Loading...
HomeMy WebLinkAboutR-98-0509J-98-554 5/14/98 RESOLUTION NO. 9 8~ 5 0 9 A RESOLUTION APPROVING THE PROCUREMENT AND INSTALLATION OF LIGHT BARS, SIRENS, AND ACCESSORIES FOR POLICE AND FIRE EMERGENCY RESPONSE VEHICLES FROM METRO USA, UNDER MIAMI-DADE COUNTY CONTRACT NO. 5038-3/99-2, ON AN AS -NEEDED CONTRACT BASIS UNTIL OCTOBER 31, 1998, WITH THE OPTION TO EXTEND FOR AN ADDITIONAL ONE-YEAR PERIOD, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED $149,115.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, "REPLACEMENT OF CITY-WIDE FLEET", PROJECT NO. 311850. WHEREAS, the Department of General Services Administration is purchasing new vehicles for the Police and Fire -Rescue fleet; and and WHEREAS, vehicles assigned as "emergency response" shall require light bars and sirens; WHEREAS, funds are available from the FY '98 General Fund contribution to the Capital Improvement Program, "Replacement of City -Wide Fleet", Project No. 311850; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommends the furnishing and installation of light bars, sirens and accessories for emergency response Police and Fire vehicles from Metro USA, under existing Miami -Dade County Contract No. 5038-3/99-2, 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. CtTT Cb[Im7ma or, OINII�SSIO!!� MAY 2 6 1998 xowauum rro. 98- 509 Section 2. The procurement and installation of light bars, sirens and accessories for Police and Fire emergency response vehicles from Metro USA, under Miami -Dade County Contract No. 5038-3/99-2, on an as -needed contract basis until October 31, 1998, with the option to extend for an additional one-year period, at a total cost not to exceed $149,115.00, is hereby accepted, with funds therefor hereby allocated from the Capital Improvement Program "Replacement of City -Wide Fleet", Project No. 311850. Section 3. This Resolution shall became effective immediately upon its adoption. PASSED AND ADOPTED this 26th day of May , 1997. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Mayer slid not Indlcsts app 011 this legislation by signing it in the designated place provirxs`d Ogi310IX, becomes effective with the elapse of ten (10) days from, the date of Cc missicri ucticn ATTEST: regarding same, without the Mayor .exe g veto. WALTER J. FOEMANJ. oeman, City Clerk CITY CLERK PREPARED AND APPROVED BY: z' zx��� RAFAEL 0. D AZ , DEPUTY CITY ATTORNEY APPROVED ASATAND �ALYNO"XARELLO RNEY W2573:CSK:ROD ESS: 98- 509 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jose Garcia -Pedrosa City Manager RECOMMENDATION: CA=17 DATE: May 26, 1998 FILE SUBJECT: Resolution Authorizing the Purchase of Light Bars and Sirens REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing an award utilizing an existing Miami -Dade County Contract No. 5038-3/99-2, "Automotive Accessories for Police/Rescue Vehicles", on an as needed basis, for the purchase of light bars and sirens for Police and Fire -Rescue emergency response vehicles. Further authorizing an award to Metro USA, a non-minority/Miami- Dade County vendor, located at 1950 N.W. 88th Court, Miami, Florida 33172, in an amount not to exceed $149,115. Funds are available in the FY `98 General Fund contribution to the Capital Improvement Program, "Replacement of City -Wide Fleet", CIP Project No. 311850. BACKGROUND: The Department of General Services Administration has analyzed the Miami -Dade County contract, and has determined that it's use is beneficial since it utilizes 1995 pricing. Current market prices are higher. Approximately one hundred vehicles shall be added to the Police and Fire -Rescue fleet in FY `98. The cost of light bars and sirens is $1,491.15 per vehicle. JGP:JP:JAP:eh 91 GSA/MePoFre/doc 98 - 509 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jose Garcia -Pedrosa City Manager FROM :4jan Pascual, Director Department of General Services Administration DATE : April 29, 1998 FILE: SUBJECT: Resolution Authorizing the Purchase of Light Bars and Sirens REFERENCES: 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, "Replacement of City -Wide Fleet", CIP Project No. 311850, in an amount not to exceed $149,115. CIP PROJECT REVIEW AND APPROVAL BY: 16 �. Pilar S enz-Butler, CIP Administrator BUD ETARY REVIEW AND APPROVAL BY: 7 Dipak Parekh, Director Office of Budget and Management Analysis JAP:eh GSA/MePoIFr2.doc Date: q- 2 7' W Date: L�_Cz�c 98 -- 509 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 5038-3/99-2 ITEM: Furnish 8t Installation of Light Bars and Sirens DEPARTMENT: GSA TYPE OF PURCHASE: On an as -needed contract basis until October 31, 1998, with the option to extend for an additional one-year period. REASON: The department is purchasing new vehicles for the Police and Fire -Rescue fleet. Vehicles assigned as "emergency response" shall require light bars and sirens. RECOMMENDATION: It is recommended that award be made to Metro USA, a Non-Minority/Dade County vendor, under existing Miami - Dade County Contract No. 5038-3/99-2 "Automotive Accessories for Police/Rescue Vehicles", at a total annual amount not to exceed $149,115.00; Allocating funds from the Capital Improvement Program, "Replacement of City- wide Fleet", Project No. 31 1850; subject to the availability of funds. 4Judy S%Irtef recto Purchasin SI ) 6�3 Dat Award Under Dade County Contracts 9 509 CONTRACT AWARD SHEET BID NO.: 5038-3/99-2 (Previous Bid No. 5038-3/99-1) AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES (FEDERAL SIGNAL CORPORATION PRODUCTS) CONTRACT PERIOD: 11-1-97 thru 10-31-98 COMMODITY CODE: 55-57 OTR YEARS: Three (3) PART #1: VENDORS AWARDED F.E.I.N.: 65-0265498 VENDOR: Metro USA STREET: 1950 N.W. 88th Court CITY/STATE/ZIP: Miami, Florida 33172 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 Days DELIVERY: As Needed PHONE: 305/477-6671 FAX: 305/477-9848 CONTACT PERSON: Ray Carpio F.E.I.N.: 35-3854242 VENDOR: Moran Equipment Corporation STREET: 2225 Industrial Boulevard CITY/STATE/ZIP: Sarasota, Florida 34234-3119 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 Days DELIVERY: As Needed PHONE: 941/359-8866 FAX: 941/355-8755 CONTACT PERSON: Bob Kohn F.E.I.N.: 59-1396093 VENDOR: Municipal Equipment Company STREET: 1124 S. Woods Avenue CITY/STATE/ZIP: Orlando, Florida 32805 F.O.B. TERMS: Destination PAYMENT TERMS: 2%-20; Net 30 Days DELIVERY: As Needed PHONE: 407/843-3071 FAX: 407/648-4142 CONTACT PERSON: Rina Capps 98- 509 BID NO. 5038-3/99-2 PAGE 2 PART #2: ITEMS AWARDED 1. Light Bar - All Light Streethawk - Model SHL 4850 with Hook Kit for Caprice in compliance with Technical Specifications A) Metro Distributors: $587.00/Ea. 2. Siren Speaker - Model BP100 Compact Speaker with BPGR-4CP Caprice Grill Mount Kit in compliance with Technical Specifications A) Metro Distributors: $164.00/Ea. B) Moran Equipment Co.: $178.12/Ea. 3. Smart Siren Switch Control Unit - Model SS2000SS-D with MNCT Microphone and RMK Microphone Extension Kit in compliance with Technical Specifications A) Metro Distributors: $625.00/Ea. B) Moran Equipment Co.: $692.00/Ea. Smart Siren Accessories: 4. Model MNCT noise cancelling transistorized microphone A) Metro Distributors: $ 46.00/Ea. B) Moran Equipment Co : $ 50.10/Ea. 5. Model RMK microphone extension cable A) Metro Distributors: $ 37.00/Ea. B) Moran Equipment Co : $ 40.56/Ea. 6. Foot Switch with heavy duty rubber cover A) Metro Distributors: $ 7.00/Ea. B) Moran Equipment Co: $ 16.21/Ea. Miscellaneous Items: 7. Siren PA 30OMSC A) Metro Distributors: $183.00/Ea. B) Moran Equipment Co: $202.78/Ea. 9$ - DWI BID NO. 5038-3/99-2 PAGE 3 8. Siren MS 3000 A) Metro Distributors: $101.00/Ea. B) Moran Equipment Co.: $110.53/Ea. 9. Headlight Flasher: FA-5 A) Metro Distributors: $ 33.00/Ea. B) Moran Equipment: $ 34.99/Ea. 10. Grill Lights GS1 A) Metro Distributors: $ 35.00/Ea. B) Moran Equipment: $ 37.38/Ea. 11. Grill Lights GH1 A) Metro Distributors: $ 23.00/Ea. B) Moran Equipment: $ 23.86/Ea. 12. Grill Lights SPS2 A) Metro Distributors: $ 85.00/Ea. B) Municipal Equipment: $ 85.00/Ea. 13. Deck Lights: FB35M, UF-7-FB2DST A) Metro Distributors: $104.00/Ea. B) Moran Equipment Co.: $180.52/Ea. 14. Switch Control: SW-300 A) Metro Distributors: $ 76.00/Ea. B) Moran Equipment Co.: $ 82.70/Ea. OPTIONS Purchase of Items not listed above (Ref. Section 2.0, Paragraph 2.37) PARTS: % DISCOUNT FROM MSRP - WHITE #PPL101 1. Municipal Equipment: Less 15% 2. Metro Distributors: Less 13% LIGHTS: % DISCOUNT FROM MSRP - WHITE #SL-8 1. Metro Distributors: Less 42% 2. Moran Equipment: Less 37% 98- 509 Bid No. 5038-3/99-2 Page 4 PART #3: AWARD INFORMATION (X)BCC ()PMD AWARD DATE: 10/3/95 BIDS & CONTRACTS RELEASE DATE: 10/5/95 ADDITIONAL ITEMS ALLOWED: None SPECIAL CONDITIONS: None TOTAL CONTRACT VALUE: $805,000.00 AGENDA ITEMS #: 6(f)(2)(a) OTR YEAR: Two of Three MODIFIED CONTRACT VALUE: $N/A 1111ROXIMITTi, n9wilri USER DEPARTMENT ALLOCATED Aviation $ 5,000.00 Corrections & Rehabilitation $ 20,000.00 Fire $ 50,000.00 GSA/Fleet Management $ 50,000.00 MDPD $250,000.00 ITO $ 400,000.00 SENIOR PROCUREMENT AGENT: J. CARLOS PLASENCIA, CPPB JCP/abw 10/03/97 98- 509 METRO-DADE BID NO: 5038-3/99-OTR OPENING: _ 1:00 P.M. WEDNESDAY DATE: JUNE 21, 1995 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES FOR METRO-DADE POLICE AND OTHER COUNTY DEPARTMENTS FOR A PERIOD OF ONE (1) YEAR WITH COUNTY OPTION TO RENEW FOR THREE (3) ADDITIONAL YEARS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE -BID CONFERENCE/BALK-THRU RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF.SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: N/A SEE SECTION 2.0, PARA. 2.35 N/A N/A N/A SEE SECTION 2.0, PARA. 2.2 N/A N/A N/A N/A N/A FOR INFORMATION CONTACT: JOSE A. SANCHEZ, CPPB (305) 375-4265 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION Pnnted on Recycled Paper 9 8 - 509 INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A SOLICITATION - Each bid proposal returned to the Clerk of the Bound 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 IS 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 HAVE BEGUN TO BE OPENED WILL NOT BE OPENED AND WELL 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 111 N.W. 1ST STREET SUITE 210 MIAMI, FLORIDA 33128 It is the policy 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- 509 SECTION 1 G` _ IERAL TERMS AND COI,, ..I TIONS 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 submitted in conjunction with this bid solicitation. 1.2 CONTENTS OF BID A. General Conditions (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 terms 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 General 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- 509 C. Additionaormation/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 proposer's name, address, number of pages transmitted, telephone number and the sender'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. 