasing Director
1300 6th Street West
Bradenton, FL 34205
(941) 748-0800�
CITY OF DUNEDIN
Att: Jeff Thomas
Purchasing Manager
750 Milwaukee Avenue
Dunedin, FL 34698
(813) 738-1843
CITY OF EUSTIS
Att: Norman Showley
Director of Generals Svcs.
P.O. Drawer 68
Eustis, FL 32727-0068
(352) 483-5470
CITY OF FT. MYERS
Att: Robert George
Purchasing Director
P.O. Box 2443
Ft. Myers, FL 33902-2443
.(941) 332-0593
CITY OF PORT ST. LUCIE
Att: David Pollard
Purchasing Director
121 S.W. Port St.,Lucie Blvd.
Port St. Lucie, FL 34984
(407) 871-7391
CITY OF PANAMA CITY
Att: Veryl J. McIntyre
General Servs. Director
519 East 7th Street
Panama City, FL 32401
(850) 872-3070
CITY OF POMPANO BEACH
Att: Ernie Siegrist
General Servs. Director'..
P.O. Drawer 1300
Pompano Beach, FL 33061
(954) 786-4098
CITY OF JACKSONVILLE
Att: Jacquie Gibbs
Chief Procurement & Supply
220 East Bay Street 3
Jacksonville, FL 322
(904) 630-1192
CITY OF LAKELAND
Att: Pat. Williams
Purchasing Director
1140 E. Parker Street
Lakeland, FL 33801
(813) 499-6780
CITY OF LONGWOOD -
Att: Rhonda.Ledford
Purchasing Director
175 W. Warren Avenue
Lakeland, FL 32750-4197
(407) 260-3480
CITY OF MELBOURNE
Att: David McCue
Purchasing Manager
900 E. Strawbridge Av
Melbourne, FL 32900
(407) 953-6271
CLAY COUNTY SCHOOL 80ARD
Att: Ann Martin,
Purchasing Director
900 Walnut Street
Green Cove, Springs FL 32043
(904).284-6502
COLLIER COUNTY PURCHASING—
Att: Steve Carnell,
Purchasing Director
3301 E. Tamiami Trail
Naples, FL -34112
(941) 774-8425
COLLIER COUNTY SCHOOL BOARD.
Att: Nancy Goodwin-Sirko
Purchasing Director
3710 Estey Avenue
Naples, FL 33942
(813) 643-2700
Page 12 �U`�
0
METROPOLITAN DADE COUNTY
BID NO. 0883-2/03-OTR-CW-SW
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. Drawer 219
St. Augustine, FL 33061
(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., 2nd F1r. East
Tampa, FL 33602
(813) 274-8353
CITY OF VENICE
Att: John Enlow
Purchasing Director
401 West Venice Avenue
Venice, FL 34285
(813) 485-3311
CITY OF WINTER SPRINGS
Att: JP Petrencsik
Purchasing Director
1126 E. SR. 434
Winter Springs, FL 32708-2799
(407) 327-1800
LEE COUNTY SCHOOL DISTRICT
Att: Michael Bowen
Purchasing Director
2523 Market Street
Ft. Myers, Florida 33901-3901
(941) 337-8201
COLUMBIA COUNTY SCHOOL BOARD
Att: R.M. "Mike" Null,
Purchasing Director
528 W. Duval St.
Lake City, FL 32055
(904) 755-8030
DEPARTMENT OF CORRECTIONS -REGION
Att: Patti Casey,
Purchasing Director
P.O. Box 147007
Gainsville, FL 32614
(352) 955-2035
EMBRY RIDDLE AERO. UNIVERSITY
Att: Kathy Welch,
Purchasing Director
600 S. Clyde Morris Blvd.
Daytona Beach, FL 32174-3900
(904) 226-6243
HILLSBOROUGH.COUNTY PURCHASING
Att: Theodore Grable,
Purchasing Director
601 E. Kenndey Blvd. County Center
Tampa, FL 33602
(813) 272-5290
HRS-DISTRICT 14 STATE OF FLORIDA
Att: Glenda "Dianne" Forgey
Purchasing Director
P.O. Box 605
Polk City, FL 33868
(941) 533-4276
INDIAN RIVER SCHOOL DISTRICT
Att: Rick Chuma,
Purchasing Director
1990 25th Street
Vero Beach, FL 32960
(561) 770-5581
PINELLAS COUNTY SCHOOL BOARD
Att: Mark Lindemann
Purchasing Director
301 4th Street S.W.
