HomeMy WebLinkAboutInvitation to BidM1AMEcwae
BID NO.: 6819-5/17
OPENING: 2:00 P.M.
WEDNESDAY
August 29, 2007
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS
AND PARTS, AND REPAIR AND MAINTENANCE SERVICES
THE FOLLOWING ARE REOUIREMENTS OF THIS BID. AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND: ........................
SEE SECTION 2, PARAGRAPH 2.13
CATALOGUE AND LISTS: ........................................................
N/A
CERTIFICATE OF COMPETENCY: ........................................
N/A
EQUIPMENT LIST: .....................................................................
N/A
INDEMNIFICATIONIINSURANCE:.........................................
SEE SECTION 2, PARAGRAPH 2.11
LIVING WAGE: ..........................................................................
N/A
PRE-BID CONFERENCE/WALK-THRU:................................
N/A
MEASURES: ........................................... .....................................
SEE SECTION 2, PARAGRAPH 2.2
SAMPLESANFORMATION SHEETS: ......................................
N/A
SECTION 3 - MDHA:..................................................................
N/A
SITE VISIT/AFFIDAVIT: ...........................................................
N/A
USER ACCESS PROGRAM: ......................................................
SEE SECTION 2, PARAGRAPH 2.21
WRITTEN WARRANTY:...........................................................
N/A
FOR INFORMATION CONTACT:
Maggie R. Reynaldos at 305-375-1658, or at mtc@miamidade.gov
IMPORTANT NOTICE TO BIDDERS:
• Read this entire document & handle all questions in accordance with Section 1, Paragraph 1.2(D)
• Return One Original and Two Copies of the Bid Submittal Pages, the Executed Affidavits and the
Requested Attachments
• Failure to complete the certification regarding Local Preference on page 33 of Section 4, Bid
Submittal Form shall render the vendor ineligible for Local Preference
• Failure to sign page 33 of Section 4, Bid Submittal Form will render your bid non-responsive
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
MIAMI-DADE COUNTY, FLORIDA
INVITATION TO BID
Bid Number: 6819-5/17
Title: Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair
Services
Sr. Procurement Contracting Agent: Maggie R. Reynaldos, CPPB
Bids will be accepted until 2:00 p.m. on Wednesday, August 29, 2007
At the:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street
17th Floor, Suite 202
Miami, Florida 33128-1983
Bids will be publicly opened. The County provides equal access and does not discriminate on
the basis of disability in its programs or services. It is our policy to make all communication
available to the public, including those who may be visually or hearing impaired. If you
require information in a non-traditional format please call 305-375-5278.
Instructions: Each Bid submitted to the Department of Procurement Management shall have
the following information clearly marked on the face of the envelope: the Bidders name, return
address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope
shall be an original and three copies of the Bid Submittal, plus attachments if applicable.
Failure to comply with this requirement may result in your Bid not being considered for
award.
All Bids must be submitted in a sealed envelope or container and will be opened promptly at
the time indicated in this solicitation document. Any Bid received after the first Bid has been
opened will be returned to the Bidder unopened. The County does not accept responsibility for
delays, natural or otherwise.
NOTICE TO ALL BIDDERS:
• FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID
NON-RESPONSIVE.
THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS
THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING
TO THIS SOLICITATION.
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 1
GENERAL TERMS AND CONDITIONS
1.L DEFtWfl(ONS
Bid -shad refer tit any of er(s) submitted in response to this solicitation.
Bidder - shall refzr to anyone submitting a Bid in response to this
solicitation.
Bid Solicitation - shall mean this solicitation docaomentaticm, including
any and all addenda.
Bid Submittal Form - defines the requirement of items to be
purchased, and must be completed and submitted with Bid. The Bidder
Should htalio AC its name in the appropriate space on each page.
County -shall refer to Mmad-Dade, County, Florida
DPM - shall ruder to Mianv-Dade Cwnty's Deparutncnt of Procurement
Mait4proeu, Putrchasing Division,
Evralied Ver - FlWjC'TfVE JULY 8, 2002, shell refer to a firm
that has completed the necessary documentation in order to receive Bid
netifioaticas frout the County, but has not yet registered.
Registered Vendor - shall refer to a firm that has completed the Miami -
Dodo County Busuress Entity Registration Application and has satisfied
all 1egttirra mtts w enter into bruinessagrecuieats with tin County.
For additional information about on -live vendor carvHment or
vendor ttgianttiaa covted the Vendor Assimuct Valt at 111 N.W.
1" Sime#, 13" Fkwr, Nbad, FL 33128, P6a+ce 36375-5'773.
EFFECTIVE JULY 16 2002, vendors will be able to enroll and
register online by vWfing our web site at bttu:t/aiamhdade.aeov and
click on "BusiaW.
13- INS'TRUCTIONSTOBIDDEBS
A. Bidder Qualification
It is the policy of the County to entourage foil and open oompetiticn
among all available qualified vendors. All vendors regularly engaged in
the type of work specified in the Bid Solicitation arc egowraged to
submit Bids. Vendors may enroll with the County to be included on a
rontling list for selected categories of goods and services. To be eligible
for award of a contract (including small purchase orders), Bidders must
complete a `Mismi-Dade County Business Entity Registration
Applicatioe . Only Registued Vemdons cmc be awarded County
cont acts. Vendors are encouraged to tegisttr with the County anytime
by contacting the Vendor Information Center at 305-375-5287. The
Courdy endeavors to obtain the participation of oil qualified minority
and disadvantaged business enterprises. For information and to apply for
certification, contact the Department of Business Development, at I I I
N.W. I Street, 19" Floor, Miami, FL 33128-1844, or telephone at 305-
375-3111. County employees wishing to do business with the County
are refortd to Section 2-11.I(d) of the Miami -Dade County Code.
B. Vendor Re&tradou
To be recommended for award the County reptres that vendors
complete a Munni -Dade County Business Entity .Registration
Application with all required disclosure affidavits. The Munni -Dade
County Business Err* Registration Application must be returned to the
Department of Procurement Mat"ament (DPM), Purchasing Division
within Fourteen (14) days of runtifiation of the intent tri mcormiurud for
sward. In the event the Muum-Dade County Business Entity
Registration Application is to property completed and returned within
the specified time, the County tray award to next lowest responsive
Bidder. The Bidder is responsible for obtaining the Miami -Dade County
Business Entity Registration Application and all affidavits by
downloading from OPM's website at )UpJ/nliamidadt.gov and click on
`Rus'rruss" or fieri the Vendor Assistance unit at I I I N.W. I' Street,
Mimai, FL. In becoming a Registered Vendor with Miami -Dade County,
the vendor aonftmis Its knowiedge of and aammiument to comply with
the fodlowvrg:
1. Disclosure of Employment - pursuant to Section 2-8.I(d) of the
County Code.
2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d)
of the County Code.
3. Drug Fier Afiidav€t - pursuant to Section 2-8.1.2(b) of the County
Code.
4. W-9 and 8109 Forms The vendor must fiimisb these; forms as
required by the internal Revenue Soviet.