2 98- 509 (3) Di: ants Offered During Term of Contras 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 affixing 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 documents/information 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 he considered. (6) Proposed delivery time, if required, must be stated in calendar days. 3 98--509 (7) B .ers shall not charge federal taxes nor -_ate of Florida sales, excise and use taxes in bid 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. All corrections made by the Bidder must be initialed in ink by the authorized agent or the Bid may be rejected. (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- 509 7. Drn _ : ree Workplace Affidavit 8. Family 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 entity 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/Office 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 NIODIFICATIONS 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 r 5 98 509 B. Withdra,, of Bids Bids shall 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, licenses 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 Debarement Ordinance. C. Waiver of Informalities The County reserves the right to waive any minor informalities or irregularities in any or all bids. 6 98- 509 D. Demonstr. in of Competency (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 teens "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 the bidder is capable 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 if such 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 he the contract. a purchase order, notice of award or an award sheet. 98- 509 E. The Coun.• reserves the right to automatically e.,.-nd this contract for up to ninety (90) calendar 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. 113 75, 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 Packaging (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 ..nrn,.:fa;-.1.:rer's warr:^:y may be supersede,,. b .i.c c....:.! a s or Technical Specifications. E3 98 - .5091 C. Subcontra a 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. Assi ne ment 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 may terminate this contract, without cause, by providing the Bidder(s) with thirty (30) days advance notice. Upon the receipt of such notice the Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the Bidder(s), as determined by the County, regardless of the method of payment required by the contract, as the result of such termination. 1.11 TERMINATION FOR DEFAUkT 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 X 98- 509 In the event ti. , Bidder is terminated for default, the County reserves the right to re -procure the goods or services from the next lowest responsive/responsible 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. m blb 0% 10 �O - aUQ7 METROPOLITAN DADE COUNTY BID NO. 5038-3/99-OTR SECTION 2.0 SPECIAL CONDITIONS AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE 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 Automotive Accessories for Police/Rescue Vehicles for Metro -Dade Police and Fire Departments in conjunction with the County's needs on an as needed when needed basis. 2.2 RACE/ETHNICITY/GENDER CONTRACT MEASURES: This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for twelve (12) months and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW FOR THREE (3) ADDITIONAL YEARS (With Price Adjustment) The prices for a one year period from effective date shall be consistent with the provisions outlined in section 2.7 of these terms and conditions; at which time Dade County shall have the option to renew for an additional three (3) years on a year to year basis. At that time Dade County will consider adjustment to price based on Producer Price Index Commodity Code 14.1; Motor Vehicles and Equipment. Adjustments in excess of 5% per item shall not be considered. Continuation of the contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. In the event that the bidder declines the County's right to exercise the option period, the County shall suspend the bidder from submitting bid proposals for a minimum period of six (6) months; provided however, that the County may waive the suspension period if the bidder is unable to accept the option period due to extenuating circumstances beyond its control. If the bidder does not have, and fails to provide within ten (10) days of notification, a current vendor application and other required forms, the County shall suspend the bidder for a minimum period of six (6) months. 98- 509 Page 1 METROPOLITAN DADE u,jNTY BID NO. 5038-3/99-OTR NOTE: BIDDERS CAN ONLY EXERCISE THE OPTION TO RENEW PRIVILEGES FOR THOSE ITEM/S AWARDED TO THEIR FIRM, UNDER THE ORIGINAL TERMS AND CONDITIONS, DURING THE INITIAL CONTRACT PERIOD. ANY ITEM/S THAT WERE AWARDED TO ANOTHER BIDDER/S, CAN ONLY BE RENEWED BY THE G;HER BIDDER/S. PRICES SUBMITTED FOR ITEM/S NOT ORIGINALLY AWARDED TO THE BIDDER/S OR, FOR WHICH A "NO BID" WAS RECEIVED, WILL BE REJECTED. 2.6 METHOD OF AWARD: To Two (2) Bidders By Item Award of this contract will be made to the lowest two (2) responsive, responsible bidders on an item by item basis exclusive of the options. While the award will be made to multiple Bidders by item to assure availability, the lowest Bidder by item will be given the first opportunity to perform under the Terms and Conditions of the Contract. 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 Intentionally Omitted 2.9 EQUAL PRODUCT CANNOT BE CONSIDERED: O.E.M. PARTS REQUIRED The equipment to be purchased under this solicitation is critical to County operations; due to the large quantity of Federal Signal Products already used by the Metro -Dade Police and Fire Departments, only items produced by the Original Equipment Manufacturer will be accepted on this bid. 2.10 Intentionally Omitted 2.11 Intentionally Omitted 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED DELIVERIES The successful bidder(s) shall submit an invoice(s) to the County using department(s) that requested the items through a purchase order. The invoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered Page 2 9 O— 509 METROPOLITAN DADE COUNTY BID NO. 5038-3/99-OTR and accepted. The periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at Metro -Dade Police Department, Transportation Section, 9111 NW 25 Street, Room 1766, Miami, Florida 33172 and Metro -Dade Fire Department, 6000 SW 87 Avenue, Miami, Florida 33173. 2.17 DELIVERY SHALL BE 4) HOURS AFTER ORDER IS PLAC The bidder shall make deliveries within twenty-four (24) hours after order by department when the vendor is located outside Dade and Broward County area, delivery shall be construed to mean shipped. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver within in the number of hours as stated in its proposal, the County reserves the right to cancel the contract after any back order period specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the bidder will be charged with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a period of six (6) months. 2.18 BACK ORDERS MUST BE FILLED WITHIN FIVE (5) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within five (5) calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. Page 3 METROPOLITAN DADE (.__NTY jID NO. 5038-3/99-OTR 2.19 WARRANTY SHALL BE NINETY (90) CALENDAR DAYS A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against faulty labor and/or defective material for a minimum period of ninety (90) calendar days after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within twenty-four (24) hours after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within ten (10) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Jose A. Sanchez at (305) 375-4265. 2.21 LOCAL PREFERENCE 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 that 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. Page 4 509 METROPOLITAN DADE CUuNTY bID NO. 5038-3/99-OTR 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 ACCEPTANCE OF PRODUCT BY THE COUNTY: The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.25 AUTHORIZATION TO PICK-UP MATERIALS: Dade County employees are authorized to pick-up materials against purchase orders issued to the successful bidder(s). Such authorization is provided for the County employee through an "Authorization to Pick -Up Materials" (Dade County Form No. 160.04.17) who shall surrender the form to the bidder during each purchase. If the bidder is in doubt about the authenticity of the person picking up the material, the bidder shall contact Procurement Management for assistance at 375-5289. 2.26 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 price(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). 2.27 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Page 5 98r 509 METROPOLITAN DADE COUNTY 2.28 COUNTY WIDE: oiD NO. 5038-3/99-OTR Any Governmental Unit in Dade, Broward and Palm Beach Counties, Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. It is understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. 2.29 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.30 DELIVERY TIMES SPECIFIED The Bidder shall only be authorized to deliver items between the hours of 9:00 a.m. and 3:00 p.m. 2.31 Intentionally Omitted 2.32 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.33 OMISSION FROM THE SPECIFICATIONS: The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.34 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available Page 6 9 8- 509 METROPOLITAN DADE Cb,,,gTY AID NO. 5038-3/99-OTR to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.35 PRICE LISTS) FURNISHED SUBSEQUENT TO BID AWARD The successful bidder shall be required to furnish price lists (printed or microfiche) for the optional item(s) upon request from any County department at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed upon by the successful vendor and the County. 2.36 PRIMARY VENDOR DESIGNATION While the method of award identified in Section 2.6 of the Special Terms and Conditions prescribes the method for determining the lowest responsive, responsible bidder, the County reserves the right to award this contract to the designated lowest bidder as the primary vendor and to award this contract to the designated second lowest bidder as the secondary vendor. If the County exercises this right, the primary vendor shall be given the first opportunity to perform the service or deliver the goods identified in this contract. If the primary vendor declines this opportunity, the County shall seek the identified goods or services from the secondary vendor. It should be noted that price adjustments, if allowed under the terms and conditions of this bid, may affect the order of designation. 