Largo, FL 33770
(813) 588-.6143
Page 13
METROPOLITAN'DADE COUNTY
LEE COUNTY SHERIFF'S OFFICE
Att: Robert Anderson
Purchasing Director
14750 Six Mile Cypress Pkwy.
Fort Myers, Florida 33912
(941) 477-1312
LEON COUNTY SCHOOL BOARD
Att: Byron Williams
Purchasing Director
2757 West Pensacola Street -
Tallahassee, Florida 32303
(904) 487-7283
MANATEE COUNTY-
Att: Rob Cuthbert
Purchasing Director
1112 Manatee Ave., West
Suite 803
Bradenton,'FL 32405
(813) 749-3041
OKALOOSA COUNTY BOCC
Att: James "Pete" Sumbiin
Purchasing Director
602-C N. Pearl Street
Crestview, FL 32536
(904) 689-5960
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
BID NO. 0883-'2/03-OTR-CW-SW
POLK COUNTY SCHOOL.
Att: Gerald Wilson
Purchasing Director
2470 Clower Lane
Bartow, FL 33831-9005
(813) 534-0300
PUTNAN COUNTY
Att: Willian Phillips
Purchasing Director
P.O. Box 1647
Palatka, FL 32177
(904). 329-0370
SCHOOL BOARD OF SARASOTA COUNTY
Att: Pat Black
Purchasing Director
101 Old Venice Rd.
Osprey, FL 34229
(813) 486-2183
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
Page 14 .
METROPOLITAN DADE COUNTY
0
BID NO. 0883-2/03-OTR-CW-SW
CITY OF OCALA
Att: John Tingue
Purchasing Director
P.O. Box 1270
Ocala, FL 34478
(352) 351-6700
ORANGE COUNTY
Purchasing Department
201 S. Rosalind Avenue
Orlando, FL 32802
(407) 836-5635
DEPARTMENT OF TRANSPORTATION
Att: Doug Smit
Contractual Services
3400 West Commercial Blvd.
Fort Lauderdale, FL 33309-3421
(954) 777-4477
CITY OF OVIEDO
Att: Denise K. Schneider,
400 Alexandria Blvd.
Oviedo, FL 32765
(407) 977-6058
Page 15
0 -1062
METROPOLITAN DADE COUNTY BID NO. 0883q U3-OTR-CW-SW
2.22 ACCEPTANCE OF PRODUCT BY THE COU
The products shall be maintained and .delivered to the County in excellent
condition. If a product does not meet specifications, it will be returned to
the bidder as exchange for, suitable merchandise or for full credit at no
additional cost to the County.
2.23 ADDITIONAL FACILITIES MAY BE ADDED
Although this Solicitation identifies specific facilities to be serviced, it is
hereby agreed and understood- that any County department or agency facility may
be added to this contract at the option of the County. Successful bidder(s)
under this contract shall be invited to submit price quotes for these new
facilities. If these quotes are comparable with prices offered for similar
services, the award(s) shall be made to the lowest responsible bidder(s)
meeting specifications in the best interest of the County and a separate
purchase order shall be issued by the County. Notwithstanding, the successful
bidder does not have an exclusive right to these additional sites. The County
may determine to obtain price :quotes for the additional facilities from other
bidders in the event the County does not find the price quotes comparable.
2.24 AUTHORIZATION TO PICK-UP MATERIALS
Dade County employees are authorized to pick-up materials against purchase
orders issued to the successful bidder(s). Such authorization is provided for
the County employee through an "Authorization to Pick -Up Materials" (Dade
County Form No. 160.04.17) who shall surrender the form to the bidder during
each purchase. If the bidder is in doubt about the authenticity of the person
picking up the material, the bidder shall contact Procurement Management for.
assist at 375-5289.