5. Social Security Number - Tire vendor must provide a copy of the
primary owner's social security card if the social security number
is being used in lieu of the Federal Identification Number
(RE.1.N.).
6. Americans with Disabilities Act (A.D.A.) Affidavit - It is the
policy of the County to comply with all requirements of County
Resolution R182 -OD and the A.D.A.
7. Collection of Fees, Taxes and Parking Tickets AtTrdavit- pursuant
to Section 2-2.1(c) of the County Code.
8. Conflict of interest anis Code of Ethics - pursuant to Sections 2-
8.1(1) and 2-11.1(b) (1) through (6)and (9) of the County Cc& and
County Ordinance No. 00-1 sornding Section 2-11.l(c) of the
County Code.
9. Code of Business Ethics - pursuant to Section 2.8.1(1) of the
Cotany Gxk.
IL Dent Disclosure Affidavit -pursuant to County Cote .I0-38.
11. Office of the lmpexxor General Pursuant to Section 2-1076 of the
Cow" Code.
12. Minority and Disadvantaged Business Enterprises. The County
endeavors to obtain the participation of all minority and
disadvantaged business enterprises pursuant to Sections 2.8.2, 2-
9.2.3 and 2-8.2,4 of the Ctwrny Coale and Title 49 of the Goole of
Federal Regulations.
13. individuals and Entities Doing Business with the County not
curmut in their obligations to the County - purstiard to Sections 2-
8.1 (h) aid 2-11.1(b)(8) ofthe County Cock.
14. Nondiscrimina¢ion pursuant to Section 2-8.1.5 oftfu County Code,
15. Family leave - Pursuant to Section IIA 30 of the County Code,
16. Living Wage - Pursuant to Section 2-8.9 of the County Cork.
I7. Domestic Leave -Pursuant to Section IIA -W of the fiamty Code
I8. Antitrust Laws -By acceptance of any conmact, the vendor agrees
to comply with all antitrust. laws of the United States and the State
ofFloxida.
C. PUBLIC E€alTU Y CRIMES
To be eligible for award of a contract, firms wishing to do business with
the County must comply with the following:
Pursuant to Section 287.133(2x&) of the Florida Statutes, a person or
affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a Bid on a contract
to provide any goods or services to a public entity, may not submit a Bid
on a contract with a public crusty for the consuuatim or Tepair of a
public building ar public work, may not submit Bids on eases of read
property to a public entity, rosy not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant miler a contract with
any public entity, and may not transact business with my public aR's€y to
excess of the threshold amount provided in Section 287.017 of the
Florida Statutes, for CATEGORY TWO for a period of 36 months firms
the daft of being placed on the convicted vendor list.
D. Request for additional Information
I. Pursuant to section 2-II.I(0 of the County Cork, all Bid
Solicitations, once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cane of Silence". Any communication or ingurrncs, exocpt for
clarification of process or procedure already contained in the
soficitatian, are to be made in writing to the aeon of the
Procurement Agent identified on the front pap of the solicitation.
Such inquiries or request for information shall be submitted to the
procurement agent in writing and shaft contain 9x tcgtmster's
name, address, and telephone number. If transmitted by fticaimile,
the request should also include a cover sheat wtith Bidder's
facsimile number. The mquestor must also file a copy of this
written request with the Clerk of the Board, I i i NW I` Street. 17"
Floor, suite 202, Miami, Florida 33128-1983 or email
clg*bca'rxlntiamidadcjwv.
2. The Department of Procurement Marnageucat may issue an
addendum in response to my inquiry received, prior to Bid
openin& which changes, adds w or clarifies the terms, provisions
-I-
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION I
GENERAL TERMS AND CONDITIONS
ar requirements of the solicitation. The Bidder should not rely on
any represcntatinn, statement or explanation whether written or
verbal, other than those made in this Bid Soheitation document or
in any addenda issued. Where there appears to be a conflict
between this Aid Solicitation and any addenda, the last addendum
issued shall prevail
it is the Bidder's responsibility to ensure receipt of all addenda,
and arty accompanying documentation, The Bidder is required to
submit with its Bid a signed "Ackrurwit4gmem of Addenda' form,
when any addenda have been issued.
E. Contents or Bid Solicitation and [udders' Responsibilities
i, it is the responsibility of the Bidder to become thoroughly familiar
with the Bid requirements. terms and conditions of this Solicitation -
pleas of ignortmee by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the
requirements of the County, or the compensation to be paid to the
BiddL%
This solicitation is subject to ail Ito requirements contained in
the applicable County Ordinances, Administrative Orders, and
ResolWOM, as well as all applicable State and Federal Statutes.
Where conflict exists between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following order.
Fedltral, State and local.
It is the responsibility of the Bidder/Proposer, prior to amduct'rng
any lobbying reaardigg this solicitation to file the appropriate
form with the Clerk of the Board stetin2 that a Particular
lobbvist is authorized to 3IN—eat the BidderAP—MID er_ The
BiddcrlProposer shall also fide a font with the Clark of the Board
at the point in time at which a lobbyist, is no longer authorized to
represent said Bidder/ Proposer. Failure of a Bidder/Proposer to
file the appropriate farm required, in relation to each solicitation.
tray be considered as evidence that the Bidder/itoposer is not a
responsible contractor.
F. Change or Withdrawal of Bids
1_ Changes to Bid - Prior to the schedulcd Bid opening a Bidder may
change its Bid by submitting anew Bid, (as indicated on the tower
page) with a letter in writing on the firms letterhead, signed by an
authorized agent stating that the new submittal replaces the
original submittal. The rteev submittal shall contain the [cover and
all information as required for submitting the original Bid. No
changes toa Bidmill be accepted after the Bid has been opened.
2, Withdrawal of Bid – A Bid shall be irrevocable unless the Bid is
withdrawn as provided herein. Cmly written a letter received by
the UPM Purchasing Division prior to the Bid opening date may
withdraw a bid A bid may also be withdrawn. ninety (90) days
after the Bid has been opened and prior to award, by submitting a
letter to The curiae person identified on the front cover of this Bid
Solicitation. The withdrawal (cher must be on company ienerltcad
and signed by an authorized agent of the Bidder.
G. Conoku Within The Bid Solidtation
Where there appears to be a conflict hetweett the General Terns
and Conditions, Special Conditions, the Technical Specifications,
the Bid Submittal Sctdiou, or any addendum issued, the order of
precedence shall ire: the last addendum issued, the laid Submittal
Section, the Technical Specifications, the Special Conditions, and
then the General Terms and Conditions.
