Loading...
HomeMy WebLinkAboutR-98-0409J-98-441 4/23/98 RESOLUTION NO. 9 8- 409 A RESOLUTION APPROVING THE REFURBISHING AND REBUILDING OF THE SOLID WASTE DEPARTMENT'S TRASH CRANES FROM B&B WELDING SERVICES, GENERAL WELDING SERVICES, HYDRAULIC SALES & SERVICES, AND J.C. INDUSTRIAL MANUFACTURING CORP., UNDER MIAMI-DADE COUNTY HEAVY EQUIPMENT WELDING FABRICATION CONTRACT NO. 0439-0/00-2, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, ON AN AS -NEEDED CONTRACT BASIS THROUGH JANUARY 31, 1999, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $300,000; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 311702, "HEAVY EQUIPMENT PLUS WASH REPLACEMENT"; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICES. WHEREAS, the Department of General Services Administration needs to further utilize Miami -Dade County Heavy Equipment Welding Fabrication Contract No. 0439-0/00-2 for the refurbishing and rebuilding of equipment; and WHEREAS, this contract shall be used for the refurbishing and rebuilding of Department of Solid Waste trash cranes; and WHEREAS, funds are available from Capital Improvement Project No. 311702, "Heavy Equipment Plus Wash Replacement"; and CITY C010u38IOIK MEETING OF APR 2 8 IM pmolutwn I" 98- 4U9 WHEREAS, the City Manager and the Director of General Services Administration recommend the refurbishing and rebuilding of Solid Waste trash cranes from the above specified providers under the Miami -Dade County Heavy Equipment Welding Fabrication contract be approved; 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 thereto and incorporated herein as if fully set forth in this Section. Section 2. The refurbishing and rebuilding of the Solid Waste Department's trash cranes from B&B Welding Services, General Welding Services, Hydraulic Sales & Services and J.C. Industrial Manufacturing Corp., under Miami -Dade County Heavy Equipment Welding Fabrication Contract No. 0439-0/00-2, for the Department of General Services Administration, on an as -needed contract basis through January 31, 1999, with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount of $300,000 is hereby approved, with funds therefor hereby allocated from Capital Improvement Project No. 311702, "Heavy Equipment Plus Wash Replacement". Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase order for said services. Section 4. This Resolution shall become effective immediately upon its adoption. 2- 98 - 409 PASSED AND ADOPTED this 28th day of April , 1998. JOE CAROLLO, MAYOR in accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legislation r,^rPr becomes effective with the elapse of ten (10) days om the to of Coalm. sicn a�.icn ATTEST: regarding same, without the Mayor xercis'ng to. Walte J. F n, Clity Clerk WALTER J. FOEMAN CITY CLERK PREPARED AND APPROVED BY: AFAEL . DIAZ DEPUTY CITY-' TTORNEY APPROVES AS Y'O FGANI AND CORRECTNESS: C 08 :CSK 3- 9 O" 4 0 J Honorable Mayor and TO: Members of the City Commission FROM: Jose Garcia -Pedrosa City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA CA=5 INTER-OFFICE MEMORANDUM DATE: April 28, 1998 FILE SUBJECT: Resolution Authorizing Contract for City -Wide Heavy Equipment Welding REFERENCES: Fabrication Contract ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing a contract award in an amount not to exceed $300,000, utilizing an existing Miami -Dade County bid, "City -Wide Equipment Welding Fabrication Contract", D.C. 0439-0/00. This contract is to be used for the refurbishing and rebuilding of the Solid Waste Department's trash cranes; further authorizing the contract award to B & B Welding, General Welding Services, Hydraulic Sales & Services, and J.C. Industrial Manufacturing Corp. Funds are available in the FY `98 General Funds contribution to the Capital Improvement Program, "Heavy Equipment Plus Wash Replacement", Project No. 311702. BACKGROUND: There currently is a contract utilizing this bid which provides welding services and fabrication of parts for the Heavy Equipment Facility and Fire Garage. The total scope of the Dade County contract also allows for complete refurbishing and rebuilding of equipment. This proposed contract shall be used for the refurbishing and rebuilding of Solid Waste trash cranes. In the past, the City refurbished the trash cranes utilizing existing personnel from the General Services Administration Department. Current staffing levels would require us to refurbish these cranes while working personnel on overtime. A cost analysis (see attached) has determined that this contract shall provide for a more cost effective and expedited process in refurbishing multiple cranes simultaneously. JGP:JP:JAP:eh Juan Pascual, Director Department of General Services Administration GSA/MeHvyWel.doc CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jose Garcia -Pedrosa DATE March 16, 1998 FILE: City Manager SUBJECT: Resolution Authorizing Contract for City -Wide Heavy Equipment Welding FIRn VPascual, Director REFERENCES: Fabrication Contract Department of General Services Administration ENCLOSURES: The Department of General Services Administration has verified with the Office of Budget and Management Analysis that funds are available from the FY `98 General Fund contribution to- the Capital Improvement Program, "Heavy Equipment Plus Wash Replacement", Project No. 311702, in the amount of $300,000. CIP Project Review and Approved By: Budge ry Review and Approval By: hDipak Aaiirekh, Director Office of Budget and Management Analysis JGP:JP:JAP:eh GSA/HvyEgCm.doc Date: .3 - /9 - FY Date: _�// y/9f 98 -- 409 SOLID WASTE DEPARTMENT TRASH CRANE REFURBISHING COST/TIME ANALYSIS In -House Estimates: Contractual Estimates: Parts and Materials: $68,000 $68,000 Labor: $10, 500 $12,000 Total: $ 78, 500 $ 80,000 Delivery of Completed Crane(s): *65 days * *65 days * In -House refurbishing shall allow for only one (" crane to be rebuilt at a time. * Contracting the refurbishing shall allow multiple cranes to be rebuilt simultaneously. GSA/SWCrnAna.doc 98 r 409 C O N T R A C T A W A R D SHEr- T BID NO.: 0439-0/00-2 HEAVY EQUIPMENT WELDING FABRICATION CONTRACT PERIOD: 2/1/98 thru 1/31/99 COMMODITY CODE: 929-08 PART #1: VENDORS AWARDED F.I.D. NO.: 591367652 VENDOR: B & B WELDING STREET: 6995 N.W. 32nd Ave. CITY/STATE/ZIP: Miami, Florida 33149 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 696-3621 FAX: (305) 693-1602 CONTACT: Boyd Woodard F.I.D. NO.: 591573482 VENDOR: GENERAL WELDING SERVICES STREET: 8115 N.W. 56th Street CITY/STATE/ZIP: Miami, Florida 33166 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 592-9483 FAX: (305) 591-8540 CONTACT: Jose Cid F.I.D. NO.: 591692614 VENDOR: HYDRAULIC SALES & SERVICES STREET: 3700 N.W. South River Drive CITY/STATE/ZIP: Miami, Florida 33142 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 633-4677 FAX: (305) 638-5284 CONTACT: Fred Orig F.I.D. NO.: 650047880 (Previous Bid No. 0439-0/00-1) OTR YEARS: Four (4) VENDOR: J.C. INDUSTRIAL MANUFACTURING CORP. STREET: 3631 N.W. 48th Terrace CITY/STATE/ZIP: Miami, Florida 33148 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 634-5280 FAX: (305) 634-5224 CONTACT: Pedro Amador 98 409 CONTRACT AWARD SNFET -ID NO. 0439-0/00-1 F.I.D. NO.: VENDOR: STREET: CITY/STATE/ZIP F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT: 590832181 JONES MACHINE SHOP 3399 N.W. South River Drive Miami, Florida 33142 Destination Net 30 As Required (305) 635-0891 (305) 633-6758 Luis Rincon F.I.D. NO.: 591025285 VENDOR: LYN-RAND METAL FABRICATION CO., INC. STREET: 4730 N.W. 128 Street Road CITY/STATE/ZIP: Miami, Florida 33054 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 685-8231 FAX: (305) 685-5466 CONTACT: John Sanchez F.I.D. NO.