2.25 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER:
The bidder shall be responsible for filing, processing and collecting all
damage claims against the shipper.
2.26 DELETION OF FACILITIES
Although this Solicitation identifies specific facilities to be serviced, it is
hereby agreed and understood that any County department or agency may delete
service for any facility(ies) when such service is no longer required during
the contract period; upon fourteen (14) calendar days written .notice .to the
successful bidder.
Page 160 0,
�°' 0�
0
METROPOLITAN DADE COUNTY
0
BID NO. 0883-2/03-OTR-CW-SW
2.27 DELIVERY LOCATIONS AND HOURS SPECIFIED
The Bidder shall deliver items to the following County facilities during the
prescribed hours:
I. PUBLIC WORKS: 7:00 A.M. to 1:00 P.M.
1. Civil Engineering - 1382 N.E. 19
2. Roadway Light - 800 S.W. 184 Avenue
3. Road & Bridges - Key Biscayne Boulevard Building 65
4. Engineering and Ser. - 6100 S.W. 87 Avenue
II. AVIATION: 8:00 A.M. to 1:00 P.M.
1. Aviation Maintenance - Miami Airport
III.SEAPORT: 8:00 A.M. to 2:00 P.M.
1. Port of Miami - 630 Europe Way
IV. H.U.D.: 8:00 A.M. to 1:00 P.M.
1. 1415 N.W. 63 Street
2. 7226 N.W. 22 Avenue
3. 678 N.W. 7th Street
V. PARK AND RECREATION DEPARTMENT: 8:00 A.M. to 4:00 P.M.
1. Tamiami Park Tennis Center - 10901 S.W. 24 Street
2. Trail Glade Range U.S. 41 and Krome Avenue
3. Haulover Marina - 10800 Collins Avenue
4. Kendall Lakes Park - 7850 S.W. 142 Avenue
5. Larry & Penny Thompson Campground (3 sites) - 12451 S.W. 184
Street
6. Vizcaya Maint. - 50 S.W. 32nd Road
7. Crandon Park Marina - 4000 Crandon Boulevard
S. Miami Lakes Special Tax District - 6411 N.W. 162 Street
9. Parks & Rec. Maint. - 10701 S.W. 24 Street
10. Metro Zoo Warehouse - 12400 S.W. 152 Street
Page 17
10 �-
METROPOLITAN DADE COUNTY BID NO. 08837/03-OTR-CW-SW
11. Fairchild Gardens - 10901 Did Cutler Road
12..Greynolds Park Maint: - 17530 W. Dixie Highway
VI. CORRECTIONS AND REHABILITATION: 7:00 A.M. to 11:00 A.M.
1. Dade County Jail - 1321 N.W. 13th
2. Training & Treatment Center - 6950 N.W. 41 Street
3. Women's Detention Center - 1401 N.W. 7 Avenue
and any other County Department requiring services.
2.28 EMPLOYEES ARE RESPONSIBILITY OF BIDDER
All employees of the bidder shall be considered to be, at all times, the sole
employees of the bidder under its sole direction and not an employee or agent
of. Dade County. The bidder shall supply competent .and physically capable
employees. Dade County may ;require the, bidder to remove an employee it deems
careless, incompetent, insubordinate' or otherwise objectionable and whose
continued employment on Dade County property is not in the best.interest of the
County. Each employee shall have and wear proper identification.
2.29 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars are provi.ded for bidder's guidance
only. No guarantee is expressed or implied as to quantities or dollars that
will be used during the contract period. The County is not obligated to place
an order for any given amount subsequent to the award of this bid. Estimates
are based upon the County's actual needs and usage. during a previous --
contractual period. Said estimates may be used by the County for purposes of
determining the low bidder meeting specifications.
2.30 LOCAL OFFICE SHALL BE AVAILABLE
The Bidder shall maintain an office within the geographic boundaries of Dade or
Broward Counties, Florida. This office shall be staffed by a competent company
representative who can be contacted during normal working hours and who is
authorized to discuss matters, pertaining to,the contract.