2.37 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE QUOTES While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these ancillary items to the primary contract vendor, another contract vendor based on the lowest price quote or to bid the items through a separate solicitation. 2.38 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER: The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the County of prompt delivery. If the delivery terms specified in the Solicitation are not fulfilled by the Bidder, the County reserves the right to cancel the order, purchase the goods elsewhere, and charge the Bidder for any reprocurement costs incurred by the County. Page 7 9 8 - 509 METROPOLITAN DADE COurITY BID N0. 5038-3/99-OTR SECTION 3.0 TECHNICAL SPECIFICATIONS AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES 3.0 • FEDERAL SIGNAL CORPORATION, STANDARD kMO-DADb POLICE DEPARTHENT LIGHT BAR, EMERGENCY ZQUXPM3&NT, WARNING LIGHTS, REPAIR PARTS, AND ACCESSORIES. H.Y : primary warning lights are five independent driven rotating parabolic reflectors revolving around 55-watt halogen lamps. Each lamp shall produce a minimum of 8o,000 beau candlepower and seat SAE J845 specifications.The two outer most reflectors shall rotate at a rate of 95 flashes per minute (FpK) and the remaining three shall rotate at 175 FPK. The minimum beau width of each rotating lamp shall bet 12 degrees horizontal, and 9 degrees vertical. There shall be four secondary alternating lamps facing to the rear of the light bar, and two outboard alternating lamps facing the front. Each flashing secondary light shall flash at 90 FPIS. Flashing lamps shall produce 9,000 oandlepower with a 15 degree horizontal and 15.5 degree vertical beam spread. Flashing lamps Rust meet SAS J595 specifications. There shall be two inboard steady burning secondary lamps (take -down lights) to the front of the light bar, and one secondary lamp (alley light) at each and of the light bar facing to the sides. The lamps shall produce a minimum of 30,000 candlepower (5o watts) with a 15 degree horizontal and vertical beam spread and be adjustable 3 degrees in a vertical plane. All secondary lights shall be an integral part of the light bar. External add -on lights are not acceptable. The'lexan dome lens covers for the light bar shall be seamless. The left side (drivers side) dome shall be red, the right side dome blue, and the center done clear. The secondary lens covers are as follows: Alley lights (2) clear Take -down lights (2) clear Flashers (3) blue (2) red (1) amber A hook -on mount shall be included in the light bar package. Page 8 98-- 509 METROPOLITAN DADE COU.- Y BID NO. 5038-3/99-OTR 3.1.2 SIREN SPLIAxER - H90EL 182100 KITH THg FOLLOWING SUPPLEHM L. A 100 Watt aluminum behind the grill compact speaker shall be bid. The speaker shall be a re-entrant type with dual with dual diverging manifolds. The speaker shall conform to CHP class A requirements. The speaker shall include proper mounting hardware to fit current model police vehicles without modification. it i i + i �/f � f Y��f+ ♦ � • • • • • Y• Ysl� The unit shall consist of an amplifier/relay unit, and a one inch thin control head Communication between the control head and the amplifier/relay unit is via serial link. The "brain* of the system is contained in the amplifier/relay unit. All system functions are controlled by the control head, except for the horn ring options (PTT and Tap 11), Floor switch functions (pursuit mode). A. system Programming Format: A sixteen position control head shall provide selection and programming of the following: - Ability to be programmed at the point of installation. Programming of the various features is done from the keys on the control head, without disassembly or removing the unit from its mounting location. - The bottom row of the control head switches operate the siren functions. The top row of switches are all capable of being programmed to control the emergency warning lights, and auxiliary functions. - On the top row, the first three switches (labeled 1-2- 3) can be programmed to activate one or more emergency light functions. Mode 2 and 3 will be programmed to generate a siren tone pre -selected upon power up or manually selected. NODE LION 1 Flashing Lights. 2 Flashing Lights, Primary Lights and siren. 3 Flashing Lights, Primary Rotators, Clear Center Rotator and siren. Page 9 9 8— 509 METROPOLITAN DADE Cu�ATY BID NO. 5038-3/99-OTR - The last five switches can be programmed to be push- on/push-off, momentary, or eight second timer. One eiqht second timer can be set-up as a security timer (two switches need to be pressed for timer to operate). The security timer is especially effective when actuating trunk locks,, and shotgun locks. B. Smart Siren Accessories that may be required as part of equipment is furnished a. Model MNCT noise cancelling transistorized microphone. - b. Model RHK microphone extension cable. c. Foot switch with heavy duty rubber cover. 3.2 PRIG Pricing in response to this bid solicitation Will be in the form of a discount from Manufactures Suggested Retail Price (H.S.R.P.). All bidders must submit with this bid the price catalogs for products offered to the Metro -Dade Police Department. Page 10 9 8— 509 METROPOLITAN DADE COI,,,,'Y INVITATION TO BID SECTION 4.0 BID PROPOSAL FORMS U10 NO. 5038-3/99-OTR OPENING: 1:00 P.M. Wednesday DATE: JUNE 21, 1995 CLERK OF THE BOARD Metro Dade Center 111 N.W. 1st Street Suite 210 Miami, Florida 33128 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: 06/05/95 This Bid Proposal Consists Director of General Services Admin. Dade County Florida. of Pages 11 thru 14 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. AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES FOR METRO-DADE POLICE AND FIRE DEPARTMENT FOR A PERIOD OF ONE (1) YEAR WITH COUNTY OPTION TO RENEW FOR THREE (3) ADDITIONAL YEARS A Bid Deposit in the amount of N_1^ 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 _ REJECTED NON -RESPONSIVE NO BID DATE B.C.C. ITEM NOS. ACCEPTED COMMODITY CODE: 55-57 SPECIALIST: JOSE A. SANCHEZ, CPPB/slrb FIRM NAME STREET ADDRESS CITY STATE & ZIP CODE TELEPHONE NUMBER AUTHORIZED AGENT TITLE OF OFFICER Page 11 98- 509 METROPOLITAN DADE CG— FY -.LD NO. 5038-3/99-OTR BID PROPOSAL FOR: AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES FIRM NAME: ------------------------------- --------------------- --------------------------- Item Quantity Description Unit Price 1. Light Bar - All Light Streethawk - Model $ Each SHL 4850 with Hook Kit for Caprice in compliance with Technical Specifications 2. Siren Speaker - Model BP100 Compact Speaker $ Each with BPGR-4CP Caprice Grill Mount Kit in compliance with Technical Specifications 3. Smart Siren Switch Control Unit - Model $ Each SS2000SS-0 with MNCT Microphone and RMK Microphone Extension Kit in compliance with Technical Specifications Smart Siren Accessories: 4. Model MNCT noise cancelling transistorized $ Each microphone 5. Model RMK microphone extension cable $ Each 6. Foot Switch with heavy duty rubber cover $ Each Miscellaneous Items: 7. Siren PA 300MSC $ Each 8. Siren MS 3000 $ Each 9. Headlight Flasher: FA-5 $ Each 10. Grill Lights GS1 $ Each 11. Grill Lights GH1 $ Each 12. Grill Lights SPS2 $ Each 13. Deck Lights: FB35M, UF-7-FB2DST $ Each 14. Switch Control: SW-300 $ Each OPTIONS Purchase of Items not listed above (Ref. Section 2.0, Paragraph 2.37) % of Discount from MSRP Parts Less % Price List No. Lights Less % Page 12 98 - 509 METROPOLITAN DADE COUNTY BID NO. 5038-3/99-OTR BID PROPOSAL FOR: AUTOMOTIVE ACCESSORIES FOR POLICE/RESCUE VEHICLES ------ ------------- IF NO BID PLEASE INDICATE REASON: 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,& ZIP CODE TELEPHONE NUMBER FAX NUMBER AUTHORIZED SIGNATURE (Signature) (Print Name) (Date) TITLE OF OFFICER State below mailing address (if other than above): ME city state zip code Page 13 98 -- 509 METROPOLITAN DADE CuuNTY dID NO. 5038-3/99-OTR ACKNOWLEDGEMENT OF ADDENDA TITLE: AUTOMOTIVE ACCESSORIES FOR BID NO. POLICE/RESCUE VEHICLES DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID: Addendum # 1, Dated Addendum # 2, Dated Addendum # 3, Dated Addendum # 4, Dated Addendum # 5, Dated Addendum # 6, Dated Addendum # 7, Dated Addendum # 8, Dated Addendum # 9, Dated PART II: FIRM NAME: 199. 199. 199_ 199. 199. 199. 199. 199 199 NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID AUTHORIZED SIGNATURE: ;Date Page 14 98 _ 509 METROPOLITAN DADE Cb_iTY .,iD NO. 5038-3/99-OTR APPENDIX A METROPOLITAN DADE COUNTY FLORIDA Department of Business and Economic Development BLACK BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-96 - A.O. 3-3) HISPANIC BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-95 - A.O. 3-17) WOMEN BUSINESS ENTERPRISE PROGRAM (ORDINANCE 94-94 - A.O. 3-18) PARTICIPATION PROVISIONS There are five (5) contract measures: Set -Asides, Subcontractor Goals, Project Goals, Selection Factors and Bid Preference. THE CONTRACT MEASURE(S) APPLICABLE TO THIS PROJECT Set -Aside Subcontractor Goals Project Goals Bid Preference Selection Factor BBE HBE WBE I i t 7. x l 1 I I j I X I I X I 1 I I I Department of Business and Economic Development III N.W. 1st Street, Suite 1710 Miami, Florida 33128-1975 (305) 375-4132 Fax 375-4232 Revised October 1994 Page 15 9 0 - J V Smfiftn A. Definitions B. General Information C. Certification ' D. Contract Measures 1. Set -Aside 2. Subcontractor Goals 3. Bid Preferences E. BBE, HBE, and WBE Selection Factor F. Pro -Award Compliance 1. Investigatory Meeting 2. Determination by MDC 3. Informal Hearings by Contracting Officer 4. Consideration of Other Bids 5. Failure of Bidder to Participate G. Prompt Payment H. Post Award Compliance and Monitoring 1. Approval of Subcontracts 2. Access to Records 3. Monthly Reporting 4. Deviations From the Schedule of Participation I. Sanctions for Contractual Violations L Debarment K. Project Goals - Reserved - Eau 3 8 8 9 9 10' 13 - 15 15 15 16 16 16 17 17 17 17 17 18 18 20 21 98- 509 Section rzu L. Appendices 22 1. Project Worksheet 2. Forms a. Schedule of Participation DEED 101 b. Letter of Intent DBED 102 C. Certificate of Unavailability DEED 103 d. Set -Aside List of Subcontractors DBED 104 e. Monthly Employment Data Report M 201 f. Monthly Utilization Report M 200 g. Bid Preference DBED 105 h. Significant Utilization DBED 106 3. Certification List 2 98- 509 A. DEFINITIONS: The definitions in this section apply only to these Participation Provisions hereafter referred to as "Provisions". These Provisions shall apply to every bid, request for proposals and contract to which a contract measure is applied. The phrase "BBE, and/or HBE, and/or WBE, as appropriate," means to apply the contract measures to this contract as indicated on the cover sheet Only the contract measures and programs indicated on the cover sheet apply. For example: If the cover sheet indicates a I (We subcontractor goal for BBEs and a 20 %subcontractor goal for WBE's, and no subcontractor goals for HBEs, then only BBE and WBE subcontractors goals would apply to this bid Note: THESE PROVISIONS ARE IN ADDPTION TO FEDERAL REQUIRENIENTS GOVERNING DISADVANTAGED BUSINESS ENI MPRISES. 