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: PHONE: FAX: CONTACT: 591402487 Palm Truck Centers 2441 South State Road 7 Fort Lauderdale Fl. 33317 Destination Net 30 As Required (305) 584-3200 (305) 584-3228 Vic Weiger 0 PART #2: ITEMS AWARDED These awarded, bidders shall be pre -qualified to participate in specific periodic work assignments on an as needed basis by quotations. PART #3: AWARD INFORMATION ( )BCC (X) PMD AWARD DATE: 12/5/95 BIDS & CONTRACTS RELEASE DATE: 2/6/97 ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $2,087,580.00 USER DEPARTMENT Aviation Corrections AGENDA ITEM #: 3E-2A OTR YEAR: Two of Four MODIFIED VALUE: $ N/A DOLLAR AMOUNT ALLOCATED $ 60,000.00 $ 0.00 PAGE 2 9 8r 409 CONTRACT AWARD SHr[:T -?D NO. 0439-0/00-1 GSA Fleet Management MDTA Parks & Recreation Public Works Seaport Solid Waste WASD $1,128,888.99 $ 0.00 $ 50,000.00 $ 42,500.00 $ 299,999.00 $ 0.00 $ 715,000.00 PROCUREMENT SPECIFICATION SPECIALIST: WILLIAM GARVISO, CPPB WG/sc 11-25-97 PAGE 3 k" 4 METRDADE BID NO: 0439-0/00 OPENING: 1:00 P.M. WEDNESDAY- DATE: AUGUST 30, 1995 METROPOLITAN DADE COUNTY, FLORIDA I.NVITATION TO BID TITLE HEAVY EQUIPMENT WELDING -AND FABRICATION FOR GSA FLEET MANAGEMENT DIVISION AND VARIOUS OTHER COUNTY DEPARTMENTS FOR A FIVE (5) YEAR PERIOD THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: N/A CATALOGUE AND LISTS: N/A EQUIPMENT LIST: N/A INDEMNIFICATION/INSURANCE: SEE SECTION 2.0, PARA. 2.11 PRE -BID CONFERENCE/WALK-THRU _ SEE SECTION 2.0, PARA. 2.3 RACE -CONSCIOUSNESS MEASURE: N/A SAMPLES/INFORMATION SHEETS: N/A SITE VISIT/AFFIDAVIT: SEE SECTION 2.0, PARA. 2.8 SOURCE OF. SUPPLY: N/A TRADE CERTIFICATION: N/A WRITTEN WARRANTY: SEE SECTION 2.0, PARA. 2.19 FOR INFORMATION CONTACT: TAMETRIA HARRIS, CPPB (305) 375-5663 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION - PROCUREMENT PROCUREMENT MANAGEMENT DIVISION Panted on Recww p:". INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A SOLICITATION Each bid proposal returned to the CIerk of the Board must have the following information clearly marked on the face of the envelope: ► Bidder's name & return address ' ► Opening date of the bid ► Bid number ► Title of the bid The Bidder shall submit each proposal, consisting of one original and three copies, and any required attachments in one envelope. The enclosed return envelope should be used whenever possible. If bids are submitted at the same time for different bid solicitations,. each bid must be placed in separate envelopes and each envelope must contain the information previously stated. To receive a copy of the tabulation of bids, the- Bidder must enclose a self-addressed, stamped envelope when submitting their proposal. THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING THIS BID TO THE CLERK OF THE BOARD ON OR BEFORE THE STATED TIME AND DATE 1S SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY THE UNITED STATES MAIL DELIVERY OR CAUSED BY ANY OTHER OCCURRENCE. BIDS RECEIVED BY THE CLERK OF THE BOARD AFTER BIDS RAVE BEGUN TO BE OPENED WILL NOT BE OPENED AND WILL NOT BE CONSIDERED FOR AWARD. Bids must be .submitted to the address listed below by the time specified to be considered for award.-. CLERK OF THE BOARD STEPHEN P. CLARK CENTER I I I N.W. 1ST STREET SUITE 210 MIAMI, FLORIDA 33128 It is the police of Metro -Dade County to comply with all requirements of the Americans with Disabilities Act. For sign language interpreter services or bids accessible in format (Braille, tape or large print call (305) 375-5289 five days in advance. For ADA complaints call (305) 375-3566. 98- 409 SECTION I GVERAL TERMS AND COI )ITIONS 1.1 APPLICABILITY These General Terms and Conditions apply to all bids made to Metropolitan Dade County (hereinafter referred to as "County") by all prospective bidders (hereinafter referred to as "Bidders") in response to Invitation to Bids issued by the GSA Procurement Management Division. The word "Bid" is used in reference to any and all. offers submitied in conjunction with this bid solicitation. 1.2 CONTENTS OF BID A. General Condition (1) Bidders shall thoroughly read and examine all Bid documents. As Bid documents frequently change for each solicitation, Bidders should not assume _ - - that this solicitation contains the same term and conditions that were contained in previous solicitations. (2) Bidders shall make all investigations necessary to thoroughly familiarize themselves with all the conditions affecting this bid solicitation. It is the sole responsibility of the Bidder to familiarize themselves with the bid requirements and no plea of ignorance by the Bidder of conditions that exist, or that may exist as a result of the failure to fulfill the requirements of the bid solicitation, will be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful Bidder who is awarded the contract. (3) Bidders are advised that all County contracts are subject to all legal requirements contained in the County's Administrative Order 3-2 and other applicable County Ordinances and/or State and Federal Statutes_ Where conflicts exist between this bid solicitation and these legal documents, the higher authority shall prevail. B. Conflicts in the Bid Solicitation Where there appears to be a conflict between the Genera] Terms and Conditions, the Special Terms and Conditions, and/or the Technical Specifications the order of precedence is the Technical Specifications, Special Terms and Conditions and, then the General Terms and Conditions. 98 -- 409 C. Addition ' 'iformation/Addenda Requests for additional information, explanations, clarifications or interpretations must be made in writing to the GSA Procurement Management Division contact person, identified on the cover page of this bid solicitation, no later than seven (7) working days prior to the scheduled bid opening. Any request received after that time may not be considered. The request must contain the proposer's name, address, telephone number, and facsimile number, if transmitted by facsimile. Electronic facsimile will be accepted at__ (305) 375-5409. Facsimiles must have a cover sheet which includes at - a minimum, the proposers name, address, --number of pages transmitted, telephone number and the.. serider's facsimile number. The County will issue responses to inquires and any other corrections or amendments it determines to be necessary by written addenda issued prior to the scheduled opening date. Bidders should not rely on any representations, statements, or explanations other than those made in the bid solicitation or in any addenda to this solicitation. Where there appears to be a conflict between this solicitation and any addenda issued, the last addendum issued will prevail. It is the Bidder's responsibility to assure receipt of all addenda. The Proposer should verify with the contact person prior to submitting a Bid that all addenda have been received. Proposers are required to acknowledge the number of addenda received as part of this