2.31 OMISSION FROM THE SPECIFICATIONS
The apparent silence of this specification and any addendum regarding any
details or the omission from the specification 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 this specification shall. be
made upon the basis of this agreement.
Page 18
METROPOLITAN DADE COUNT
BID NO. 0* 2/03-OTR-CW-SW
2.32 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY:
The successful bidder shall enclose a complete packing slip or delivery ticket.
with any items to be delivered in conjunction with this bid solicitation. The
packing slip shall be attached to the shipping carton(s) which contain the
items and shall bemade available to the County`s authorized representative
during delivery. The packing slip or delivery ticket shall include, at a
minimum, the following information: purchase order number; date of order; a
complete listing of items being delivered; and back -order quantities and
estimated delivery of back -orders if applicable.
2.33 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE
DOTES
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.
2.34 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER
The successful. bidder(s) shall ensure that
maintained at its place of business in order to
delivery. If the delivery terms specified in
fulfilled by the Bidder, the County reserves the
purchase the goods elsewhere, and charge the Bi-dder
incurred by the County.
Page 19
adequate stock levels are
assure the County of prompt
the Solicitation are not
right to cancel the order,
for any reprocurement costs
011 .6,
METROPOLITAN DADE COUNTY BID NO. 0883-2/03-OTR-CW-SW
SECTION 3.0 TECHNICAL SPECIFICATIONS
ICE
3.1 SCOPE
To provide and deliver ice to various locations in Dade County.
3.2 DELIVERY CONDITIONS
Ice must meet bacteriological standard for drinking water: Plants
will be checked by the Dade County Health Department. Crushed and cubed ice
used for food or drink preparation is to be delivered in poly bags as per
Health Department Regulations Re: ICE. Ice must be clean and, no broken bags
will be'accepted.
3.3 INVOICING
All billing shall be on Bill Heads bearing the name of firm of
successful bidder(s). No invoices from sub -suppliers will be honored.
3.4 EQUIPMENT TO BE PROVIDED
Vendor to provide and place at locations to be'serviced free of charge
to the County REFRIGERATED MERCHANDISE BOXES, (ice holding boxes, freezer,
casers) set up with 110 volt -as requested. All servicing and repairs will also
be provided, Approximately 27 boxes currently used with an estimated capacity
range of 1400 lbs. each.
Page 20 00 10
0
METROPOLITAN DADE COUNTY
0
BID NO. 0883-2/03-.OTR-CW-SW
INVITATION TO BID
SECTION 4.0 BID PROPOSAL FORMS
OPENING: 2:00 P.M.. Wednesday
DATE: March 10,1999
CLERK OF THE BOARD
Stephen P. Clark Center
111 N.W. 1st Street
17th Floor, Suite 202
Miami, Florida 33128-1983
PLEASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA
NOTE: Dade County is Exempt From All Taxes (Federal; State, Local). Bid Price Should Be
Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request
---------------------------------
Issued by: Date Issued: 02/12/99 This Bid Proposal Consists
GSA Procurement Management Division Dade County Florida. of Pages 21 Thru 25
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 the Clerk of the Board at the address shown above on behalf of
the Dade County Board of County Commissioners 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.
RE -BID OF 0883-2/02-OTR
ICE FOR DADE COUNTY DEPARTMENTS FOR A TWO (2) YEAR PERIOD
WITH COUNTY OPTION TO RENEW FOR TWO (2) ADDITIONAL YEARS
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany
all bids.
A Performance Bond in the amount of N/A of the total amount of the bid will
be required upon execution of the Contract by the successful bidder and Dade County.
DO NOT WRITE IN THIS SPACE FIRM -NAME
ACCEPTED _ HIGHER THAN LOW STREET ADDRESS
NON -RESPONSIVE UNRESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 390-35
SR. PROCUREMENT AGENT: J.C. ROMANO/aw
CITY
STATE & ZIP CODE
TELEPHONE NUMBER
AUTHORIZED AGENT
TITLE OF OFFICER
Page 21 �, r
METROPOLITAN DADE COUNTY BID NO.