1. "Approval better" means a document issued by DBED at the request of a BBE, and/or HBE, and/or WBE, as appropriate, or bidder that, based on the- written representations of the BBE, and/or HBE, and/or WBE as appropriate, or bidder, finds a specified activity or scope of work consistent with normal industry practice. 2. "Available or availability" means to have, prior to bid submission, the ability to provide goods or services under a contract, by having: reasonably estimat4 uncommitted capacity; all necessary licenses, permits, registrations and certifications; the ability to obtain bonding that is reasonably required consistent with normal industry practice; and the ability to otherwise meet bid specifications. 3. "Bid" means a quotation, proposal, letter of interest or offer by any bidder in response to any kind of invitation, request or public announcement to submit such quotation, proposal, letter of interest or offer for a contract. 4. "Bidder" means any person, partnership, corporation or other business _ entity that submits a bid. 5. "Bid preference" means an amount deducted from the total bid price in order to calculate the bid price to be used to evaluate the bid. 6. "Black" means a person who is a citizen or lawful resident of the United States and who has origins in any of the Black racial groups of Africa. 7. "Black Business Enterprise" or "BBE" meatus a firm that is owned and controlled by one or more Black individuals, has an actual place of business in Dade County, and is certified in accordance with Ordinance 94-96., and Administrative Order 3-3. 9. "BBE selection factor" -means an element specified in bid documents that designates as one criteria for choosing among bids that the bidder is a non-BBE that demonstrates significant utilization of BBEs in accordance with Ordinances 94-96 is a BBE or is a joint venture owned and controlled by a BBE. 98- 509 "HBE selection factor" means an element specified in bid documents that designate: one criteria for choosing among bids that the bidder is a non-HBE that demonstm significant utilization of HBEs in accordance with Ordinances 94-95 is a HBE or i joint venture owned and controlled by a HBE. "WBE selection factor" means an element specified in bid documents that designates one criteria for choosing among bids that the bidder is a non-WBE that demonstrai significant utilization of WBEs in accordance with Ordinances 94-94 is a WBE or L, joint venture owned and controlled by a WBE. 9. "Board" means the Metropolitan Dade County Board of County Commissioners, Da County, Florida 10. "Broker" mesas an individual or business that acts as a contact for the purchase goods or services from a supplier and transfers funds to a non BBE and/or non -Hi: and /or non WBE, as appropriate, in a manner that does not add economic value to t purchase, except where such conduct is normal industry practice. 11. "Certificaltioa List" means a list maintained by the Department of Business ar Economic Development that contains the names, addresses, and cati5cation expusbc date, of certified BBEs, and/or BBEs, and/or WBEs, as appropriate, sorted by trad service, and/or commodity. 12. "Commercially useful function" means contractual responsibility for the execution of distinct element of the work of a contract by a business enterprise and the carrying o- of its contractual responsibilities by actually performing, managing, and supervisir the work involved other than acting as a broker. The detenmination_of_whether f activity is a commercially useful function shall include the evaluation of the amount worst subcontracted, normal industry practices, the skills, qualifications, or expertise the enterprise to perform the work, whether the business owner himself or horse performs, manages, and/or supervises the work involved, and other relevant factors. 13. "Compliance monitor" means the Director of the Department of Business a., Economic Development or his or her designee assigned to review compliance pursua to Ordinances 94-96, 94-95, 94-94 and the Administrative Orders 3-3, 3-17, and 3-18 14. Contract means an agreement proposed by County staff or approved by the Coun Commission in any of the following classes: i. procurement of goods and services not included in the classes b, c, and below, 4 98-- 509 ii. construction of a public improvement; iii. professional services subject to Section 287.055, Florida Statutes, and Sectior 2-10.4 of the Code of Metropolitan Dade County; iv. or other professional services including but not limited to accounting, legal, health care, consulting and management services. v. Contact does not mean an agreement to purchase, lease, or rent real property; giant licenses, permits, or franchises; operate concessions; or make grants. S. "Contact Measure" means a set -aside, or a subcontract goal, or a project goal, or a bid preference, or a selection factor, singly or in or any combination. 16. "Contacting Officer" means the person assigned under a contract, usually a Department Director or his or her designee, who has primary responsibility to monitor the contact and enforce contract requirements. 17. "County" means Metropolitan Dade County; Florida, a political subdivision. of the State of Florida 18. "Debar" means to exclude a contractor, its individual officers, its shareholders with significant * 11, att or its affiliated businesses from county contracting and s -1- i acting fora specified period of tune, not too exceed five (5) years. 19. "DBED" means the Metropolitan Dade County Department of Business and Economic Development 20. "Employment Data Report" means a document completed by a g. BBE, and/or HBE, and/or WBE as appropriate, and submitted monthly by the successful bidder on a contract with goals providing infounation regarding the number, gander, race and ethnicity of the BBE, and/or HBE, and/or WBEs as appiropriste, employees- 2 1. "Goods" means any tangible product, material or supply that is not a service. 22. "Hispanic" means a person whoa a citizen or lawful resident of the United States who has origins in Cuba, Mexico, Puerto Rico, Central or South America or other Spanish or Portuguese culture regardless of race. 23. "Hispanic business enterprise or HBE" means a business that is owned and controlled by one or more Hispanic individuals; has its principal place of business in Dade County; and is certified in accordance with Ordinance 94-95 and Administrative Order 3-17 98- 509 24. "Joint venture" means an association of two or more persons, partnership; corporations, other business entities or any combination of the above, at least one c which is a BBE, and/or HBE, and/or WBE as appropriate, certified in accordant with the relevant ordinance, that is lawf dly established to carry on a single busines activity that is limited in scope and duration. 25. "Joint Venture Agreement" means a document submitted to DBED by a joint venture that provides information regarding the nature of the joint venture. 26. "L.etter of Intent" means a letter signed by a subcontracting BBE, and/or HBE, and/or WBE as appropriate, detailing the scope and dollar value of the work to be performed by the BBE, and/or HBE, and/or WBE as appropriate, for the successfirl bidder on a contract with subcontractor goals. 27. "MDC" means Metropolitan Dade County, Florida 28. "Owned and controlled" means a business that -is at least fifty one (51) percent owned by one or more Bladm Nispanics or women, as- appropriate, or in the case of a publicly owned business, at lesst fifty one (51) patent of the stock of which is owned by one or more Blacks, Hispanics or women, as appropriate, and whose management and daily business operations are controlled by one or more such individuala. lice determination of whether an owner has demo mstrated such control shall include an evahatiion of the following. the ownees cverie= m the indust< is which certification a sought; the owner's iadepeadencx in making business policy and day -today operational decisions; the owls technical. competency or knowledge of technical . requirements in the industry in which certification is sought; and other relevant factors. 29. "PMD" means the General Services Administration Procurement �t Division. 30. "Principal Place of Business" means the location at which the business records of the applicant concern are maintained and the location at which the individual who manages the day -today operations spends the majority of his/her working hou m 31. Project goal means that a proportion of a total -contract value stated as a percentage to be awarded to HBEs in contracts that create a pool of qualified contractors from which the County selects pool members to perform the work of the contract. 32. "Review Committee" or "RC" means the committee established by the County Manager to review proposed projects for the application of contract measures. 33. "Schedule of Participation" means a fora contained in the bid documents of a contract with goals on which bidders list at the time of bid submission all BBEs, and/or HBEs, and/or WBE s, as appropriate, to be used to meet the goal, the scope of work each will perform, including the goods or services to be provided, and the dollar value of such 6 98-- 509 work. 34. "Services" means construction, maintenance, alteration, or repair of a public improvement and any performance of work offered for public or private consumption that does not consist primarily of goods. 35. "Set -aside" means the designation of a given contract for competition solely among BBEs, and/or HBEs, and/or WBEs, as appropriate. 