H. Prompt Payment Terms
1. It is the policy of Mianti-Dade County that payment for all
purchases by County agencies and the Public health Trust shall be
made in a timely martial and that interest payments be made on
late payments. in accordance with Florida Statutes, Section 218.74
and Section 2-8.1A of the Miami -Dade County Code, the time at
which payment shall be due from the County or the Public Health
Trust shall be forty-five (45) days from receipt of a proper invoice,
The time at which paymerd shall be due to small businesses shall
be thirty (30) days from receipt of a proper invoice. All paymnents
BID NO.: 6819-5/17
due from the County or the Public Health Trust, and not made
within the time specified by this section, shall beat interest from
thirty (30) days aiicr the due date at the rate of one percent (I%)
per month on the unpaid balance. Further, proceedings to resolve
disputes for payment of obligations shall be concluded by final
written decision of the County Manap;er, or his or her dcsignce(s),
not laser than sixty (60) days after the date on which the proper
invoice was received by the County or the Public Health Trust
The Bidder may offer sash disccnints for prompt payments;
however, such discounts will not be considered in determining the
lowest price during bid evaluation. Bidders are requested to
provide prompt payment terms in the space provided on the Bid
submittal signature page ofthe solicitation.
13. PREPARATION OF BIDS
A. The Bid submittal form defines requirements of items to be
purchased, and must be completed and submitted with the Bid. Use
of any other form will result in the rejecti<nt of the Bidder's offer.
B. The Bid submittal form roust be legible. Bidders shall use
typewriter. computer or ink:. All changes must be crossed out and
initialed in ink. Failure to comply with these requirements may
cause the laid to be tejeewA
C. An authorized agent of the Bidders fine most sign the Bid
submittal form. FAILURE TO SIGN THE BID SUBMITTAI,
FORMSHALL RFIN'DER THE BID POI -RESPONSIVE.
D. The Bidder may be considered non-rzsponsive if bids are
conditioned to modifications, changes, or revisions to the terms
and conditions of this solicitation.
E. The Bidder may submit alterrrate Bid(s) for the same solicitation
provided that such offer is allowable under the terms and
conditions. The alternate Hid must meet or exceed the minimum
requircmcaU and be submitted on a separate Bid submittal marked
"Alternate Bid".
F_ When there is a discrepancy between the unit prices and any
extended prices, the unit prices will prevail.
G. Please be advised that the County, in exercise of its discretion, may
not accept bids andlor proposals received after the scheduled time
and date. Sealed bidslproposttis will be opened promptly at the
time and place specified. The responsibility for submitting a
staled bid/prop%W on or before the stated time and date is solely
and strictly the responsibility of the Bidler/Proposcr. Miami -Rade
Cmmry is not responsible for days canoed by any mail, package
or couriers service, including the U.S. Mail, or caused by any other
occurrence.
1.4. CANCELLATION OF BID SOLICITATION
Miami -Dark County reserves the aright to cancel, in whole or in part, any
Invitation to Bid when it is in the best interest ofthe County.
I.S. AWARD OF BID SOLICITATION
A. This Bid may be awarded to the responsible Bidder meeting all
requirements as set forth in the solicitatioa. The County reserves
the right to sejecf any and all Bids, to waive irregularities or
technicalities and to re -advertise for all or any part of this Bid
Solicitation as deemed in its best interest The County shall be the
sole judge of its [rest: interest.
B. When there arc multiple line items in a solicitation, the County
reserves the right to award ort an individual dual item basis, any
combination of items, total low Bid or in whichever manner
deemed in the best interest of the County.
C. The County reserves the right to n4e:t any and all Bids if it is
determined that paces are excessive, best offers ate determined to
be unreasonable, or it is otherwise determined to be in the
County's best interest to do so.
D. The County reserves the right to negotiate prices with the low
bidder. provided that the scope of work of this solicitation remains
the same.
E. Award of this Bid Solicitatiort will only be made to firths that have
completed the Miami -Dade County Business Entity Registration
Application and that satisfy all necessary legal requiremctrts to do
-II-
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION 1
GENERAL. TERMS AND CONDITIONS
business with Miami -Dade County. Firms domiciled in Miami-
Dale County must present a copy of their Miami -Dade County
issued Occupational License.
F. Pursuant to County Code Section 2.8.1(8), the Bidder's
performance as a prime contractor or subwatractor on previous
County contracts shall be taken into account in evaluating the Bid
received for this Bid Solicitation.
G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an
appropriately sized self-addressed stamped envelope. Bid mulls
will not be given by telephone or facsimile. Picase allow ten (10)
calendardays after Sid opening for mailing.
Ii. The Bid Solicitatim, any addenda andfor properly executed
modifications. the purchase order, and any change ardor(s) shall
constitute the contract.
1. In accordance with Resolution R-1574-88 the Director of
Purchasing Division will decide all tic Bids.
S. Award of this Bid may be predicated on compliance with and
submittal of all required documents as stipulated in the Bid
Solicitation.
1-6. CONTRACT EXTENSION
A. The County reserves the right to exercise its option to extend a
contract for up to one hundred -eighty (180) calendar days beyond
the current contract period and will notify the contractor in writing
ofthe extension.
B. This contract may be exeertded beyond the initial one hundred -
eighty (180) day extension period upon mutual agreement between
the County and Bre successful Bidder(s) upon approval by the
Board ofCounty Commissioners.
1.7. WARRANTY
All warrmttics, express and implied, shall be made available to the
County for goods and services covered by this Bid Solicitation. All
goods furnished shall be fully guaranteed by the successful Bidder
against factory defects and workmanship. At no expense to the County.
the successful Bidder shall correct any and all apparent and Iatcal
defects that may occur within the manufactures s standard warranty..
The Special Conditions of the Bid Solicitation may supersede the
manufacturers standard warranty.
12. EMMATED QUANTITIES
Estimated quantities or dollars are for Bidder's guidance only: (a)
estimates are based on the County's anticipated needs and/or usage
daring a previous contract period and; (b) the County my use thea
estimates to determine the low Biddet. Estimated quantities do not
contemplate or include possible additional quantitics that may be
ordered by other government, quasi -government or tion -profit entities
utilizing this cornaaet trade' the .loin Purchase potion of the County
User Access program (UAP) described in Section 2.21 of this contract
solicitation and the resulting contract, if that section is present in this
solicitation document. No guara fitee is expressed or implies as to
quantities or dollars that will be used during the contract period. The
County is not obligated to place any order for the given amount
subsequent to the award of this Bid Solicitation_
1.9. NON -EXCLUSIVITY
It is the intern of the County to enter into an agreement with circ
suo cessfid Bidder titan will satisfy its needs as describe herein.
However, the County reserves the right as deemed in its bat interest to
perform, or cause to be perfim ned, the work and services, or any portion
thereof, herein described out any mariner it sees fids including but not
limited to: award of other contracts, use of any contractor, or perform
the work with its own employees.