0883-2/03-OTR-CW-SW
B I D P R O P O SA L F.O
R
ICE
IRM
NAME:
Estimated ,
--------------
Item
Quantity
Description
Unit Price
Total
1.
BLOCK ICE, as follows:
Destination, Delivered Basis:
1A.
6,500 CWT
100# or more ......................
$
Per
CWT
$
1B.
15,000 CWT
Less than 100# Lots........:.......
$
Per
CWT
$
2.
CRUSHED OR SNOW ICE,.as follows:
Destination, Delivered Basis:
150,Bags
30# Bags.... ...................... .$
-Per
30# Bags'
$
3.
CUBE ICE, as follows:
Destination, Delivered Basis:
3A.
•2,000 Bags
40# Bags..: .....................
$
Per
40# Bugs
$
3B.
2,500 Bags
20# Bags ..........................
$
Per
30# Bags
$
3C.
1,500 Bags
7# Bags..... ....:..............
$
Per
8# Bags
$
OPTIONS:
BLOCK ICE
County Pickup
at Plant Basis:
100# or more ......................
...............
$
Per CWT
Less than 100#
Lots .............. .... ..........
$
Per CWT
Page 22
e.
METROPOLITAN DADE COUNTY-
0
0
BID NO. 0883-2/03-OTR-CW-SW
BID PROPOSAL
ICE
FOR:
!OTE: If you do not intend to submit a bid proposal on this commodity or service, please
return this form in the supplied envelope.
---------------------------------------------------------------------------
---------------------------------------------------------------------------
Prompt Payment Terms: % days net day
:ID NO. of Bidder: (Bidders Federal Employer Identification Number as used
)n Return Form 941.) If none Bidders Social Security No.
-he undersigned Bidder certifies that this Bid Proposal is submitted in accordance with
:he Bid Specifications and Conditions governing this Bid, and that the Bidder will accept
my awards made to him as a result of this bid.
:IRM NAME
iTREET ADDRESS
:ITY,STATE,& ZIP CODE
TELEPHONE NUMBER FAX -NUMBER
WTHORIZED SIGNATURE
(Signature) (Print Name) (Date)
TITLE OF OFFICER
hate below mailing address (if other than above):
'.0. BOX
city state zip code
Page 23
0
METROPOLITAN DADE COUNTY
•
BID NO. 0883-2/03-OTR-CW-SW'
ACKNOWLEDGEMENT OF ADDENDA
TITLE: ICE
-----------------------------------
DIRECTIONS:,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
199
.Addendum #
2,
Dated
199
Addendum #
3,
Dated
199•
Addendum #
4,
Dated
199'
Addendum #
5,
Dated
,'199
Addendum #
6,
Dated
199'
Addendum #
7,
Dated.
199
Addendum #
8,
Dated
199
Addendum #
9,
Dated
--------------
199
PART II:
---------------
NO ADDENDUM WAS RECEIVED
IN- CONNECTION WITH THIS BID
;Date ;
FIRM NAME:
AUTHORIZED SIGNATURE:
---------------
Page 24 0071062
METROPOLITAN DADE COUNTY
0
0
BID NO. 0883-2/03-OTR-CW-SW
CONTRACT REFERENCE
DISABILITY NONDISCRIMINATION AFFIDAVIT
NAME OF FIRM, CORPORATION, OR ORGANIZATION
AUTHORIZED AGENT COMPLETING AFFIDAVIT
POSITION PHONE NUMBER.( )
I, , being duly first. sworn, state that the above
name 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 project 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. 12101-12213 and 47 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.C. 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
SUBSCRIBED AND SWORN TO (or affirmed) before me on
by
(Affiant)
Signature
Date
Date
. He/She is personally known to me or has
presented as identification.
(Type of Identification)
(Signature of Notary)
(Serial Number)
(Print or Stamp Name of Notary) (Expiration Date)
Notary Public Notary Seal
(State)
Page 25
0
•
APPENDIX
SECTION 1
GENERAL TERMS AND CONDITIONS
AFFIDAVITS
FORMAL BIDS
��M
I.
