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