solicitation on the attached Addenda Acknowledgment Form. D. Prices Contained in Bid (1) Prompt Payment Terms a. Bidders may offer a cash discount for prompt payments, however. such discounts shall not be considered in determining the: lowest priced Bidder for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in payment terms. b. Bidders are required to provide their prompt payment terms in the space provided on the Bid Proposal signature page of this solicitation. If no prompt payment discount is being offered the Bidder must 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 terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the County, whichever is later. (2) Current Prices Bids indicating prices in effect "at time of shipment" will be rejected, unless otherwise specified in the Special Terms and Conditions. e 98- 409 (3) r:,,:ounts Offered During Term of Conti Prices offered in the Bid shall be fixed for a period of 120 days after award by the Board of County Commissioners, unless otherwise specified in the Special Terms and Conditions. Thereafter price discounts off the original prices quoted in the Bid Proposal will be accepted from successful Bidder(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from acceptance by the County. (4) Collusion The Bidder, by affteing: a signature to their Bid,. certifies. that its Bid is made without previous understanding, agreement or connection either with any person, firm, or corporation making a Bid for the same items, or with the Dade County Procurement Division or initiating department. The Bidder certifies that its Bid is fair, without control, collusion, fraud or otherwise illegal action. The Bidder certifies that they are in compliance with Section 2-11.1, Conflict of Interest and Code of Ethics Ordinance, of the Dade County Code. The County will investigate all potential situations where collusion may have occurred and the County reserves the right to reject any and all bids where collusion may have occurred. 1.3 PREPARATION AND SUBMISSION OF BIDS A. Preparation/Submission (1) The Bid Proposal Form, which is part of the bid solicitation must be used when submitting a Proposal. Use of any other form will result in the rejection of the bid. (2) The Bidder must furnish any samples or other documentslinformation required by the bid solicitation. Failure to supply the required samples or documentation/information as required may result in the Bid being rejected. (3) The Bidder's authorized agent must sign the Bid Proposal Form in ink. Failure to sign as provided herein may result in the Bid being rejected. (4) Unit prices must be shown where required. Where there is a discrepancy between the unit prices and any extended prices the unit prices shall prevail. (5) Multiple Bids will only be accepted if submitted as separate bids, submitted in separate envelopes, which are not for the same product or service. All Bids must meet all requirements of the bid solicitation. Where multiple Bids are submitted for an identical product or service only the lowest price will be considered. (6) Proposed delivery time, if required, must be stated in calendar days. 3 409 (7) P' 'ers shall not charge federal taxes not , ste of Florida sales, excise and use taxes &.. oid prices as the County is exempt from payment of all such taxes, except where the goods are for resale by the County. Such taxes shall be borne by the Bidder except where the County is purchasing the goods for resale. An exemption certificate will be provided where applicable upon request. (8) The Bid must be typed or printed in ink. Use of pencil or erasable ink will result in the Bid being rejected. AM .corrections made by the Bidder mast be initialed in ink by the authorized anent or the Bid may be reiected. (9) Telegraphic or facsimile bids will not be considered. (10) Once a Bid has been opened, the County will not ' consider any subsequent submissions which alter the Bid. B. Vendor Application Prospective Bidders should register with the GSA Procurement Management Division as this will ensure that they receive notice of solicitations when they are issued by the County. The successful Bidder(s) must- register with GSA Procurement Management Division, as- specified herein, prior to award. Failure to so register will result in the rejection of their Bid. Conducting business with the County requires a business entity to complete a registration application, available through GSA Procurement Management Division, and to pay an annual administrative fee. The following documents are required and included in the registration application form: 1. Commodity Code listing 2. Certificate of Filing of Articles of Incorporation Every Florida based corporation is required to submit a copy of the single 'Certifications page that was signed and dated by the Florida Secretary of State that shows receipt, of the duly executed Articles of Incorporation. 3. 'Copy of current Business or Occupational License Most Dade County based businesses are require to purchase an Occupational License to conduct business within the County. Where no license exists the business entity must submit such a statement to that effect on their letterhead. 4 Executed Cuba Affidavit This affidavit requires business entities to attest to their business activities and investments in Cuba, and that they are in compliance with Dade County Resolution No. R-656-93, as adopted by the Board of County Commissioners on July 3, 1993. 5. Executed Florida Public Entity Crime Affidavit Florida Statutes, Sections 287.132-133, effective July 1, 1989 requires that business entities complete an affidavit with regard to the commission of public entity crimes. 6. Executed Vendor Disclosure of Ownership Form 4 98- 409 7. Df -Free Workplace Affidavit 8. Ft.. _ _.jy Leave Affidavit 9. W-9 Form It is the responsibility of the business entity to update its application concerning any changes, such as; new address, telephone number, commodities, etc. This must be on company letterhead and sent to the GSA Procurement Management Division, Vendor Assistance. Potential Bidders may contact the Office of Vendor Assistance at .(305) 375-5289 for guidance in completing the registration application. C. Criminal Conviction Disclosure Pursuant to Ordinance No. 94-34, "Any individual who has been . convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal eniity having an officer, director, or executive who -has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving funding from the County." Accordingly, Criminal Record Affidavit forms are available upon request at GSA Procurement Management Division/Off m of Vendor Assistance for those individuals or firms required to disclose this information. D. Minority and Disadvantages Business Enterprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprise businesses. Contact the Office of Vendor Assistance for information. 