MLAMI-DADE COUNTY BED AFFEDAVITS
DISABn= NONDISCR&ENATION AFFIDAVIT
(Resolution R-385-95) Section 1 (13 C)
I, 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.C. 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-DADS COUNTY CUBA AFFIDAVIT
(Resolution No. R-202-96 and R-206-%) Section 1 (13 H)
In compliance with Miami -Dade County Resolution Number R-202-96 and R-20.6-96, I, being first duly sworn, state
that neither the firm (individual, organization, corporation, etc.), submitting this bid or proposal or receiving this
contract award nor any of its owners, subsidiaries, or affiliated or related firms:
Has:
engaged in the purchase, transport, importation or participation in any transaction involving merchandise
that:
a. is of Cuban origin, or
b. is or has been located in or transported from or through Cuba; or
C. is made or derived in whole or in part of any article which is the growth, produce or manufacture of
Cuba:
2. engaged in any transaction in which a Cuban national or the government of Cuba has any interest, or which
involves property in which a Cuban national or the government of Cuba has any interest;
3. been a party to. or had an interest in any franchise, license or management agreement with a Cuban national
or the government of Cuba, or which involves property in which a Cuban national or the government of Cuba
had any interest;
4. had or held any investment, deposit, loan borrowing or credit arrangement or had any other financial dealings
with a Cuban national or the government of Cuba, or which involves property in which a Cuban national or
the government of Cuba has any interest;
5. subcontracted with, purchased supplies from, or performed billing or collection services for any person or
entity that does business with Cuba as provided in "1" through "4" above;
6. traveled to Cuba in violation of U.S. travel restrictions during the ten-year period preceding the due date for
submittal.
a:lcontract affidavits formal bidsdoc Page i of 9 Revised 10/28198
- 1 6 2
M. AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY AFFIDAVIT
(Ordinance 98-30) Section l (1.8 B)
I, being duly first sworn, upon oath deposes that the bidder of this contract has a current Affirmative Action Plan
and/or Procurement Policy, as rewired 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:
Signatuue Signature
Witness: Bv:
Signature Legal Name and Title
The foregoing instrument was acknowledged before me this day of , 19
FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT:
By.
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE::
By: having the title of
with
❑a
PLEASE NOTE.
corporation ❑ partnership ❑ Joint venture
Ordinance 82-37 requires. that ill properly licensed .architectural, engineering, landscape wddienanal, and land sumovrs
have an affirmative action plan on file with the Courtly.
Ordinance 98-30 requires that ftrma.that have annual grass revenues in emss of five (S) million dollars have an affb vxdve
action plan and procxtrertem policy on file "Uh the County. Firms that have a Board of Directors that are representative of the
population make-up of the nation are erempc
For questions regarding these requirements, please contact the Miand-Dade County Department of Business
Development at 305-523-2100
This affidavit must be properly executed by the bidder and included with the bid proposal
a:tontract affidavits formal bids doc Page 2 of 9 Revised 10R8/98
TV.
V.
AFFIRMATIVE ACTION PLAN EXEMPTION AFFIDAVIT
(Ordinance 98-30) Section 1 (1.8 B)
1, being duly first sworn, upon oath deposes that the bidder of this contract has a Board of Directors which is
representative of the population make-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:
Signature
Witness:
Signature
ow
The foregoing instrument was acknowledged before me this
Signature
Legal Name and Title
day of , 19
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE:
By: having the title of
with
A corporation ❑ partnership ❑ Joint venture
PLEASE NOTE.
Ordinance 98-30 requires that firms that have annual grass revenues in excess of five (5) million dollars have an aff rmadve
action plan and procurement policy on fde with the Coumuy. Fmrns that have a Board of Directors that are representative of the
population remake -up of the nation are exempt
For questions regarding these requirements, please contact the Miami -Dade County Department of Business
Development at 305-523-2100
This affidavit must be property executed by the bidder and included with the bid proposal
MIAM1DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT
(Ordinance 93-129) Section 1 (131)
1, 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.
ocmw ct affidavits formal bidsdoc
Page 3 of 9. Revised 1028/98
i.