1.10. LOCAL PREFERENCE
The evaluation of competitive bids is subject to Section 2-8.5 of Bre
Miami -Bade County Cade, which, except when contrary to federal and
state law, or any other funding source requirements, provides the
preference be given to dual businesses. A local business shall be
defined as:
BID NO.: 6819-5/17
1, a business that has a valid occupational license, issued by
Miami-Dadc County at least one year prior to bid or
proposal submission, that is aopriale for the goods,
services or construction to be pucchn cscd;
2, a business that has physical business address located within
the limits of Miami -Davie Count), Jim which the vendor
operates or performs business. post Office Boxes are not
verifiable and shall not be used for the purpose of
establishing said physical address; and
3. a business that contributes to the economic development and
well-being of Miami-L7ade County in a verifiable and
measurable way. This may include but not be limited to the
retention and expansion of employment opportunities and
the support and increase in the Comity's tax base. To satisfy
this requirement, the vendor shall affirm in writing its
compliance with either of the following objective criteria as
of the bid or proposal submission date stated in the
solicitation:
(a) vendor has at least ten (10) permanent full trate
employes, or part time employees equivalent to 10
FTE (full-time equivalent employees working 40
hours per week) that live in Miami -,Dade County, or
at least 25% o£ its employees that live in Miami -
Dade County, or
(b) vendor contr buten to the Coany's tax base by
paying either real property taxes or tangible personal
property taxes to Miami-Dtuk County, or
(c) some other verifiable and measurable contribution to
the economic development and well -tieing of Miami -
Dade County.
When Stere is a responsive bid from a Miami -Dade local business within
I0°/a of the lowest price submiWA by a responsive non -local business,
the local business and Bte num—local low bidder shall have the
opportunity to submit a best and final bid equal to or lower than the
amount of the low bid previously submitted by the not -local business.
At this time, there is an interlocal agreement in cffcot between, Miami.
Dada and Broward Counties until. Saq temba 2907. Therefore, a vendor
which meets the requirements of (1), (2) and (3) above for Broward
County shall be cons dicred a local business pursuant to this Suction.
1.11. CONTINUATION OF WC>RK.
Any work that commences prior to and will extend beyond Bte
expiration date of the current contract period shall, unless terminated by
mutual wrirton agreement between the County and the successful
Bidder, continue until completion at the sante prices, tams and
conditions.
1.12. BID PROTEST
A. A recommendation for contract awanl or rejection of award may
be protested by a Bidder in accordance with the procedures
ccmtained in Sections 2-8.3 and 2-8.4 of the County Cade, as
amended, and as established in Administrative Order No3 21.
B. A written intent to protest: shall be filed with the Clerk of the
Board and mailed to all participants in the competitive process
and to the County Attorney within three (3) County work days of
the filing of the County Manager's rom mendat on. This three
day period begins on the County slid: day atter the filing of the
County Manager's teconatnendatim Stich written intent to
protest shall state Bre particular grounds on which it is based and
shall be accompanied by a filing 1`a as dcleiled in Para C below.
C. The written intent to prottzt shall be accompanied by a ruin
refundable fling fee, payable to the Clerk of the Board, in
accordance with the schedule provided below:
-
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION 1
GENERAL TERMS AND CONDITIONS
Award Amount
Filing Fee
S25,Otf0-$100,000
$500
5100,001-SS00,000
SLOW
$500,00145 million
$3,1100
Over $5 million
$5.000
The protester shall then file all pertinent documents and
supporting evidence with the Clerk of the Board and mail copies
to all participants in the competitive process and to the County
Attorney within three: (3) Courtly work days after the filing of a
written intent to protest.
For award recommendations greater than $250,000 the following
shall apply:
The County's recommendation to award or reject will be
immediately communicated (via mail, fax or cion) to all
participants in the competitive process and filed with the Clerk of
the Board.
For award recommendations ftom $23,000 to $250,000 the
following shall apply:
Each County work day, as appropriate, recommendations to
award or reject will be posted in the lobby of the Stephen P.
Clark Center, located at -I I1 N.W. I° Since; Participants may
also call the Awards Line at 305-375-4724, or 800-510.4724, or
the contact person as identified on the cover page of the Bid
Solicitation,
1.23. 111",S, REGULATIONS AND LICENSES
The successful Bidder shall comply with all laws and regulations
applicable to provide the goods mWor services specified in this Bid
Solicitation. The Biddarsihalf be familiar with all federal, state and local
laws that may in affect the goods xWor services offered.
1.14. PACKAGING
Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers snail be suitable for shipment and/or
storage and comply with Resolution No. 738-92.
1.13. SUBCONTRACTING
Unless otherwise specified in this Sid Solicitation, the successful Bidder
shall not subcontract any portion of the work without the prior written
consent of the County. The ability to subcontract taay be father limited
by the Special Conditions. Subcontracting without the prior consent of
the County may result in termination of the contract lot default When
Subcontracting is allowed the Bidder shall comply with County
Resolution No. 1634-93, Section 10-34 of the County Code and County
Ordinance No. 97-35.
1.16. ASSIGNMENT
The successful Bidder shall not assign, transfix hypothecate, or
otherwise dispose of this contract. including any rights, title or interest
diercin,. or its power to execute such contract to any person, company or
corporation without the prior written consent of the County.
1,17. DELIVERY
Unless otherwise specified in the Bid Solicitation, prices quoted shalt be
F.O.B. Destination. Freight shall be included in the proposal price.
1.18, RE.SPONSMILITY AS EMP1A)YF.R
The employees) of the susful Bidder shall be considered to be at all
times its employce(s), and not an cmployoc(s) or agent(s) of the County
at any of its departments. The successful Bidder shall provide
competent and physically employoc(s) capable of performing the Knrk
as required. "the County may require the successful Bidder to remove
any employee it do= unacceptable. All employees of the successfod
Biddershall msrprop" identifucatiom
IA9. INDEMNIFICATION
The successful Budder shall indcri ify and hold harmless the County
and its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorney's fees and costs of
BID NO.: 6819-5/17
defense, which the County or its offieers, empioyees, agents or
instrumentalities may incur as a result of claims, demands, suits, causes
ofacdons or proceedings of arty kind or nature arising out of, relating to
or resulting from the performance of the agreement by the successful
Bidder or its emptoyees, agents, savants, partners, principals at
cube on irctors. The successful Bidder shall pay all claims and losses in
connection therewith, and shalt investigate and defend all claims, suits
or actions of any kind or nmurc in the name of the County, where
applicable, including appellate ptoccedmgs, and shall pay all costs,
judgments. and aftomWs, fees which tray be incurred thercon The
successful Bidder expressly understands and agrees that any insurance
protectionni required by this Agreement or otherwise provided by the
successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the Comity or its offhccrrs,
employees, agents and instrumentalities as herein provided.
1.20. COLLUSION
Where two (2) or more related parties, as oefmd herein, each submit a
Hid for any contract, such Bids shall be presumed to be collusive. The
foregoing presumption may be rebutted by the presentation of evidence
as to the extent of ownership, control and management of such related
parties in preparation and submittal of such Bids. Related parties shall
mean Bidder or the principals thereof which live a dircet or indirect
ownership interest in another Bidder for the same contract or in which a
parent company or the principals thereof of on: (1) Bidder have a direes
or indirect ownership interest in another Bidder for the same contract
Furthermore, any prior understanding, agreement, or connection
between two or momcorporritions, firms, or perstms submitting a bid for
the same materials, supplies. services, or equipment shall also be
presumed to be collusive. Bids found to be collusive shall be rejected.