36. "Set -aside List of Subcontractors" means a form contained in the bid documents of set -wide contracts for services identifying the work the bidder will perform with his own forces and, listing at time of bid submission, all subcontractors, the scope of work each will perform, including the services each will provide, and the dollar value of such work. 37. "Significant Utilization" means purchases of goods or services from BBEs, and/or HBEs, and/or WBEs as appropriate, by a bidder in the preceding twenty-four (24) months that: were not required under governmental contract measures or h inonty Business Enterprise Program; and wooer not a nominal -amount relative to -the bidders purchases of goods and services in Dade County, the bidder's overall purchases of goods and services, and the availability of BBEs, and/or HBEs, and/or WBEs, as appropriate; and wmm pm um to the bidders sysemstic efforts to eliminate discrimination against BBEs, and/or HBEs, and/or WBEs, as appropriate, in its purchases of goods and services in Dade County. 39. "Subcontractor goal" means a proportion of a total contract value stated as a percentage to be subcontracted to a BBE, and/or HBE, and/or WBE, as appropriate, to perform a commercially useful function. 39. "Suc essful bidde e-means the bidder to which the conuact is awarded. .40. "Unavailabilrt' y Catificoe" mems a doarm mt sizwd by a BBE, and/or HBE, and/or WBE, as appropriate, stating that the BBE, and/or HBE, and/or WBE, as appropriate, is not available to participate on a specific project at a specific time. 41. "Utilization Report" means a report completed by the successful bidder on a contract with goals and submitted monthly listing all work performed in the past month by the BBEs, and/or HBEs, and/or WBEs, as appropriate identified on the Schedule of participation and all mpenditum made in the last month to the identified BBEs. 42. "Women " means persons of the female gender, regardless of race or ethnicity. 43. "women business enterprise or WBE " means a business that is owned and controlled by one or more women; has its principal place of business in Dade County; and is 7 98-- 509 certified in accordance with Ordinance 94-94 and Administrative Order 3.1 S. 44. "Work" means the provision of goods or services, including construction. B. GENERAL INFORMATION 1. Tire bidder shall fully comply with these Provisions which implement Metropolita Dade County Ordinances 94-94, 94-95, and 94-96 and Administrative Orders 3-1E 3-17 and 3-3, rrrspective:ly. 2. Five individual contract measures are possible under the Black Business Enterprise Program (Ordinance 94-96 and Administrative Order 3 31 the Hispanic Busines Enterprise Program (Ordinance 94-95 and Administrative Order 3-17) and the Women Business Enterprise Program (Ordinance. 94-94 and Administrative Order 3-18) set -asides, subcontractor goals, bid preferences, project goals, and BBE, and/or HBE, and/or WBE, selection factors. While neither a bid preference nor a BBE and/or HBF and/or WBE selection factor may be applied to sex -aside contract, contract measure: may otherwise be used m combination with each other. For instance a sex -aside contract for WBEs may also contain subcontractor goats for BBEs and HBEL The contract measure(s) applicable to this contract is indicated on the cover sheet of these Provisions. MDC shall not award a contract to any bidder which it determines fru7s tc comply with all the applicable regtrir+emeats of these Provisions. 3. A certification list is included as an appendix to assist bidder compliance with any subcontractor goal established for this project The certification. list is updated every two (2) weeks. Bidders must izdliu the most current certification list in complying with these Provisions. A current certification list may be obtained by contacting the Metropolitan Dade County (MDC) Department of Business and Economic Development (DBED) at 111 N.W. 1st Street, Suite 1710 or by telephone at (305) 375-4132, facsimile (305) 375-4232. In order to parfidpate as a $BF and/or_ HM and/or MM = approprigg, on this eentntL a BBE; and/or HBL and/or WBE. as sppropri2ft must have a valid eertific ation at the time of bid submittal. bid award, and thronghont the duration of the contmet in which the BBE. and/or HBE. and/or WBE. as apptQp 'Hate. p2rtjcip2tes as s BBL and b IME. and/or WBE. 4. MDC shall monitor the compliance of the successful Bidder with the requirements of these Provisions during the course of the work to be petformed under the contract 5. Forms necessary for submittal of information pertaining to these Provisions are included in the appendix. Additional copies may be obtained by contacting the Compliance Monitor (DBED), at: Metropolitan Dade County ( DC) Department o: Business and Economic Development (DBED) at 111 N.W. 1st Street, Suite 1710 or b} telephone at (305) 375-4132, facsimile (305) 375-4232. 8 98 509 C. CERTIFICATION 1. Attached as an example is a Certification List with a specified date. Certification Li: are updated and issued every two weeks. Bidders shall use the most rem Certification List available prior to bid opening. Certification lists may be obtain, by contacting DBED at telephone number (305) 37S-4132 during normal busine hours. 2. The firms on the Certification List will be identified by trade, commodity or se ( area. A BBE and/or HBE and/or WBE, as appropriate, must be certified in a tmd commodity, or service area in order to be eligible to participate as a BBE, and/or HBE, and/or WBE, as appropriate, on contracts in such trade, commodity or servic area. General contractors in order to be eligible to participate as a BBE, and/or HBE, and/or WBE, as appropriate, subcontractor must be certified in the trade, commodit or service area in which they are to perform work as a BBE, and/or HBE,- and/or WBE. 3. In order to participate as a BBE, and/or HBE, and/or WBE, as appropriate, on thi conttact, a BBE, and/or HBE, and/or WBE, as appropriate, must have a valic oettification at the time of bid submittal, bid award, and throughout the duration of the contract m which the BBE, and/or HBE, and/or VIBE, as appropriate participates w a BBE, and/or HBE, and/or WBE. 4. Joint Ventures. Only joint ventures approved by DBED in accordance with Administrative Orders 3-3, 3-17, and/or 3-18, as appropriate, are eligible to participate as joint ventures in the Program. Joint ventures must be lawfully established. The Black, Hispanic and/or woman member of the joint venture must be certified as a BBE, and/or HBE, and/or WBE, as appropriate, before the joint venture can be approved. D. CONTRACT MEASURES 1. Set Asides a. Contracts that are set -aside and do not have subcontractor goals are for bidding solely among BBEs, and/or HBF.% and/or WBEs, as appropriate. A BBE, and/or HBE, and/or WBE, as appropriate, awarded a set -aside contract shall not transfer to a non-BBE, and/or non-HBE. and/or non-WBE, as appropriate, through subcontracting or otherwise, any part of the actual work of the contract unless these bid documents expressly and specifically require. and/or permit such transfer as consistent with normal industry practice; -or the BBE, and/or HBE, and/or WBE, as appropriate, requests and receives prior to bid award an approval letter from DBED. 9 98- 509 b. Set -aside contracts with subcontractor goals require that subcontractor goals be m in areas specified in the Schedule of Participation. In area not being used to meet subcontractor goal the work is to be performed by the BBE, and/or HBE, and/or WBE for which the contract was set -aside. For example: A BBE set -aside with 20% WBE subcontractor goal requires 200A of the work be performed by a WB. and the remaining work be performed by BBEs. a A BBE that. performs the work of the set -aside contract with its own forces ma count such werk towards reducing the BBE goal applied to the contract by maximum of fifty (50) percent. d. Bidders on set -asides that cannot demonstrate their compliance with th, requirements of the preceding paragraphs (D.(l.xa.) and (b.) shall be found to be ii non-compliance with these provisions. e. Bidders on set -asides, to be eligible for award, shall submit upon request of the Compliance Monitor a "Set Aside List of Subcontractors" (Form DBED 104) Failure to submit the list and any relevant information the Compliance Monitor ma3 request with respect to the bidder's submitted list shall constitute non-compliance with these provisions. £ The following shall constitute non-compliance with these Provisions: i. Submission of a Set -Aside List of Subcontractors that the bidder knew should have known is incomplete or inaccurate, or I Deviation from the list without the written approval of the Compliance Monitor. 2. Subcontractor Goals a. The purpose of a Subcontzactor Goal is to have portions of the work under the Contract performed by available BBEs, and/or HBEs, and/or WBEs, as appropriate, for prices totaling not less than the pecrentage of the contract price set out in the bid form. b. In contracts with subcontractor or project goals for BBEs, and/or HBEs, and/or WBF.% as appropriate, a Black and/or Hispanic and/or Woman Business Enterprise certified in more than one category shall be counted toward meeting the goal for one category only. The prime bidder shall declare at bid submission toward whic: subcontractor goal a business enterprise certified in more than one category steal: count. C. After a bid is advertised with a subcontractor or project goal, it may be reduces only with the approval of the County Commission or, if the contract is to be 10 98- 509 executed by the Public Health Trust, by that body. d. A bidder challenging or protesting the subcontractor or project or project goal in submit to the office or person to whom the bid is submitted, no later than the time bid submission, written reasons for such challenge or protest. Challenges or prate to a BBE, and/or HBE, and/or WBE, as appropriate, subcontractor goal bidders after the time of bid submission, or challenges based on reasons r previously provided in writing prior to bid submission, shall not be heard by t County Commission. e. The Project Worlsheet for establishing the stated subcontractor goal is included the appendix of these Provisions. L Bidder Responsibilities for Subcontractor Goals: i. Bidders must submit a completed Schedule of Participation (Form DBED 101 at the time of bid submission. The Schedule of Participation constitutes written representation by the bidder that to the best of the bidder's kaowledg the BBEs, and/or HBEs, and/or WBEs, as appropriate, listed are availabl and have agreed to perform as specified, or that the Bidder will demonstrat unavailability. The Schedule of Participation is a commitmemt by the bidde. that if awarded the contract, it will enter into subcontracts with the identifies BBEs, and/or HBEs, and/or WBEs, as appropriate for the scope of work a the price set forth in the Schedule of Participation. I Bidders that are BBEs, and/or