1.4 'MODIFICATIONS OR WITHDRAWAL OF BIDS A. Modification of Bids Bids may only be modified by submission of a modification as provided below prior to the time and date set for bid opening. Any modification submitted to the GSA Procurement Afanagementy Division must contain a new Bid Proposal Form and a letter on company letterhead, signed by an authorized agent of the Bidder, stating that this submittal supersedes the previous bid submittal. The envelope must contain the following information: (1) Bidder's Name & Address (2) Bid Number (3 ) Opening Date of Bid (4) Title of Bid (5) The following statement; "This is a modification to a previously submitted bid" (6) Date of Modification 5 98 - 409 B. Withdraw if Bids Bids shalt be irrevocable unless the Bid is withdrawn as provided herein. A Bid may be withdrawn only by written letter received by the contact person, prior to the Bid Opening Date or ninety (90) days after the opening of the Bid. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. 1.5 EVALUATION OF BIDS A. Rejection of Bids The County may reject a Bid Proposal for any of the following reasons: (1) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the Bid Proposal (3) Bid does non conform to the requirements of the Bid _ (4) Bid requires a conditional award that conflicts with the method of award (5) Bid does not include required samples, certificates, ficenses as required. (6) Bid was not executed by the "Bidder's authorized agent on the Bid Proposal Form The foregoing are not the exclusive reasons for which a Bid may be rejected. The County may reject and re -advertise for all or any part of the Bid Solicitation whenever it is deemed in the best interest of the County. B. Elimination From Consideration (1) A contract shall not be awarded to, any person or firm which is in arrears to Dade County upon any debt or contract or which is a defaulter as surety or otherwise upon any obligation to the County. (2) A contract may not be awarded to, any person or firm which has failed to perform any previous contract with the County. (3) A contract may not be awarded to, any person or firm which has been debarred by the County in accordance with the County's Debasement Ordinance. C. Waiver of Informalities The County reserves the right to waive any minor informalities or irregularities in any or all bids. 6 98- 409 � � • Y l • • 1 �i� �il •1 (1) Bids will only be considered from firms who are regularly engaged in the business of providing the goods and/or services required by the Bid. Bidder's must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to insure that they can satisfactorily provide the goods/services if awarded the contract. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best industry .practices in the industry as determined by the County. (2) The County may conduct a pre -award site inspection or hold a. pre -award qualification hearing to 'determine if Ithe bidder is capably of performing the contract if awarded. (3) The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the County or any other governmental entity in making the award. (4) 'The County may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source -of supply, if required by the Bid. 1.6 AWARD OF CONTRACT A. The Bid Solicitation, any addenda issued and the purchase order, if issued, constitute the entire contract, unless modified in accordance with the contract. B -Tie Bids will be decided by the Director of Procurement or designee. C The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specification. - The Bidder shall be in default of its contractual obligation ifsuch documents are not submitted in a timely manner and in the form .required by the County. Where the Bidder is in default of these contractual requirements, the County, through action taken by the Procurement Management Division, will void its acceptance of the Bidder's Proposal and may accept the Bid from the next lowest responsive, responsible Bidder or re -solicit the County's requirements. The County at its sole discretion may seek monetary restitution from the Bidder and its bid bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be the contract, a purchase order, notice of award or an award sheet. 7 98- 409 E. The Cou, reserves the tight to automatically nd this contract for up to ninetV (90) calenaar days beyond the stated contract term in order to provide County departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded. If the right is exercised, the County shall notify the Bidder, in writing, of its intent to extend the contract for a specific number of days, not to exceed ninety (90) days, prior to the expiration of the contract term. F. 'Where the contract involves a single shipment of goods to the County the contract term shall conclude upon completion of the expressed or implied warranty periods. ` 1.7 RIGHTS OF APPEAL Any Bidder may protest any recommendation for contract award in accordance with the procedures contained in Dade County Ordinances 94-26, 94-72 and Section 2-8.4 of the Dade County Code. 1.8 CONTRACTUAL OBLIGATIONS A. Rules Regulations Licensing Requirements The Bidder shall comply with all laws and regulations applicable to the goods or services contemplated herein. Bidders are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods or services offered. especially Executive order 11246 entitled "Equal Employment Opportunity" and as amended by Executive order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders and laws relating to people with disabilities. B. Conditions of Material and Packagins; (1) All goods furnished must be new, unless specified in the Special Conditions or Technical Specifications, and free from defects. _ All containers shall be suitable for shipment and/or storage. The bid price shall include standard commercial packaging unless otherwise specified in the Special Conditions or Technical Specifications. (2) All goods furnished shall be fully guaranteed by the Bidder against factory defects and shall be fit for the purpose intended under this contract. Any defects which may occur within the period of the manufacturer's standard warranty or the failure of the product to be fit for the purposes intended shall be corrected by the Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions or Technical Specifications. 8 98- 409 C. Subcontr 78 The Bidder shall not subcontract any portion of the work without the written prior consent of the County. The ability to subcontract may be further limited by the Special Conditions or Technical Specifications. D. Assignment The Bidder shall not assign, transfer, sublet or otherwise dispose of the 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. E. Delive Prices quoted and deliveries are to be FOB Destination, freight included, unless otherwise specified in the Special Conditions. Deliveries are to be made during County business hours unless otherwise specified in the Special Conditions. F. Title Title to the goods shall not pass to the County until after the County has accepted the goods or utilized the goods, whichever comes first. 1.9 MODIFICATION OF THE CONTRACT The contract may be modified from time to time in writing thought the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1.10 TERMINATION FOR CONVENIENCE The County at its sole discretion ma_v terminate this contract, without cause, by providing the Bidder(s) with thirty (30) days advance police. Upon the receipt of such notice the Bidder shall not incur anv additional costs under- this contract. The County shall be liable onlv for reasonable costs incurred by the Bidder(s), as determined by the County, resardless of the method of payment required 'by the contract, as the result of such termination. 