Bidders who have been found to have engaged in collusion may be
considered non-rrspunsible, and may be suspended or debarred, and any
Bono act resulting from collusive Bidding tray be terminated for default.
1.21. MODIFICATION OFCONTRACT
The contract may be modified by mutual consent, in writing thmugh the
issuance of a modification to the contract, purchase order, change order
or award sheet, as appropriate.
1.22. TERMINATION FOR CONVENIENCE
VENIENCE
The County, at its sole disactioxn, rerxrves the right to terminate this
contract without cause upon thirty (30) days written notice. Upon
receipt of such notice, the sucomful Bidder shall not incur any
additional casts under this contract. The County shall be liable only for
seasonable costs incurred by the successful Bidder prior to notice of
termination. The County shall be, the sole judge of "reasonable costs.,
2.23. TERMINATION FOR DEFAULT
The Coity reserves the right to terminate this contract, in part or in
whole, or place the vendor on probation in the event the successful
Bidder fails to perform in accordance with the terms and conditions
stated hercin_ The County further reserves the right to suspend or debar
the successful Bidder in accordant with the appropriate County
orditmnecs, resolutions end1w administrative orders. The vendor will
be notified by letter of the Cotmlys intent to terminate. in the event of
termination for default, the County may procurc the requited goods
arnWor services from any sort= and use tiny method deemed in its best
interest. All re -procurement cost shalt be bome by the sucecssful
Bidder,
1.24. FRAUD AND IMISREPRESENT ATION
Pursuant to Section 24.1.4 of the Miami-Dadc County Code, any
individual, corporation or other entity that attempts to meet its
mitnictual obligations with the County through fraud, misrepresentation
or material misstatement, may be debarred for up to five (5) years. The
County as a further sanction may terminate or cancel any othercontracts
with such individual, corporation or entity. Such individual or entity
shall be responsible fru all direct or indirect costs associated with
termination or cancellation, including attorney's fees.
- IV -
Revised 11/9/06
MIAMI -DARE COUNTY
SECTION 1
GENERAi TF SAND CONDITiONS
IIS ACCESS TO RECORDS
The County reserves the right to require the Contra, -tor to submit to an
audit by Audit and Managernent Services or otber auditor of the
County's choosing at the Contractor's expense. The Contractor shall
provide access to all of its records, which relate directly or indirectly to
this Agreement at its place of business during regular business hours.
The Contractor shall retain all recthrds pertaining to this Agreement and
upon request matte them available to the County for there years
following expiration or the Agreement. The Contractor agrees to
provide such assistance as may be necessary to facilitate the review Cyr
audit by the County to ensure compliance with applicable accounting
and financial standards,
1.26 OFFICE OF THE INSPECTOR GENERAL
Miami -Dade County has established the Office of the Inspector General,
which is authorized and empowered to review past, Present, and
proposed County and Public Health Trust programs, contracts,
transactions, accounts, records and programs. The Inspector General
(IG) has the power to subpoena witnesses, administer oaths. require the
production of records and monitor existing projaxs and programs. The
Inspector General may, on a random basis, perform audits on all County
contracts. The cost of randcan audits shall be vicotporsted into the
contract price of all contracts and shall be one quintet (1/4) of one (1)
percent of die contract price, except as otherwise provided in Section 2-
1076(c)(8) of the C,oamp Code.
1.27 PRE -AWARD INSPECTION
The County, may conduct a pax, award inspection of the bidder's site or
hold a pre -award qualification hearing to determine if the bidder is
tapable of performing the requirements of this bid solicitation.
L28 PROPRIETARY1COlNFIDEN71AL iNFORMA77ON
Bidders arc hereby notified that all informations submitted as pan of or
in support of bid submittals will be available for public inspection atter
opening of bids in compliancexrith Chapter 129 of the Florida Statutes;
popularly know as the "Public Record Lm" The bidder shall not
submit any information, in response to this bivhatioiq which the bidder
considers to be a trade secret, proprietary ar confidential. Tire
submission of any information to the County in connection with this
invitation shall be deemed conclusively to be a waiver of any trade
secret or other protection, which would otherwise be available to the
hidden In the event that the bidder submits information to the County in
violation of this restriction, either inadvertently or intentionally, and
clearly identifies that information in the bid as protected or confidential,
the Canty shall endeavor to redact and rearm that information to the
bidder as quickly as possible, mad if appropriate, evaluate the bdar= of
the ted. The redaction or return of information pursuant to this clause
may reader a bid non-responsive.
119. HEALTH INSURANCE PORTABILITY AND
ACCOUNTABILTTY ACT (HIPAA)
Any person or entity that performs or assists Miami -Dade County with a
function or activity involving the use or disclosure of "individually
identifiiable health information (IIHI) anular Protected health
information (PHI) shall comply with the health Insurance Portability
and Accountability Act (HIPAA) of 1996 and the Miami -bade County
Privacy Standards Administrative Order. HIPAA mandates for privacy,
security and electronic transfer standards, that include but aro not limited
to:
1. Use of information only for performing services required by
the cc== or as required by law;
2. Use of appropriate safeguards to prevent anon -permitted
disclosures;
3. Reporting to Miami -Dade County of any non -permitted use
or disclosure-,
4. Assurances that any agents and subcontractors agree to the
same restrictions and conditions that aptly to the
Bidder/Proposer and reasonable assurances Haat I1HI/PH1
will be held confidential;
BID NO.: 6819-5/17
5. Making Protected health InIbmahon (P1i1) available to the
customer;
6. Making, PHI available to the customer for review and
ahnendmean; and incorporating any amendments requested
' by the customer;
7. Making PHI available to Miami -Dade County for an
accounting of disclosures; and
8. Making intimal practices, books and records related to PHI
available to Miami -Dade County for compliance audits.
PHI shall maintain its protected status regardless ofthc form and method
of transmission (paper accords, and/or electronic transfer of data). The
Bidder) Proposer must give its customers written notice of its privacy
information practices including specifically, a description of the types of
uses end disclosures that would be matte with protected health
information.
130. CHARTER COUNTY TRANSIT SYSTEM SALES SVKTAT
When proceeds from the Charter County Transit System Sales Surtax
levied porsuaaht to Section 29.121 of the Code of Miami -Dade County
arc used to pay for all or some part of the cost of this contract, no award
of a Blanket Purchase Order (BPO) for Transit/Public Woks as pari of a
multi<lcparm ocnt contract, nor an award of a contract solely for the use
of Trimit/Public Wools shall be effective and thereby give rise to a
contractual relationship with the County for TransitlPublie Works
purchases unless and until both the following have occurred. 1) the
County Commission awards the contract, and such award becomes final
(either by expiration of 14 days after such award without veto by the
Mayor, or by Commission override of a veto); and, 2) either, f) the
Citizens' Independent Transportation Trust (CM) has approved
inclusion of TransiuPublic Works in this contract, or; ii) in response to
the C1TTs disapproval, tete County Commission reaffirms TransitiPublic
Work's inclusion in the contract by two-thirds (213) vote of the
Commission's membership and such reaffirmation becomes final.