VI. 1VIIAMI-DARE COUNTY COLLECTION OF TAXES,
FEES AND PARIONG TICKETS AFFIDAVIT
(Ordinance 95-178) Section 1 (13 E)
1, 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
Note: Affiant and notary signature below applies to all six Nfiami-Dade County affidavn
By: 19
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
He/She is personally known to me or has presented
Signature of Notary
day of , 19_
as identification.
Type of identification
Serial Number
Print or Stamp Name of Notary Expiration Date
Notary Public — State of
Notary Seal
a.�contract affidavits formal bidsdoc Page 4 of 9 Revised 1 or28/98
0"10
MIAMI-DADE COUNTY
' PROJECT FRESH START WELFARE -TO -WORK INITIATIVE
RESOLUTION R-702-98
Section 1 (1.3 Ni)
On June 16, 1998, the Board of County Commissioners adopted Resolution No. R-702-98 requiring certain entities entering
into new or renewing existing contracts with Miami -Dade County, to make monetary contributions to Project Fresh Start. the
County's welfare -to -work initiative. The resolution, with its contractual requirements and provisions, became effective on
June 26,1998.
The resolution applies to contracts for goods and services, including construction; anticipated to generate over $500,000 in
actual payments by the County to a contracting entity that employs twenty-five (25) or more employees. These contracts
include competitively bid contracts advertised after June 26, 1998, and contracts resulting from an alternate procurement
process which are entered into after June 26, 1998. The resolution also applies to post June 26, 1998 renewals of existing
contracts meeting the above criteria.
Contributions to Project Start shall be based on the following scale
If the entity has a contract with the County that results in actual payment of an amount between:
$500,000 to 1,000,000
the entity shall contribute
$5,000
$1,000,001 to 5,000,000
the entity shall contribute
$10,000
$5,000,0001 to 10,000,000
the entity shall contribute
520,000
$10,000,001 & over
the entity shall contribute
$25,000
❑ I will abide by the requirements
❑ Does not apply. Company employs less than 25 employees
Company Name
Signature of Affiant
Print Name of Affiant
— — -- FEIN Number — — —
Date
Bid Proposals will not be taken into consideration from entities that fail
to comply with the above stated requirements
Bid No.:
Title:
Revised 102g/98
00-1062
aAcontract affidavits formal bids.doc
Page 5 of 9
�s CONTRIBUTION TO PROJECT FRESH START
WAIVER REQUEST AFFIDAVIT
(Resolution 702-98)
of bein&
Affiant Name of Entity
duly first sworn, upon oath state that five percent (5%) of this entity's work force consists of individuals who reside in Miami -
Dade County and who have lost or who will lose cash assistance benefits (formerly Aid to Families with Dependent Children
or "AFDC") as a_resuh of the Personal Responsibility and Work Opportunity. Reconciliation Act of 1996. Specifically
out of employees meet the requirements of this affidavit.
EMPLOYEE WORK. FORCE INFORMATION
I hereby submit a complete list of employees that meet the requirements of this affidavit and provide the following
information:
Full Name of Employee
® Residential Address
• Date of Birth
• Social Security Number (Used for employment)
Therefore, pursuant to Section 3 of Resolution 702-98, 1 request a waiver of the requirements of Resolution 702-98,
specifically the requirement that this entity contribute to Project Fresh Stag.
By: 19
Signature of Affrant Date
Printed Name of AfSantand Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before Wane this day of , 19 _
He/She is personally. known to me or has presented as identification.
Type of identification
Siprature of Notary Serial Number
Print or Stamp Name ofNotary Expiration Date
Notary Public =- State of
Notary Seal
a:Vroject fresh star waiver affidavit.doc Page 6 of 9 Revised 10/28/98
_ _ _. • i FAIR SUBCONTRACTING PRACTICES
(Ordinance 97-35) Section 111.8 D(5)]
In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit will 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 1.8D(5).
aAconuact affidavits fomml bidsdoc
Page 7 of 9 .