1.11 TERMINATION FOR DEFAULT The County may terminate this contract upon the failure of the Bidder to comply with the provisions and requirements of the contract. The County's decision not to take action upon a failure of the Bidder to perform shall not be construed as a waiver of the ability of the County to take action at a later date and time. The date of termination shall be stated in a written notice to the Bidder. 0 .9 98- 409 In the event tf 3idder is terminated for default, t County reserves the right to re -procure the goods or services from the next lowest responsiveiresponsible bidder or re -solicit the contract. The County may charge the Bidder any differences in cost between the Bidder's price and the reawarded price and the costs associated with reawarding or re -soliciting this contract. 10 "V vu0' 98 40.E METROPOLITAN DADE COUNTY BID NO. 0439-0/00 SECTION 2.0 SPECIAL CONDITIONS HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES 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 Heavy Equipment Welding. and Fabrication Work for County Vehicles in conjunction with GSA. Fleet Management and various - other agencies' needs.on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 PRE -BID CONFERENCE (RECOMMENDED A =pre -bid conference will be held on Monday, August 21, 1995 at I1:00 a.m. at Stephen P. Clark Center, 111 N.W. 1st Street, Miami, Florida in conference room no. 18-1 to discuss proposed specifications. It is recommended that a representative of the firm attend in order to become familiar with the bid specifications. Bidders are requested to bring this Invitation To Bid package to the conference, as additional copies may not be available. 2.4 TERM OF CONTRACT: ONE (1) YEAR 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 one (1) year. .2.5. OPTION TO RENEW FOR ADDITIONAL YEARS (With Price Adjustment) The prices .for a. -one year period from effecti.vie date shall be consistent with the provisions outlined in section 2.7 of these terms and conditions; at which time Dade County shall have the option to renew for an additional four (4) years on a year to year basis. At that time Dade County will consider adjustment to price based on (CPI) Consumer Price Index Clerical and Wage earners column.. It shall be further understood that the County reserves the right to reject any price adjustments submitted by the bidder and/or to terminate the contract with the bidder based on such price adjustments. Continuation of the contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE.THE OPTION -TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. Paqe 1 98 - 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 2.6 METHOD OF AWARD: TO ALL PRE -QUALIFIED BIDDERS Award of this contract will be made to all pre -qualified bidders who meet these criteria: Have a fully equiped and well established company as required in Section 1.5, Sub -section D of this solicitation as verified by on -site inspection. °' Have a facility with a minimum size. of 3,750 square .feet which. will allow a refuse packer 35 feet long, 12h , high x 9h''-wide, or a trailer 42' bong x 12h' high x 8' wide to be worked on completely inside. The facility must provide security in the form of a fenced locked --=lot, or the inside of a secure building, for no less than one (1) refuse packer and one (1) trailer sized vehicle simultaneously. • The company must have a minimum of four (4) full time employees. o The company must be able to show a minimum of one (1) year of experience in welding and fabrication. These awarded bidders shall be pre -qualified to participate in specific I periodic work assignments that are identified by the County on an as i needed basis. When such work assignments are identified, the pre -qualified bidders shall receive notification for a quotation; review the written specifications regarding the work to be accomplished, inspect the work or work area and offer an itemized price based on the labor rate bid and materials to be provided. The Bidder offering the lowest fixed price shall be awarded the specific work assignment. The award of a specific work assignment to one (1) Bidder does not preclude the ability of the remaining pre -qualified Bidders, or the awarded bidder, from Submitting offers for other work assignments. 2.6.1 This contract will be closed for pre-qualifica-tion of additional vendors for a period of six (6) months from the implementation date of this contract. After that time new venders may make application to be wait listed for award under this contract. To qualify for wait listing the potential vendor must be a vendor in good standing with the County and meet the criteria established in Section 2.6. At the conclusion of each six month interval of this contract's life any vendor who has not been a low bid awardee of a minimum of one quotation job, or who has failed to perform satisfactorily as determined by the GSA Fleet Management Division, will be dropped from the contract's awarded vendor group. Should the number of pre -qualified bidders be less than ten (10) then for each vendor dropped, one (1) vendor from the wait list will be added to the awarded vendor group. All wait list activities will be chronologically prioritized:. Any vendor dropped may reapply and go through the wait list process to rejoin this contract. All wait list activities will be coordinated by Tametria Harris at GSA Procurement Management at (305) 375-5663. pane 2 98- 499 METROPOLITAN DADE COUNTY . BID NO. 0439-0/00 2.6.2 The County reserves the right to increase or decrease the number of pre -qualified vendors in its best interest. 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; provided, .however., that ..the bidder may. offer.. incentive discounts from this fixed price to the County'at any time. during the contractual term. 2.8 EXAMINATION OF SITE (RECOMMENDED): Prior to submitting its quotation it is advisable that the bidder visit the site of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required examination will be done in accordance with Paragraphs 2.37, 2.38 and 2.39. The bidder is also advised to examine carefully the drawings and specifications and to become 'thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For site visitation appointment and for any additional information required regarding the specifications and requirements of this bid contact Fleet Management: Martin Dareff (305) 375-2302; MDTA: Ralph Vega (305) 638-7411; Parks & Recreation: Gary Manon or Diane Smith (305) 596-4460; Aviation: Rollie Calzadilla (305) 876-7915. 2.9 Intentionally Omitted 2.10. Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE - (3) - TOWING AND AUTOMOTIVE REPAIR SERVICES The successful bidder/vendor 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 Agreement. . The vendor 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. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workmen's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Garage Liability Insurance in amounts not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Policy must be endorsed to include automobile r:1no 7 9 V 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 service operations. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combinedsingle limit per occurrence for bodily__ injury and property damage. The insurance coverage required shall include those classifications, as listed in .standard liability insurance manuals_, which %most..