HBEs, and/or WBEs, as appropriate, anc bidders that are joint ventures that are owned and controlled by one or more BBEs, and/or HBEs, and/or WBEs, as appropriate, may use their own forces to moat up to 50'/0 of a specified goal. - -- - iii. Bidders who NJ, to submit the Schedule of Participation shall be considered non -responsive. Bids that contain a defective Schedule of Participation are voidable. Examples of defects include but are not limited to:* incomplete Schedules; the listing of an unidentifiable BBEs, and/or HBEs, and/or WBEs, as appropriate, and percentage miscalculations that are not mere clerical errors apparent on the face of the Schedule. iv. Facpenditures to subcontracting BBEs, and/or HBEs, and/or WBEs, as appropriate, shall be counted toward meeting specified goals as follows: (1) One hundred percent (1000%) of the expenditures to BBEs, and/or HBEs, and/or WBEs, as appropriate, that perform a commercially useful function in the supply of goods or services required for fulfillment of the contract; 98- 509 (2) One hundred percent (100%) of the expenditures to BBEs, and/or HBR and/or WBEs, as appropriate, that subcontract work further to non-BB1 and/or non-HBEs, and/or non-WBEs, as appropriate, only if t documents expressly and specifically permit such subcontracting consistent with normal industry practice, or the bidder or BBEs, and/or HBEs, and/or WBEs, as appropriate, requests and receives prior to b award an approval letter finm DBED; (3) One hundred percent (100%) of the expenditures to BBEs, and/or ME& and/or WBEs, as appropriate, who are general contractors, working subcontractors, that perform actual work with their own fore a; (4) None of the expenditures to a BBEs, and/or HBEs, and/or WBEs, F appropriate, that acts essentially as a conduit to transfer funds to non-BBEs, and/or non-HBEs, and/or non-WBEs, as appropriate, unles bid documents expressly and specifically permit such transfers as consister with normal industry practice or the bidder or BBE, and/or HBE, and/or WBE, as appropriate, requests. and receives prior to bid award an approve letter; v. Bidders agree to take all necessary and reasonable steps in accordance wit these Provisions to ensure that BBEs, and/or HBEs, and/or WBEs, a appropriate, have the maximum opportunity to compete for and perform thi contract. Bidders shall soled portions of the work to be performed by BB& and/or. HBEs, and/or WBEs, as appropriate, so as to increase the likelihood e meeting the subcoam - wr goal including, where appropriate, breaking dow contracts into economically feasible units to facilitate BBE, and/or HBE, and/or WBE, as appropriate, participation. vL Bidders must submit betters of Intent (Form No. DBED 102) to the person or office to whom the bid was submitted by 4:00 p.m. on the second business day following bid opening. Defective Letters of Intent are voidable. Examples of defects include but are not limited to improperly a =ftd letters, the listing of an unidentifiable BBEa, and/or HBEs, and/or WBEs, as appropriate, and page miscalculations that are not mere clerical errors apparent on the face of the Letter of Intent Expenditures to BBEs, and/or HBEs, and/or WBEs, as appropriate, on a Schedule of Participation that are not confirmed by a Letter of Intent shall not count toward the goal. vii. Bidders whose bids do not meet the specified goal, in order to remain eligiblt must submit to the person or office to whom the bid was submitted by 4:00 p.rr on the second business day following bid submission evidence proving the lac of available BBEs, and/or HBEs, and/or WBEs, as appropriate, to affor effective competition to provide the goods or services to meet the subcontmctc 12 98- 509 goal. To prove lack of availability, bidders must submit the following: (1) Unavailability Certificates (Form No. DBED 103) either completed & signed by the BBE, and/or HBE, and/or WBE, as appropriate, completed and signed by the bidder explaining the contacts with the BBE and/or HBEs, and/or WBEs, as appropriate„ statements or actions of tl BBEs, and/or HBEs, and/or WBEs, as appropriate, showir, unavailability, and the reason(s) why the BBEs, and/or HBEs, and/or WBEs, as appropriate, signature could not be obtained; and (2) A listing of any bids received from a BBEs, and/or HBEs, and/or WBE, as appropriate„ the scope of work and price of each bid, and the bidder' reasons for rejecting each bid; and (3) A statement of the bidder's contacts with DBED for assistance it determining available BBEs, and/or HBEs, and/or WBEs, as appropriate, and (4) A statement showing compliance with paragraph D. 2. d. above; and (5) A complete description of the bidder's process for soliciting and evaluating bids from BBEs, and/or HBEs, andlar WBEs, as appropriate, (6) Bidders may establish a BBE, and/or HBB, and/or WBE, as appropriate, as unavailable if the bidder provides evidence proving the BBEs, and/or HBEs, and/or WBEs, as appropriate, bid is not reasonably competitive with comparable bids of non-BBEs, and/or non-HBE's, and/or non-WBEs, as appropriate, for the same scope of work. (7) Evidence of lack of availability may address only the period prior .to bid submission. • viiL The bidder shall either meet the subcontractor goal or demonstrate lack of availability as a condition of being awarded this Coact. If a bidder who has not met the subcontractor goal fails or refuses to substantiate the lack of availability, any security submitted with the bid may be forfeited as liquidated damages because of such failure or default. bL Ile successful bidder on a contract with subcontractor goals shall promptly review billings from BBEs, and/or HBEs, and/or WBEs, as appropriate, listed on the Schedule of Participation. On those amounts not in dispute, the successful bidder must make payment within thirty (30) days of its receipt of the billing. 3. BID PREFERENCE. 13 98-- 509 a. ELIGIBILITY. Bidders claiming a bid preference shall complete and submit wii their bid a claim of bid preference. The Compliance Monitor shall determir whether the bidder qualifies for the bid preference for the specified contract. In th event that a bidder qualifies for a bid preference in more than one category for th specified contract, the bidder shall be awarded the largest preference. only on preference shall be awarded per bidder per contract. Bid preferences shall be give, to: L Bidders that are BBEs, and/or HBEs, and/or WBEs, as appropriate; I Bidders that demonstrate significant utilization; iii. Bidders that are joint ventures approved under Section III of Administtativc Orders 3-3 and/or 3-17and/or 3-18 as appropriate. b. PREFERENCE L EVEL. Bid Peke BUS HUS WBBs SiaalBeant Dtllisstioa of BBEI.ImSs, WBU BBStbSl% �51% WBEr*41% Joint Venturaf3.75% Venture BSI% <SI% 4SI% 25,000 <75,000 10.0% 7.50% 5.0% 75,000 <425,000 5.0% 3.75% 2.50% .5% 125,000 < 250,000 4.0% 3.00% 2.00% 1.000/0 - - -- - 0,000 <500,000 3.0% 2.2SO/o 1.50% 0.75% 009000<1,000,000 2.0% 1.50% 1.000/0 0.50% 1,000,000Q1000,000 1.0% 0.75% 0.50019 0.25% On contracts greater than two million dollars (52,000,000), the bid preference steal i only be calculated for the first two million dollars of the bid price. The bid preference shall be calculated and subtracted from the total bid price. Thif difference shall be used in evaluating the bid. The bid preference is used only tc calculate an arnount to be used in evaluating the bid and does not affect the contrac7 price. 14 98- 509 c. DEMONSTRATING SIGNIFICANT UTILIZATION. i. DBED shall prepare and make available on a monthly basis a list of BBEs HBEs and WBEs that have held valid certifications during the prior twenty-fou (24) months. ii. Bidders claiming a bid preference based on significant utilization steal demonstrate such significant utilization by submitting evidence including bu not limitdd to the following: (1) Bidder's total purchases of goods and services in the prior twenty fou months. (2) Bidder's total purchases of goods and services in Dade County in the prior twenty-four months. (3) Bidder's total purchases from BBEs, and/or HBEs, and/or WBEs, a: appropriate, in the prior twenty-four months, identifying each BBE, and/or HBE, and/or VIBE, as appropriate (4) Bidder's total purchases from BBEs in the prior twenty-four months, identifying each BBE that was not pursuant to any governmental contract or Blade Business Enterprise Program requirement with which the bidder Complied- (s) Data showing lack of availability of BBEL (6) A description of the bidder's systematic efforts to eliminate discrimination against BBEs in its purchasing operations. iii. Based on its review of the evidence, DBED shall issue a letter stating the bidder has demonstrated significant utilization or the reasons why the bidder has Wed to demonstrate significant utilization. E. BBE, HBE and WBE Selection Factor 1. In bid as that assign weights to evaluation or selection criteria, bid documents shall assign a weight of ten percent (10%) to the BBE and/or HBE and /or WBE selection factor, as appropriate. In bids that do not assign weights to evaluation or selection criteria, bid documents shall provide that among bidders evaluated to be otherwise substantially equal, the BBE and/or HBE and /or WBE selection factor, as appropriate, shall be the deciding factor for award of the bid. 15 98- 509 2. A BBE and/or HBE and /or WBE selection factor, as appropriate, may be applied any request for proposals or similar invitations to bid that are not set -aside. F. PRE -AWARD COMPLIANCE 1. Investigatory Meeting by Compliance Monitor. a. The Compliance Monitor shall review for compliance with these provisions every contract to winch a contract measure has been applied. If the Compliance Monitor has concerns regarding compliance with these provisions, the Bidder shall upon at least three (3) days notice meet with the Compliance Monitor. The purpose of this investigatory meeting shall be for the Compliance Monitor to consider whether to reeothe Bidder's bid be determined to be in compliance or non-compliance with the requirements of these Provisions. The Compliance Monitor may consider relevant information from any person in malting this decision. At the investigatory meeting the Bidder shall have an opportunity to present information and arguments pertinent to his compliance with the applicable requirements. The Compliance Monitor may require the Bidder to produce such information as the Compliance Monitor deems appropriate and may obtain whatever other and further information from whatever sources the Compliance Monitor deems appropriate- b. No later than fifteen (15) business days after this investigatory meeting with the Bidder, the Compliance Monitor shall make a written recommendation to the Contracting Officer which shall include a statement of the facts and reasons upon which it is based. This recommendation shall also be forwarded to the Bidder. 