Revised 10=198
®—
• SUBCONTRACTOR/SUPPLIER LISTING
(Ordinance 97-104) Section 11.8 D(4)1
Firm Name of Prime Contractor/Respondent:
Bid No.•
Title:
This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents
on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all
bidders and respondents on County or Public Health Trust construction ebntracts which involve expenditures of $100,000 or more. A bidder or respondent who
is awarded the contract shall not change'or substitute first tier subcontractors or direct. suppliers or the portions of the contract work to be performed or
materials to be supplied from those identified, except upon written approval of the County.
This form, or a comparable listing meeting the. requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or
proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of
sub form 100 in those Instances where no subcontractors or suppliers will. be used on the contract.
Business Name and Address of First Tier
Subcontractor/Subconsultant
Principal Owner
Scope of Work to be Performed by
Subcontractor/Subconsultant
(Principal Owner)
Gender Race
Business Name and Address of Direct
Supplier
Principal Owner
Supplies/Materials/Services to be
Provided by Supplier
(Principal Owner)
Gender Race
certify that the representations contained in this Subcontractor/Supplier Listing are to the best of my knowledge true and accurate
Prime Contractor/Respondent's Signature
aAcontract affidavits formal bids.doc
Print Name
(Duplicate if additional space is needed)
Page 8 of 9
Print Title Date
FORM 100
Revised 2/11/99
MIAMI-DARE COUNTY
CERTIFICATION OF RECYCLED PRODUCT CONTENT ~
RESOLUTION (R-738-92) Section 1 (1.8 Q
MINIMUM CERTIFIED CONTENT
Bid Item
Number
RECYCLED PRODUCTS
RECOVERED MATERIALS
RECYCABLE PRODUCTS
% Composition
Type of Material
% Composition
Tvvc of Material
% composition
Type of Materiel
DEFINITIONS -
"Recycled Material" shall be defined as soy 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 ability of a product and its packaging to be reused.
reconditioned for use. or recycled through existing recycling collection programs.
"Waste Reducing Product" sball 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. reNled or have a
longer life expectancy and contain a lesser amount of toxic constitueots.
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
Printed on Recycled Paper
a:loonn= affidavits formal bidsdoc Page 9 of 9 Revised 10128/99
COUNTY
7
MIAMI-DADE COUNTY
LISTING OF SUBCONTRACTORS AND SUPPLIERS
(Ordinance 97-104)
In accordance with Ordinance No. 97-104, all bidders .and respondents on County
contracts for purchase of supplies, materials or services, including professional services,
which involve the expenditure of $100,000 or more and all bidders or respondents on
County or Public Health Trust construction contracts which involve the expenditure of
$100,000 or more shall include, as part of their bid or proposal submission, a listing
which identifies all first tier subcontractors who will perform any part of the contract
work and describes the portion of the work such subcontractor will perform. and all
suppliers who will supply materials 'for the contract work direct to the bidder or
respondent and describes the materials to be so supplied. Failure to include such listing
with the bid or proposal shall render the bid or proposal non -responsive.
Ordinance 97-104 applies to all contracts whether competitively bid by the County or not.
Those contracts that have received authorization by the Board of County Commissioners
to waive formal bidding procedures must also provide a listing of all first tier
subcontractors and direct suppliers.
`Subcontractor/Supplier Listing, SUB Form 100' may be utilized to provide the
information required by this paragraph. A bidder or respondent who is awarded the
contract shall not change or substitute first tier subcontractors or direct suppliers or the
portions of the contract work to be performed or materials to be supplied from those
identified in the listing submitted with the bid or proposal except upon written approval
of the County.
MIAMI-DADE COUNTY, FLORIDA
MIAMI-DADE COUNTY
CONTRACT NO.0883-2/02-OTR
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
Ice Services
Citywide
Contract
The Department of Purchasing has seen a need to
secure a citywide contract for ice services.
RECOMMENDATION: It is recommended that award be made to Perfect
Ice Corporation., under existing Miami -Dade
County Contract No. 0883-2/02-OTR, effective
through October 31, 2001, subject to further
extensions by Miami -County, for the Department of
Purchasing, to be utilized citywide; allocating funds
therefore from various user departments and
requiring budgetary approval of funds to utilize this
service from individual departmental accounts prior
of Purchasing
II 1
Date
Award Under Dade County Contracts