•nearTy reflect the operations of the vendor. All ..insurance policies required above shall 'be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and .no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by" A.M. Best Company, Oldwick, New Jersey, or its equivalent subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund, Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE-: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR -ON EACH CERTIFICATE. Compliance with the foregoing requirements shall _not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibi.ted from submitting future Proposal to the County in accordance with 'Section 5.D of this General Terms and Conditions. 98 - 409 Page.4 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are_ scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new .or renewed insurance certificates to the County at a minimum of thirty (30) ca.lendar days in advance of such expiration. Ire the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, 'that this suspended period does not exceed thirty (30) calendar days. . If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.8 H .of' the General Terms and Conditions.. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED The County shall provide periodic payments for services rendered by the successful bidder. In order for the County to provide payment, the bidder shall submit a fully documented invoice which identifies the appropriate purchase order number, the service location, and itemizes the services provided to the County using department(s). The invoice shall be submitted to the County department within thirty (30) calendar' days after the service have been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a .County representative has reviewed and approved the service.._ 2.16 Intentionally Omitted 2.17 Intentionally Omitted 2.18 Intentionally Omitted 2.19 WARRANTY REQUIREMENTS All labor, materials, supplies, paints, parts, etc. supplied by the vendor will be covered by a one year unconditional guarantee by the vendor as follows: 2.19.1 All damage repairs or refurbishment work, including paint, shall be guaranteed for one. .(1)..year against cracking, peeling, fading or not maintaining OEM quality. Any such repairs, work, paint, or material becoming defective will be redone to Metro -Dade County's satisfaction at no charge. 98- 409 PaaP 5 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 2.19.2 Refusal of the vendor to honor the above guarantee, when requested, shall be considered justifiable grounds for termination of this contract with that vendor. 2.20 CONTACT PERSONS: For any additional information requirements of this contract, 375-5663. 2:'21 LOCAL PREFERENCE regarding the specifications and Contact: Tametria Harris at (305) The award of this contract is subject to Ordinance No. 94-166 amending the code of Metropolitan Dade County, Florida effective September 23, 1994 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, -preference will be given to the local business having the greatest percentage of its employees t-hat are Dade County residents. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Dade County or has a place of business located in Dade County at which it will produce the goods or perform the services to be purchased. 2.22 QUARTERLY REPORTING, WHEN SUB -CONTRACTORS ARE UTILIZED: Bidders are advised that when sub -contractors are utilized to fulfill the terms and conditions of this contract, Metropolitan Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the successful contractor(s) to file quarterly reports as to the amount -of contract monies received from the county and the amounts thereof that have been paid by the- contractor directly to Black, Hispanic..and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work. and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. 2.23 Intentionally Omitted 2.24 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 at these new facilities. 98 - 409 D"no F METROPOLITAN DADE COUNTY BID NO. 0439-0/00 2.25 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract pride(s) established herein. Under these circumstances, a -separate purchase order shall be issued by. the County.which identifies the requirements of the additional County department(s)-or agency(ies). 2.26 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Office of Safety and Health Administration (OSHA), the National Institute of 'Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.27 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. 2.28 HOURLY RATE: The hourly rate quoted shall include full compensation for labor, equipment. use, travel time, and any other cost to the bidder_ This rate is- assumed to be at straight -lame for all labor, except .as otherwise noted. The bidder shall comply with minimum Federal wage standards 'and any other applicable'Iaws of the State of Florida. Overtime is not allowable under this Bid. 2.29 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER Unless otherwise provided and identified by the job being quoted the Bidder shall furnish all labor,. material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of the original type and grade for -the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the Shop Supervisor assigning the job. 2.30 LICENSES, PERMITS AND FEES: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; -and. shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the bidder for failure to obtain required licenses, permits or fines shall be borne by the bidder. Paaf, 7 98- 409 METROPOLITAN DADE COUNTY 2.31 NON-EXCLUSIVE CONTRACT BID NO. 0439-0/00 Although the purpose of this Solicitation i-s to secure a contract that can satisfy the specific County agencies, it As hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidder(s) to receive all orders -that may be generated.by the County in conjunction with this Solicitation. 2.32 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 (whether new or used) and workmanship of best available qua+ity are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.33 OVERTIME The County shall allow overtime payment at a maximum rate of one and a half times the regular hourly wages quoted by the bidder in its Bid Proposal Form. This allowance shall only be provided in those instances where expressly authorized by a representative of the County prior to the commencement of the overtime work. Further, overtime work shall not be allowed during the normal work day. 2.34 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN DADE OR BROWARD rni INTT FS Bids will only be accepted from, bidders which have service facili+ies located in Dade or Broward Counties, Florida which can provide the required work and services. 2-.35 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid Proposal, the Bidder is required _to identify any and all Subcontractors that will be used in the performance of the proposed contract, the`- capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the Subcontractors) with respect to experience, skill, responsibility and business standing shall be considered by the County when making the award in the best interest of the County. * If the bidder fails to identify any and all sub -contractors in the Bid Proposal, the bidder may be allowed to submit or update this documentation to the County. when such action is in the best interest of the County. 