1.31 LOBBAIST CON" `INGENCY FEES
A. In act with .5MUA 2-11 i(s) of the Code of Miami -Bade
County. after May, 16, 2003. no person may, in whole or in part, pay,
give or agree to pay or give a contingency fee to another person, No
person may, in whole or in part, receive or agree to receive a
conuagoocy fee.
B. A contingency fee is a fee, bonus, commission or tion -monetary
benefit as compensation which is dependant on or in any way contingent
upon the passage, defhmt, or modification of 1) any ordinance,
resolution, action or decision of tthc County Commission; 2) any action,
decision or recommendation of the Comity Manager or any Count)
board or committee. or 3) any actim decision or recommendation of
any County personnel during the time period of the entire decision-
making press regarding such action. decision or recommendation
which farsecably will be heed or reviewed by the County Commission
or a County board or committee.
I32 COMMISSION AUDITOR — ACCESSTO RECORDS
Pursuant to Ordinance No. 03-2, all vendors receiving an award of the
contract resulting from this solicitation will grant access to the
Commission Auditor to all linamcial and pedbrinance related records,
property, and equipment purchased in whole or in part with governmcnt
funds.
-V-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND
PARTS, AND REPAIR SERVICES
2.1 PURPOSE: TO PRE -QUALIFY BIDDERS
The purpose of this Invitation to Bid (ITB) is to pre -qualify potential bidders for future
bidding through the submission of documents and forms which verify to the County that
the bidder meets or exceeds minimum requirements. Bidders who meet or exceed the
requirements established in this ITB shall be placed on pre -qualification lists, on a per
group basis, that may be accessed by various County departments to obtain price
quotations for the purchase and repairs of pumps, drives, and motors (units and parts), as
needed, when needed.
2.2 SMALL BUSINESS CONTRACT MEASURES (BID PREFERENCE)
A Small Business Enterprise (SBE) bid preference applies to this solicitation.
A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent
on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified
by the Miami -Dade County Office of Small Business Affairs/DPM for the type of goods
and/or services the Enterprise provides in accordance with the applicable Commodity
Code(s) for this solicitation. For certification information, contact the Miami -Dade
County Office of Small Business Affairs/DPM at 305-375-3111 or access
www.miamidade.gov/dbd/home2.asp.
The SBE/Micro Business Enterprise must be certified by bid submission, at award and
for the duration of the contract to remain eligible for the preference.
2.3 PRE-BID CONFERENCE
Intentionally Omitted
2.4 TERM OF CONTRACT: FIVE (5) YEARS
This contract shall commence on the first calendar day of the month succeeding approval
of the contract by the Board of County Commissioners, or designee, unless otherwise
stipulated in the Notice of Award Letter which is distributed by the County's Department
of Procurement Management, Purchasing Division; and contingent upon the completion
and submittal of all required bid documents. The contract shall expire on the last day of
the five (5) year period.
2.5 OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEARS
Prior to, or upon completion, of that initial term, the County shall have the option to
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
renew this contract for an additional five (5) years, on a year to year basis. The vendor
shall maintain, for the entirety of the stated additional period, the same terms, and
conditions included within the originally awarded contract. Continuation of the contract
beyond the initial period, and any option subsequently exercised, is a County prerogative,
and not a right of the vendor. This prerogative may be exercised only when such
continuation is clearly in the best interest of the County.
Should the vendor decline the County's right to exercise the option period, the County
may consider the vendor in default which decision shall effect that vendor's eligibility for
future contracts. If multiple vendors are involved under a given contract, any options to
renew will be restricted to the specific items of work initially awarded to any specific
vendor.
2.6 METHOD OF AWARD: PRE -QUALIFIED BIDDERS, PER GROUP, WHO
WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES
Approved bidders will be placed on a "Pre -qualified Bidders List" on a "per group" basis,
which will be accessed by the various County departments, as needed, to obtain Spot
Market quotations.
Spot Market Quotations:
When a requirement is identified by a County department, pre -qualified bidders within
the affected group will be invited to offer a fixed price and a firm delivery time for the
specific items. It will be the County department's prerogative to contact all the pre-
qualified bidders in the affected group to request a quotation, use a rotating system to
request quotations from a number of pre -qualified bidders, limit the number of bidders
based on specific requirements for the acquisition of specialized repairs, or to request
quotations from the pre -qualified bidders for a specific brand/make within a group. The
pre -qualified bidder offering the lowest fixed price on the total amount of the order shall
be awarded the order, provided that the products or services proposed by the pre -qualified
bidder meet the order's specifications and requirements. The award of the order to one
bidder does not preclude the ability of the remaining pre -qualified bidders from
submitting offers for other orders as requested by County departments.
In the best interest of the County, for items either delivered by the vendor or picked -up
from the vendor by authorized County personnel, the availability of the material,
geographic location, and/or delivery time may be utilized as deciding factors for the basis
of an award to a bidder when it is determined by a County department that a project is
time sensitive or it is an emergency situation.
County departments may require specialized repairs for large motors, complex pump and
motor assemblies, equipment located in sensitive or secure areas, equipment under
warranty, or equipment representing a large investment of County funds. When a County
department determines that a specialized repair is required, the County department may
2
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
survey and evaluate the pre -qualified bidders in the affected group based on the
specialized repair requirements. The department's survey may include and evaluate the
following items: repair shop equipment (i.e. metalizing equipment, lathes, cranes,
presses, welding equipment, milling machines, bearing heaters, pullers, baking ovens,
dipping tanks, load bank for generator testing), balancing technique, testing equipment,
repair shop and repair personnel use of available technology, repair shop manufacturer
approved certification, repair personnel and repair shop specific experience and
certifications, repair shop positive past performance, and repair personnel security
clearance. The department's survey and evaluation will determine which otherwise pre-
qualified bidders will be included in the quotation process for the specialized repair.
Qualification Requirements:
In addition to other County and contract requirements, all bidders shall meet or exceed
the following qualification requirements to qualify for this contract:
Group 1: Purchase of New and Rebuilt Pumps, Drives. and Motors (Units and Parts)
2.6.1 Maintain an office staffed by competent company representatives
authorized to discuss matters pertaining to the contracted products, who
can provide manufacturing information, and who are cognizant of the
industry and industry standards.
A list of the firm's key personnel, including their roles and contact
information, shall be included with the bidder's submittal. The list shall
include the personnel's applicable experience and their qualifications.
This document shall demonstrate to the County's satisfaction that the
bidder's staff meets the requirement described in the paragraph above.
2.6.2 Shall be equipped with modern office equipment, especially a facsimile
(FAX) machine and an e-mail address. Both resources must be available
twenty-four (24) hours a day to provide immediate support and expedite
quotations.
2.6.3 Shall be regularly engaged in the business of providing pumps, drives,
and/or motors (units or parts).