2. Determination by MDC. Following receipt of a rxommendation of non-compliance from the Compliance Monitor, the Contracting Officer shall notify the Bidder of an informal hearing regarding the bidder's compliance with these provisions Such notice shall indicate the date, time and place at which the Bidder will have an opportunity to present pertinent arguments and information to the Contracting Officer relating to the rxommendation of non-compliance by the Compliance Monitor. The Bidder shall supply such finther relevant information as required by the Contracting Officer. 3. The Contracting Officer in conjunction with the Compliance Monitor may also conduct informal hearings, to which the Bidder shaU be invited, in which other parties invited by the Contracting Officer may offer information relevant to the issue of the Bidder's non-compliance. 4. The Contracting Officer shall in writing determine whether the bid of such Bidder complies with the requirements of these Provisions and whether to recommend to the County Manager that the Contract be awarded to the Bidder. A copy of such recommendation shall be sent to the Bidder. Such recommendation shall not affect the power of the Board of County Commissioners to reject the Bidder's bid for any other reason or to take such action on the recommendation of the Contracting Officer as the 16 9 - 509 Board deems appropriate. S. Consideration of Other Bids. If the Contracting Officer or Compliance Monitor deep it advisable in the interest of expediting the award of the contract, the procedures s forth in this subsection may be carried out with respect to the bids of one or mo, additional Bidders at the same or different times with each such proceeding to t separately conducted. 6. Failure of Bidder. to Participate. The Bidder will be bound by the proceedings unde this subsection to which they have been given required notice without regard to the: participation or lack of participation. A lack of participation upon receiving notice and requests pursuant to these Provisions shall not be grounds for reconsideration o any action taken in the proceedings. 7. MDC shall not award this contract to any Bidder which it determines fails to compl; with the applicable requirements of these Provisions. Nothing herein shall relieve an3 Bidder from any of the terns, conditions or requirements of the contract or modif3 MDCs rights as reserved in the Contract document G. PROMPT PAYN TP I. It is the County's intent that BBEs and/or HBEs and/or WBEs providing goods or services to the County shall receive payments promptly in order to maintain sufficient cash flow. 2. The successful bidder on a contract with goals shall promptly review billings from BBEs, and/or HBEs, and/or WBEs, as appropriate, listed on the Schedule of Participation. On those amounts not in dispnte,. the successful bidder must make payment within thirty (30) days of its receipt of the billing. H. POST AWARD COMPLIANCE AND MONITORING 1. Approval of Subcontracts. The Successful Bidder shall submit to the Contract Officer for approval subcontracts corresponding in all respects to the proposed agreements listed on the Successful Bidder's Schedule of Participation or Set -Aside List of Subcontractors, unless a deviation is approved under paragraph H.4. below. The Successful Bidder shall enter into each subcontract and shall thereafter neither terminate any such subcontract nor reduce the scope of work to be performed by or decrease the price to be paid to the BBEs, and/or HBFs, and/or WBEs, as appropriate, thereunder without in each instance the prior written approval of the Compliance Monitor. The Contracting Officer shall not give a final written determination without a recommendation from the Compliance Monitor. 2. Access to Records. Successful bidders and BBEs shall permit the County to have access during normal business hours to books and records relating to the bidder's 17 98- 509 compliance with the and/or contract measures applied to the contract or relating to BBE compliance with certification requirements. Such books and records include but are not limited to corporate documents, charters, organizational filings, tax filings, registrations, licenses, stock registrations, partnership agreements, contracts, subcontracts, joint venture agreements, checking account4, journals, ledgers, correspondence, and documents and records between the bidder or the BBE and other entities. This right of access shall be granted for one year after completion of the work or full payment of contract obligations, whichever comes last, or for one year after the expiration of BBE certification. 3. Monthly Reporting. Tile successful bidder on a projed with a contract measure shall submit monthly a Utilization Report (Form M 200) and an Employment Data Report (Form M 201) to the Contracting Officer on or before the tenth working day following the end of the month the report covers. Standard reporting forms are included in these Provisions. Additional forms may be obtained from the Compliance Monitor. The Employment Data Report is to be completed by each BBE, and/or HBE, and/or WBE, as appropriate, listed on the Schedule of Participation or Set -Aside List of Subcontractors and is to be submitted by the successful bidder. Failure to comply with the reporting requirements may result in the imposition of either or both contractual sanctions or Administrative penalties by the County at its option. 4. Deviations fiam the Schedule of Participation or Set -Aside Iast of Subcontractors a In the event that during the performance of a contras a BBE, and/or HBE, and/or WBE, as appropriate, is not able to wide the goods or services specified on the Schedule of Participation, the successful bidder must locate a BBE, and/or HBE, and/or WBE, as appropriate, to substitute for the unavailable BBE, and/or HBE, and/or WBE, as appropriate, unless the bidder can prove the lack of an available BBE, and/or HBE, and/or WBE, as appropriate, to provide the goods or services to be provided by the prior BBE, and/or HBE, andAbr WBE, = appropriate.. The successful bidder must receive approval from the Contracting Officer, =vise the Schedule of Participation to include the substitute BBE, and obtain a Letter of intent from the sum BBE, and/or HBE, and/or WBE, as appropriate. A successful bidder that cannot secure a substitute BBE, and/or HBE, and/or WBE, as appropriate, must provide a written statement to the Compliance Monitor and Contracting Officer that includes a list- of the names, addresses, and telephone numbers of all BBEs, and/or HBEs, and/or WBEs, as appropriate, contacted, and the date of contact for each BBE, and/or HBE, and/or WBE, as appropriate. b. The Compliance Monitor shall be responsible for monitoring the performance of the successful bidder regarding compliance . with contract measures applied to the contract. The Compliance Monitor may, at his or her discretion, investigate deviations in the utilization of BBEs, and/or HBEs, and/or WBEs, as appropriate, from that described on the Schedule of Participation or Set -Aside List of Subcontractors and make recommendations regarding compliance to the 18 98- 509 Contracting Officer. The Contracting Officer shall not make a final determination without a recommendation regarding compliance from the Compliance Monitor. Deviations from the goal stated in the contract that shall be monitored include but are not limited to: i. Termination of a BBEs, and/or HBEs, and/or WBEs, as appropriate, subcontract; I Reduction -in the scope of work to be performed by a BBE, and/or HBE, and/or WBE, as appropriate; in. Modifications to the terms of payment or price to be paid to BBEs, and/or HBEs, and/or WBEs, as appropriate; iv. Failure to enter into a contract with BBEs, and/or HBEs, and/or WBEs, as appropriate. c. Excuse from Entering Subcontracts. If prior to execution of a subcontract required by these Provisions, the Successful Bidder submits a written request. to the Contracting Officer demonstrating to the won of the Contracting Officer that, as a result of a change in circumstances beyond his control of which he was not aware and could not reasonably have been aware until subsequent to the date of the award of the Contract, a BBE, and/or HBE, and/or WBE, as appropriate, who is to enter into such subcontract has unreasonably r fted to execute the subcontract, or is not available, the SuccesdW Bidder shall be excused fiom executing such subcontract. The procedures of paragraphs H.41 and g. below apply to this paragraph. d. Termination of Subcontracts. Ifi after execution of a subcontract requumd by these - Provisions, the Successfinl Bidder submits a writer request to the Contracting Officer and demonstrates to the satisfaction of the Contracting Offiar that, as a result of a change in circurastances beyond his cwhool of which he was not aware and could not reasonably have been aware until subsequent to the date of execution of such subcontract, a BBE, and/or HBE, and/or WBE, as appropriate, who entered into such subcontract has committed a material breach of the subcontract, the successful Bidder shall be entitled to exercise such rights as may be available to him to terminate the subcontract. The procedures of paragraphs f. and g. below apply to this paragraph. C. MDC's Determination of Bidder's Excuse or Termination. If the Successful Bidder at any time submits a written request to the Contracting Officer under the prior two paragraphs the Contracting Officer, as soon as practicable, shall determine whether the Successful Bidder has made the requisite demonstration, and shall not determine that such a demonstration has not been made without frost providing the Successful Bidder, upon notice, an opportunity to present pertinent information and arguments. 19 98- 509 The procedures of paragraphs 11 and g. below apply to this paragraph. f. Alternative Subcontracts. If the Successful Bidder is excused from entering into a subcontract or rightfully terminates a subcontract under these Provisions and without such subcontract the Successful Bidder will not achieve the level of BBE, and/or HBE, and/or WBE, as appropriate, participation upon which the contract was awarded, the Successful Bidder shall make every reasonable effort to propose and eater into an alternative subcontract or subcontracts for the same work to be performed by another available BBE, and/or HBE, and/or WBE, as appropriate, for a subcontract price or prices totaling not less than the subcontract price under the excused or terminated subcontract, less all amounts previously paid thereunder. 