2.36 WORK ACCEPTANCE: This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 98- 409 Paae 8 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 2.37 WORK ASSIGNMENTS IDENTIFIED BY THE COUNTY: All work assignments during the contract period will be on an "as needed" basis, complying with notification requirements. Bidder shall assume no guarantees as to the number or frequency of work assignments or the amount of payments under the terms of this contract. Determination of work specifications and materials for each assignment will be made by the County Department. 2.38 REPAIR STANDARDS As no two vendors perform their work just alike, -.they may not see work requirements or damage to a vehicle in the same degree, causing their quotation to vary. However, the quality of the finished work must equal all of the standards of best industry practices as to selection and=preparation of metals for repair, primer and paint standards, and finished quality of the repairs. The'successful Contract Vendor will be required to consistently produce this quality of work using modern facilities, methods, paints and repair techniques performed by individuals. knowledgeable and skilled in fabrication repairs so the repair(s) conform with the original body alignment and contours as well as matching (as far as possible) existing paint textures and colors. Where damage has caused structural damage or frame/chassis misalignment of any nature, the Vendor will be required to align the equipment using equipment currently used in the industry with trained personnel to factory new standard alignment. Vendors will be required to have on their premises the proper welding equipment (gas/arc), metal forming equipment, spray booth(s), frame machine(s) if doing frame work, sandblasting ability, and storage/yard facilities that are fenced and secure so as to maintain the security of Metro -Dade County vehicles. Vendors who wish to participate in repairs performed at County facilities must have the appropriate portable equipment needed to make such repairs. 2.39 NOTIFICATION FOR.A QUOTATION Notification for a quotation will be made in either or both of the manners below (as deemed necessary by the facility supervisor assigning the work and the volume of work to be assigned by the location). A. Prearranged inspection schedule, i.e. Inspection every Monday and Thursday mornings at 8:00 a.m. B. By calling for a quotation from a minimum of five (5) pre -qualified vendors by rotational schedule. 2.40 TIME LIMIT FOR MAKING INSPECTION Contract Vendors shall make their inspection within 24 hours after being notified of work to be inspected. Not making an inspection within the required time can cause the job to be awarded to the vendor meeting this requirement at the sole discretion of the shop supervisor. 98- 409 Paqe 9 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 2.4I TIME LIMIT FOR RETURNING QUOTATIONS A. Locations using prearranged inspection schedules will post or notify Vendors of the required quotation return schedule. This schedule will require return no less than 24 hours, or more than_ 72 hours, from scheduled job inspection. B. When called for a quotation, Contract Vendors shall return their quotation using Metro -Dade. County'-s."Estimate of' Repair Cost" Form (No.. 160.80-64 Rev. 1/17) no-. more than 48 : "hours - after_ being notified of work to be inspected. Failure of the Contract Vendor to submit the quotation within 48 hours from notification will be considered "no quote" and the Contract Vendor will not be eligible for consideration of award of that repair. The time limit requirement may be waived in specific instances at the sole "-discretion of the Shop Supervisor when deemed in the best interests of Metro -Dade County. 2.42 QUOTING VEHICLES A. Labor Rate Per Hour For the purpose of quoting work the awarded vendors shall submit bid proposals to Metro -Dade County, giving their labor rate per hour as quoted on the bid proposal. B. Fabrication Materials Metro -Dade County does not require that new materials be used, provided the used material equal the materials used in the original vehicle and match the original contours of the vehicle being repaired as to fit and alignment. The Vendors should take this into consideration when bidding on this type work._ The vendors may bid new materials if rh ey wish, but this decision will be left up to the vendors professional judgement, remembering that all repairs must meet the "guarantee (See Section. 2.19) requirements of these specifications and the standards stated in Section 2.36. Metro -Dade County, at is sole discretion, may, furnish part's or materials, to be used in the repair of quoted vehicles. Parts that are to be supplied by Metro -Dade County will be clearly identified at the time of quote. The vendor will furnish the labor (to be included with his quote) to properly install and finish the items supplied as well as any other parts, labor, supplies, etc., necessary to produce a finished job. NOTE: Metro -Dade County reserves the right to specify product types/brand names of parts and materials to be used in vehicle repairs when quoting equipment. C. SPECIALIZED VEHICLES AND EQUIPMENT Metro -Dade County reserves the right to have special vehicles repaired by other than the Vendors when Metro -Dade County believes its best interests will be served in that manner. 98- 409 Paoe 10 METROPOLITAN DADE COUNTY 2.43 AWARDING QUOTES BID NO. 0439-0/00 Each job will be quoted by the Vendor after notification or scheduled time. Metro -Dade County shall furnish the vendor with "Estimate of Repair Cost" forms to submit .their quotation on. Metro -Dade County will give the vendors detailed descriptions of work to be performed and allowable days of "down time" to complete.and return work. The Contract .Vendors s.ha1T state in their -quote, in number of days, the reasonable, time it will take .them. to repair the equipment quoted. on ("down time"). This "down time", in number 'of days,- shall be included in writing on the "Estimate of Repair Cost" form, and will be a part of the quotation. In addition to the price quoted the Shop Supervisor will use the = vendor's "down time" quote as well as the vendor's past history of conforming to quoted "down time", quality of finished work, history of additional costs and additional "down time" and current quantity of equipment being repaired by the quoting vendor in their decision to award the work. Metro -Dade County reserves the right to weigh different factors appropriately to the type of equipment being quoted and its priority for being returned to County service at the sole discretion of the Shop Supervisor. 2.44 AUTHORIZATION TO BEGIN WORK AFTER AWARD The Shop Supervisor shall review all written quotes and shall return a copy of the "Estimate -of Repair Cost" form, signed, to the vendor awarded the job. This will be the authorization to pick up the equipment and begin repairs. Equipment not picked up within 48 hours of award notification, will be deemed. forfeited and re -awarded unless the pick up time has been specifically waived by the Shop Supervisor. NOTE: If none of the quotes received -are within the limit of days of allowable "down time" the County reserves the right to waive 'its specified.