Two (2) current references, consisting of existing customers, shall be
listed in the bidder's submittal. The references listed must be customers
that are currently receiving or have recently received from the bidder the
products and services described in this solicitation. The references must
include the customer's company name, and the name, title, address, and
telephone number of the contact person who can verify that the bidder has
successfully provided the products and services that the bidder is offering
under this solicitation. These references shall ascertain to the County's
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
satisfaction that the bidder has sufficient experience and expertise in the
sale of pumps, drives, and/or motors industry.
2.6.4 Must be a verifiable manufacturer approved, certified, or designated agent,
dealer, representative, or distributor of OEM products for the brands listed
in the bidder's submittal.
The bidder is required to submit with their bid proof of their firm's
designation as a manufacturer, agent, dealer, representative or distributor
of the OEM products listed in their bid. The proof may be in the form of:
2.6.4.1 Current letters from the manufacturer, on the manufacturer's
letterhead, designating the bidder as a manufacturer, agent, dealer,
representative or distributor of the OEM products listed in the
bidder's submittal. The letters shall be dated within six (6) months
of the bid submittal and it shall be signed by an authorized
manufacturer's representative.
2.6.4.2 A copy of the signed agreement between the manufacturer and the
bidder designating the bidder as an agent, dealer, representative or
distributor of the OEM products listed in the bidder's submittal.
2.6.4.3 Reference to the manufacturer's internet website, where the
manufacturer clearly lists the bidder as an agent, dealer,
representative or distributor of the OEM products listed in the
bidder's submittal.
To facilitate the quotation process, the pre -qualified bidders in Group A will be
categorized according to the brands/makes they represent.
Group 2: Pump Repair and Maintenance Services
2.6.5 Maintain a pump repair shop staffed by competent company
representatives. Staff must include a qualified service shop manager and
personnel qualified to provide technical support and who can provide and
discuss pump repair information, and who are cognizant of the industry
and industry standards.
A list of the firm's key service personnel including their roles and contact
information shall be included with the bidder's submittal. The list must
identify the service shop manager and include his/her qualifications.
2.6.6 The bidder must be regularly engaged in the business of providing pump
repair services, as described in this ITB.
4
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
Two (2) current references, consisting of existing customers, shall be
listed in the bidder's submittal. The references listed must be customers
that are currently receiving or have recently received pump repair services
from the bidder. The references must include the company's name, and
the name, title, address, and telephone number of the contact person who
can verify that the bidder has successfully provided the services that the
bidder is offering under this solicitation. These references shall ascertain
to the County's satisfaction that the bidder has sufficient experience and
expertise in the pump repair industry.
Group 3: Motor/Drive Repair and Maintenance Services
2.6.7 Maintain a motor/drive repair shop staffed by competent company
representatives. Staff must include a qualified service shop manager and
personnel qualified to provide technical support and who can provide and
discuss motor repair information, and who are cognizant of the industry
and industry standards.
A list of the firm's key service personnel including their roles and contact
information shall be included with the bidder's proposal. The list must
identify the service shop manager and include his/her qualifications.
2.6.8 The bidder must be regularly engaged in the business of providing
motor/drive repair services, as described in this ITB.
Two (2) current references, consisting of existing customers, shall be
listed in the bidder's submittal. The references listed must be customers
that are currently receiving or have recently received motor repair services
from the bidder. The references must include the company's name, and
the name, title, address, and telephone number of the contact person who
can verify that the bidder has successfully provided the services that the
bidder is offering under this solicitation. These references shall ascertain
to the County's satisfaction that the bidder has sufficient experience and
expertise in the motor/drive repair industry.
Bidders for Groups 1, 2 and 3 shall not have any un -resolved performance issues with
Miami -Dade County. The bidder's performance as a prime contractor or sub -contractor
in previous County contracts shall be taken into account when evaluating the bidder's
submittal for this solicitation. Miami -Dade County may survey County departments
during the bid evaluation period to ascertain that the bidder does not have any unresolved
unsatisfactory performance issues with the County. Miami -Dade County reserves the
right to reject the bidder's submittal based on its assessment of the bidder's performance.
All bidders are required to submit with their bid all the specified information, documents
and attachments as proof of compliance to the qualification requirements, however,
5
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
Miami -Dade County may, at its sole discretion, allow the bidder to complete or
supplement the qualification requirements information/documents during the bid
evaluation period. Failure to provide proof of compliance to the qualification
requirements, as specified by the County, shall result in the bidder's bid being declared
non-responsive. The County reserves the right to verify the information submitted by the
bidder and to obtain and evaluate additional information, as it deems necessary to
ascertain the bidders' conformance to the qualification requirements. The County shall
be sole judge of the bidder's conformance with the qualification requirements and its
decision shall be final.
It shall be the sole prerogative of the County as to the total amount of pre -qualified
bidders on this contract. During the term of this contract, the County reserves the right to
receive additional submittals, add pre -qualified bidders, and add or delete products, as it
deems necessary.
2.7 PRICES
All prices to be quoted by the pre -qualified bidders shall be in accordance with the "Spot
Market Quotations" provisions established in these Special Conditions Paragraph 2.6.
Order prices shall be quoted as requested by the County department and shall remain
fixed and firm until the delivery or pick-up and acceptance of the order is complete.
Orders requiring special handling, such .as air -freight or same day delivery, must be
authorized by a County representative. Any additional charges resulting from special
handling must be authorized by the County representative prior to order placing and must
be shown on the vendor's invoice as a separate item.
Pre -qualified bidders for Groups 2 and 3 shall be asked to submit an itemized written
fixed price to the County within a 24 hour period after being contacted by the user
department. The detailed quote must reflect all parts utilized for the repair with each item
priced individually, all the labor involved and the hourly rates. Lump sum estimates are
not acceptable. All quotations shall remain fixed and firm until all repairs are completed
and invoiced at the originally quoted prices. No changes or additions shall be allowed
without prior written consent from the user department.
2.8 EXAMINATION OF COUNTY FACILITY AND INSPECTION OF COUNTY
EQUIPMENT
Intentionally Omitted
2.9 "EQUAL" PRODUCT CAN BE CONSIDERED
Intentionally Omitted
0
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.10 LIQUIDATED DAMAGES
Some specific orders will be subject to liquidated damages. Although the actual cost
cannot be readily quantifiable, failure to complete certain repairs or deliver certain
products in accordance with the specifications and to the satisfaction of the County
within the time stated in the bidder's quotation, shall be subject to charges for liquidated
damages in the amount specified in the individual request for quote. As compensation
due to the County for loss of use and for additional costs incurred by the County due to
such non -completion of the work or delivery of product, the County shall have the right
to deduct the said liquidated damages from any amount due or that may become due to
the bidder under this agreement or to invoice the bidder for such damages if the costs
incurred exceed the amount due to the bidder.