'the Bidder must submit a revised Schedule of Participation or Set -Aside List of Subcontractors and Letter of Intent to include the substitute BBE, and/or HBE, and/or WBE, as appropriate,. A successful bidder that cannot secure a substitute BBE must provide a written statement to the Compliance Monitor and Contracting Officer that includes a list of the names, addresses, telephone numbers, and the date of contact for each BBE, and/or HBE, and/or WBE, as appropriate,. The procedures of paths f and g. below apply to this paragraph. g. The Compliance Monitor shall promptly meet with the Successful Bidder and provide him with an opportunity to demonstrate compliance with these r+equiremems. The Compliance Monitor shall, as promptly as practicable, r000mmeed to the Contracting Officer whether the Successful Bidder should be determined to be in compliance with these requirements. The Compliance Monitor may require the Successful Bidder to produce such information as the Compliance Monitor deems appropriate and may obtain whatever other and further information from whatever sources the Compliance Monitor deems appropriate. The i Compliance Monitor shall make his recommeaidation under this paragraph to the Contracting Officer and forward a copy to the Bidder. h. The Contacting Officer will consider objections to the Compliance Monitor's recommendation only if such written objections are received by the Contacting ' Officer within five calendar days from the Successful Bidder's receipt of the Compliance Monitor's recommendation. The Contracting Officer with or without a hearing, as he in his discretion may determine, will reply to the Successfid Bidder's written objection within 10 days of receipt of these objections. The Contracting offices determination upon consideration of the Successful Bidders written objection shall be final and binding without right of appeal. I. SANCTIONS FOR CONTRACTUAL VIOLATIONS If at any time, the Successfiil Bidder is in violation of his obligations under these Provisions, MDC not withstanding any other penalties and sanctions provided by law may impose one or more of the following: 20 98- 509 l . The suspension of any payment or part thereof until such time as the issues concernir compliance are resolved; 2. Work stoppage; 3. Termination, suspension, or cancellation• of the contract in whole or part. J. DEBARMENT The County may debar a BBE, and/or HBE, and/or WBE, as appropriate, or a non-BBE and/or non-HBE, and/or non-WBE, as appropriate, for violation o4 or non-complianc, with, the provisions of Ordinances 94-96, and/or 94-95, and/or 94-94, Administrative Orders 3-3, 3-17, 3-19 or these bid documents. 1. Violations that may result in debarment include but are not limited to: a. Falsifying or wrongfully withholding information in the certification, bidding, reporting processes for BBE, and/or HBE, and/or WBE, as appropriate. b. Failing to perform a commercially useful function, or subcontracting to a BBE, and/or HBE, and/or WBE, as appropriate, by a non-BBE, and/or non-HBE, and/or non-WBE, as appropriate, that knew or should have known the BBE, and/or . HBE, and/or WBE, as appropriate, could not perform a commercially useful function. When determining whether the BBE, and/or HBE, and/or WBE, as appropriate, performs a commercially useful function, DBED shall consider factors such as but not limited to: i. Whether actual work is performed by the BBE, and/or HBE, and/or WBE, as appropriate. Actual work includes drop shipping when the BBE,.md/or HBE, and/or WBE, as appropriate, has actual and legal responsibility for billing and performance of the contract. Brokering is considered to be actual work when it is consistent with normal industry practice. I Whether further subcontracting by the BBE, and/or HBE, and/or WBE, as appropriate, is consistent with normal industry practice; iii. Whether the BBE, and/or HBE, and/or WBE, as appropriate, subcontractor is a general contractor, iv. Whether the BBE, and/or HBE, and/or WBE, as appropriate, subcontractor has entered into bonding agreements that shift to another the expenses, risks, or responsibilities of the work for the purpose of meeting bonding requirements. 2. Debarment procedures shall comply with Section 10-38 of the Code of Metropolitan Dade County. 21 98- 509 SCHEDULE OF PARTICIPATION pr*d "M and/or HOE and/or WOE member of • r t wniure b to be set forth le deteq mm m the IN tiubmittat at the tlrne the watt b be ter. work 10 be p«famed by the noe.gOE. ertdlor Won�HeE andlor nor�WOE mwnbPWtnnW w of r� To De completed by the PrfmN CorrtredoNBldder Check appfvprlate box(es) if Unavailability BBE ❑ I certify that the representations contained In this Schedule of Partldpetlon Certificates are or wUl be provided in lieu of WOE ❑ are to the best of my knowledge true and aocunte. or in addition to this Schedule of Participation to HBE ❑ CST demonstrate tits lack of availability. sia»sr• ow PftN&,. TM wm..lcxo«taw oeEo 1of 4 . LETTER OF INTENT BLACK, HISPANIC and WOMEN BUSINESS ENTERPRISE Bidders must submit Letters of Intent ) to the person or office to whom the bid was submitted by 4,00 PAL on the second business day following bid opening. Expenditures listed on a Schedule of ParticipstlorMhat are not oordir.. by a properlyme uled Letter of Intent stall not count toward the goal. . TO: Name of Prime CONTRACT NO- TOTAL BID $ rprdersi-nod holds DEED Certification No. expiring on pest Emelnver Identification Number: The undersigned has reasonably taxxxra* ed capacity sufficient to provide the required goods or services. all low== and per.. necessary to provide such goods or services. the ability to obtain bonding that is reasonably required to provide such goods or services consistent with normal industry p wfte. and the ability to otherwise meet the bid specifications. Signature Print Name TWO Total oats SSE Frm DBED 102 98 - -509 CERTIFICATE OF UNA%.#P%ILABILITY of No" Tift certify that on t nn Nanw Do' contacted the SM HBE. or WBE to obtain a bid for work Items to be performed on Metropolitan Dade County Contract No. Print Nanw l . was offered the above opportunity to bid BBE. HBE or WBE 1, was unavailable to perform the above work at the above specified time due to: 1 am swam that VMropoYlan Oada CM* AdminiaO M prdsrs prorlda that:' Any MW wW br ME wWft WBE) that fab b bid at a Miiinurn Mw JMW of go* (3) or W psr - I of 1M svalabla pojS ts. in its OrtnMY =Coned trade, cortrno" a suvtoa ana, during ttw ar6fksUoa year nW be ri C m do 4 or denied reomttf+raWn Print Nanw Two OBED CeNfted n Nwnber DBED 103 98- 59 .� Successful bidders on projects with subcontractor goals must file MONTHLY UTILIZATION REPORT le this report. Failure to comply may result In MDC commencingr �� sanctions on the successful bidder, in addition to pursuing any other available legal remedy. Sanctions may include the proceedings impgse I of any payment or part thereof, termination or cancellation of the contract, and the denial to participate In any further contracts Reporting F'etiad awarded b MDC. From: To: OBE Subcontract Goal: % HBE S lots Name and Address Federal Employer ldetmcstlon Amount of Requisltlon Ws Period: _ Total Amount Requisitioned to Dale: S Total Amount Received by Prime to Date: _ ubconlrect Goal:_,__% WBE §ubconlracl Goal:,_% Amount Requisitioned for Wf Suboontractors Mls parlod: _ - - — --- - _- --- -- — - Total Amount Requisitioned for BBE Subsconlractors to Date:= Amount Requisitioned for HOE Subcontractors this period: i Total Amount Requisitioned for HBE Subscontractors to pate:= Amount for WOE Subcontractors this Period: $ TotaMopriatame Box Contract aof Subcontractor WBE Sum bAmotml Pa BE HOE WBE Amount Dsseripllon of Worst meted to Sub to R Date Slaf ft I lion Autlodzed Sipnahue gym► _ Date TI119 Talnnh-.... Name of Contract Name of Successful Bidder Address MONTHLY EMPLOYMENT DATA REPORT Contract Number Reporting Period From To This report is required by Metropolitan Dade County. The Successful Bidder holding a contract containing any Contract Measures MUST submit Monthly Employment Data Report monthly. Failure to comply may result in MDC commencing proceedin to impose sanctions on the successful bidder. in addition to pursuing any other available legal remedy. Sanctions may include the suspension of any payment or part thereof, termination or cancellation of the; contract and the denial to participate in any further contracts awarded by Unc_ PA Authorized Signature Print Name Date Tills Telephone Page of iy_201 SIGNIFICANT UTILIZATION of BLACK, and/or HISPANIC and/or WOMEN BUSINESS ENTERPRISES Check Applicable conasd rft* Contrad Na Date: Tohlt R Bidders k W p xdmsas d Boodt and ftmk s In pdw 24 monft Bidders R W pxdmses of 900s and serve to Dada coxity in ft pda 24 Mordhs your syilraa- aftft tm eaaYab AglmMiafen aoa ym Safi older ma ad ibr waft in vw l . A . g epara- Notw Bidders mW submit addWond evkWm in s w reasormble rna ww that Ow beftm dsmor,lsbWn s19 -1, t of amML any systenmdo eUats to ob*411e dsatrr*wdm agatr>rst SBE% WWVW HSEs and /a WBEs in ym pin A a' 9 I tartly fhst the mpraw teb" above are to the best of my knowledge true and aouxst& AUTHORIZED SIGNATURE OF SIOOER PRINT NAME TITLE COMPANY TELEPHONE OATE DEED Form 106 98- 509 BID PREFERENCE eldder'e Name: OBEC Certlllcatlon Number. if Wf.. Cerullo** ExpkaWn Dew Check Appropriate San. elder clam aidder 18 a Jo1nt Blew l e a JoW elddw Is a swdacwd Venture ' Ventwe • CmW Ad Udtzm m of: an C3 seE80 SSE • > 51% ❑ 1 613E < SIS p HOE p HW:sO HOE a> 51% p H13E < stu p oolw Pww of 81d - WBE 0 :2 IWBE a > 51% 0 WBE < 511L M E 125.000 < 500,000<1,000,000 2.0% 1.50% 1.00% 0.50% 1.,0001000<2'000,000 1.0% 0.75% 0.50% 0.25% ff Bidder is daiming Significant Utilization attach DBED Form 106 or DBED letter issued pursuant to A.3.mof Administrative Orders 3-3,3-17 or 3-18. •Au joint ventures must be approved by DBED prior to bid submission. DBED Form 105 n 98- 509 SET -ASIDE LIST OF SUBCONTRACTORS 08E0 reserves the right to require bidders MEW d submission or therea er tb flit out this form. The portion of the work to be performed by the BBE. HBE or Women member of a Joint venture Is to be set forth In detail se I b the non-BBE. HOE and or Women member. Bidder shall Identifythe work to be vlded b the blddtees ow the to be performed Name of Balder: Project Number: i certify that the representations contained in this Set -Aside List of Contractors are to the best of my knowledge true and accurate. Signature Date Telephone — Print Name Tice DBED 104