*"down time" on that quote i.n lieu of the "down time" quoted by the awarded vendor. 2.45 EXCEEDING "DOWN TIME" If the Contract Vendor does not meet the "down time" requirement quoted, Metro -Dade County reserves the right to have the equipment returned to Metro -Dade County's facility 24 hours after the expiration of "down time". The removal of the equipment from the Contract Vendor's facility and return to Metro -Dade County will be at the expense of the Contract Vendor. If this option is exercised by Metro -Dade County, Metro -Dade County's only liability shall be to pay for work already performed. 2.46 ADDITIONAL COST AND ADDITIONAL "DOWN TIME" The Contract Vendor, after being awarded -work, shall notify. the Shop Supervisor within 48 hours of pickup of the awarded job, of any additional labor, parts cost, or "down time" that may be required to repair previously hidden damages. The Contract Vendor shall not perform, or bill for, any additional work until he has received the Paoe 11 9 8- 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 Shop Supervisor's prior approval. Should the Shop Supervisor not agree with the Contract Vendor's projected charges or "down time" for hidden repairs Metro -Dade County may, at its sole discretion, remove the equipment from the Contract Vendor Repair Facility and have the equipment re -quoted. Metro -Dade County's only liability in this occurrence would be for work already performed. Approved additional costs shall be itemized on an invoice, separate from the original quote and plainly labeled "hi.dden damages". Work for "hidden damages" is not authorized until such separate quote labeled "hidden damages" has been signed by the'Shop Supervisor.' 2.-47 RANGE OF NON -SPECIALTY VEHICLES TO BE REPAIRED The Contract Vendor will be expected to perform repairs to the following types of vehicles. Vans (over 10,000 G.V.W.) Buses (School Bus Type over 10,000 G.V.W.) Sanitation Trucks Trash Trucks Truck Tract -ors Truck Trailers Semi Trailers Assorted Utility Trailers (over 10,000 G.V.W.) Dump Truck (Flat bed and others) Hydro Cranes Other similar heavy equipment (on road) Construction Equipment Other On and Off road heavy equipment 2.48 PICK UP AND DELIVERY OF VEHICLES IF APPLICABLE The successful Contract Vendor is responsible for the safe transport of the equipment if the repairs are to be performed at the Vendor's premises- and the equipment is to be - removed from Metro -Dade County facilities: The vendor shall return the repaired equipment to the Metro -Dade County Facility from which the work was generated, not more than 24 hours after completion of same, unless directed otherwise by the Shop Supervisor. NOTE: The Shop Supervisor may waive the pick up and delivery requirements for equipment on a case by case basis at his sole discretion when it is deemed to be in the best interest of Metro -Dade County. 2.49 SHOP LOCATIONS Metro -Dade County has many facilities and divisions which may call/arrange for collision repair damage quotes. The bidders of this contract are encouraged to familiarize themselves with County. Operations and locations prior to placing their bid. Several SAMPLE locations are listed below: Pave 12 . METROPOLITAN DADE COUNTY BID NO. 0439-0/00 FLEET MANAGEMENT Shop 2 6100 SW 87 Avenue Shop 3 8801 NW 58 Street MDTA Metrobus Central Division 3300 NW 32 Avenue PARK & RECREATION South 22200 SW 137 Avenue North 200 West 74 Place, Hialeah Kendall 11395 SW 79 Street AVIATION Mobile Shop, Miami International Airport, Bldg. 2083 6750 NW 19 Street NOTE: Other County Agencies may access this contract and the above listing should not be considered final, guaranteed or total. 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 SECTION 3.0 TECHNICAL SPECIFICATIONS HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES 3.1 REPAIR REQUIREMENTS The Vendor shall submit their quote including but not limited to the work identified with job specifications at the time of.quotation. Page 14 " " 409 METROPOLITAN DADE COUNT VIES TIREE RiTURN MESS OTHERWISE SPECIFIED 11 THIS INNITATIOY TO BID BID NO. 0439-0/00 OPENING: 1:00 P.M. Wednesday DATE: CLERK OF THE BOARD Metro Dade -Center 111 N.W.-1st Street Suite .210 INVITATION TO BID Miami, Florida 33128 SECTION 4.0 BID PROPOSAL FORNS•.. 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: VICTOR-J. MONZON-AGUIRRE Date Issued: 07/31/95 This Bid Proposal Consists Director of General Services Admin. Dade County Florida. of Pages 15 thru 19 ------------------------------------------------ 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. HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES FOR GENERAL SERVICES ADMINISTRATION, FLEET MANAGEMENT DIVISION AND OTHER DADE COUNTY DEPARTMENTS FOR A ONE (1) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEARS A Bid Deposit .in the amount of NL— 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 ACCEPTED _ NON -RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED REJECTED _ NO BID COMMODITY CODE: 929-08 SPECIALIST: Tametria Harris, CPPB/slrb FIRM NAME STREET ADDRESS _ CITY STATE & ZIP CODE TELEPHONE NUMBER AUTHORIZED AGENT TITLE OF OFFICER Page 15 98- 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 BID PROPOSAL FOR: _ HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES FIRM NAME: -------------------------- Item Description Unit Price. --- ___________ 1. Heavy Equipment Welding,-Met.al Fabrication and Refinishing Work ' Per Hour Page 16 J 8- 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 BID PROPOSAL FOR: HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES FIRM NAME: Item Description. Unit Price - IDENTIFY SUBCONTRACTORS: (Example: Hydraulic Cylinders - Subcontractor:' Joe's Hydraulics) Page 17 9 O— 409 METROPOLITAN DADE COUNTY BID NO. 0439-0/00 BID PROPOSAL FOR: HEAVY EQUIPMENT WELDING AND FABRICATION FOR COUNTY VEHICLES IF NO BID PLEASE INDICATE REASON: -----------------------------------------T-------------------------------------------------- Prompt Payment Terms: % days net day --------------------------------------------------------------------------------------------- FID NO. of Bidder: (Bidders Federal Employer Identification Number as used on Return Form;941.) If none Bidders Social Security No. The undersigned Bidder certifies that this Bid Proposal is submitted in accordance with the Bid.*Specifications-and Conditions governing this.Bid, and that the Bidder will accept any awards made to him as a result of this bid. FIRM NAME STREET ADDRESS CITY,STATE,b ZIP CODE TELEPHONE NUMBER FAX. NUMBER AUTHORIZED SIGNATURE (Signature) (Print Name) (Date) TITLE OF OFFICER State below mailing address (if other than above): P.O. BOX city state zip code Page 18 98 409 METROPOLITAN DADE CUUNTY BID NO. 0439-0/00 ACKNOWLEDGEMENT OF ADDENDA _---------------- ______________________________________________________ TITLE: HEAVY EQUIPMENT WELDING AND FABRICATION DIRECTIONS: COMPLETE PART I OR PART II,::WHICHEVER APPLIES ---------------------- ___________------- _—__----__----___=----T==== 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 I1: NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE:. ;Date ; Page 19 05. 98- 409