2.11 INDEMNIFICATION AND INSURANCE - (1) GENERAL SERVICE AND
MAINTENANCE CONTRACT SHALL BE REQUIRED FROM ALL PRE-
QUALIFIED BIDDERS PERFORMING SERVICES IN COUNTY FACILITIES
Provider shall indemnify and hold harmless the County and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including
attorneys' fees and costs of defense, which the County or its officers, employees, agents
or instrumentalities may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind or nature arising out of, relating to or resulting from the
performance of this Agreement by the Provider or its employees, agents, servants,
partners principals or subcontractors. Provider shall pay all claims and losses in
connection therewith and shall investigate and defend all claims, suits or actions of any
kind or nature in the name of the County, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may issue
thereon. Provider expressly understands and agrees that any insurance protection required
by this Agreement or otherwise provided by Provider shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the County or its officers,
employees, agents and instrumentalities as herein provided.
The vendor shall furnish to the Vendor Assistance Section, Department of Procurement
Management, Administration Division, 111 NW 1 st Street, Suite 1300, Miami, Florida
33128, Certificate(s) of Insurance which indicate that insurance coverage -has been
obtained which meets the requirements as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount not less
than $300,000 combined single limit per occurrence for bodily injury and
property damage. Miami -Dade County must be shown as an additional
insured with respect to this coverage.
7
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than
$300,000 combined single limit per occurrence for bodily injury and
property damage.
All insurance policies required above shall be issued by companies authorized to do
business under the laws of the State of Florida, with the following qualifications:
The company must be rated no less than "B" as to management, and no
less than "Class V" as to financial strength, by the latest edition of Best's
Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey,
or its equivalent, subject to the approval of the County Risk Management
Division.
or
The company must hold a valid Florida Certificate of Authority as shown
in the latest "List of All Insurance Companies Authorized or Approved to
Do Business in Florida" issued by the State of Florida Department of
Insurance and are members of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance shall be made without
thirty (30) days in advance notice to the certificate holder.
NOTE:DADE COUNTY SOLICITATION NUMBER AND TITLE OF
SOLICITATION MUST APPEAR ON EACH CERTIFICATE.
CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY
111 NW 1St STREET
SUITE 2340
MIAMI, FL 33128
Compliance with the foregoing requirements shall not relieve the vendor of his liability
and obligation under this section or under any other section of this agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance documents
within fifteen (15) calendar days after Board of County Commission approval. If the
insurance certificate is received within the specified time frame but not in the manner
prescribed in this solicitation, the vendor shall be verbally notified of such deficiency and
shall have an additional five (5) calendar days to submit a corrected certificate to the
County. If the vendor fails to submit the required insurance documents in the manner
prescribed in this solicitation within twenty (20) calendar days after Board of
Commission approval, the vendor shall be in default of the contractual terms and
conditions and shall not be awarded the contract. Under such circumstances, the vendor
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
may be prohibited from submitting future submittals to the County in accordance with
Section 1.23 of the General Terms and Conditions.
The vendor shall be responsible for assuring that the insurance certificate required in
conjunction with this Section remain in force for the duration of the contractual period;
including any and all. option years that may be granted to the vendor in accordance with
Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the
contractual period, the vendor shall be responsible for submitting new or renewed
insurance certificates to the County at a minimum of thirty (30) calendar days in advance
of such expiration. In the event that expired certificates are not replaced with new or
renewed certificates which cover the contractual period, the County shall suspend the
contract until such time as the new or renewed certificates are received by the County in
the manner prescribed in the solicitation; provided, however, that this suspended period
does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30)
calendars days, the County may, at its sole discretion, terminate this contract for cause
and seek re -procurement damages from the vendor in accordance with Section 1.23 of
this solicitation.
2.12 BID GUARANTY
Intentionally Omitted
2.13 PERFORMANCE BOND
Some specific orders will require a performance bond. During the spot market quotation
process a user departments may request a Performance and Payment Bond in an amount
to be determined at the time of the order. The Performance and Payment Bond Form
supplied by the County shall be the only acceptable form. The completed form shall be
delivered to the County within 15 calendar days after award of the quote by the user
department. If the bidder fails to deliver the Payment and Performance Bond within this
specified time, including granted extensions, the County shall declare the bidder in
default of the contractual terms and conditions and the bidder shall surrender its Bid
Bond, and the County may terminate the Bidder's contract.
The following specifications shall apply to the bond required above:
A. All bonds shall be written through surety insurers authorized to do business in the
State of Florida as surety, with the following qualifications as to management and
financial strength, according to the latest edition of Best's Insurance Guide,
published by A.M. Best Company, Oldwick, New Jersey:
Bond Amount Best Rating
500,001 to 1,500,000 B V
1,500,001 to 2,500,000 A VI
9
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2,500,001 to 5,000,000 A VII
5,000,001 to 10,000,000 A VIII
Over 10,000,000 A IX
B. On contract amounts of $500,000 or less, the bond provisions of Section
287.0935, Florida Statutes (1985) shall be in effect and surety companies not
otherwise qualifying with this paragraph may optionally qualify by:
1. Providing evidence that the surety has twice the minimum surplus and capital
required by the Florida Insurance Code at the time the invitation to bid is
issued;
2. Certifying that the surety is otherwise in compliance with the Florida
Insurance Code; and
3. Providing a copy of the currently valid Certificate of Authority issued by the
United States Department of the Treasury under ss. 31 U.S.C. 9304-9308.
Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of
the Treasury entitled "Acceptable Sureties on Federal Bonds", published annually.
The bond amount shall not exceed the underwriting limitations as shown in this
circular.
C. For contracts in excess of 500,000 the provisions of Section B will be adhered to
plus the company must have been listed for at least three consecutive years, or
holding a valid Certificate of Authority of at least 1.5 million dollars and on the
Treasury List.
D. Surety Bonds guaranteed through U.S. Government Small Business
Administration or Contractors Training and Development Inc. will also be
acceptable.
E. In lieu of a Performance Bond, an irrevocable letter of credit or a cash bond in the
form of a certified cashier's check made out to the Board of County
Commissioners will be acceptable. All interest will accrue to Metro Dade County
during the life of this contract and as long as the funds are being held by Dade
County.
F. The attorney-in-fact or other officer who signs a contract bond for a surety
company must file with such bond a certified copy of power of attorney
authorizing the officer to do so. The contract bond must be counter signed by the
surety's resident Florida agent.
2.14 CERTIFICATIONS
Intentionally Omitted
10
ML4,MI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.15 METHOD OF PAYMENT PERIODIC INVOICES FOR COMPLETED
DELIVERIES AND/OR SERVICES RENDERED
For Group No. 1 the successful bidders shall submit an invoice to the County using
departments 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 and
accepted.
For Groups No. 2 and 3, the successful bidders shall itemize the services provided
showing the Manufacturer's brand name, model number, and serial number of the unit(s)
serviced, and an itemized listing of parts used, indicating unit prices and the time hours
and minutes required to service the equipment. The invoices shall be submitted to the
County using department within thirty (30) calendar days after delivery of the items
and/or the services have been rendered and a County representative has verified the
delivery and or acceptance of items.
Under no circumstances shall the invoices be submitted to the County in advance of the
delivery and acceptance of the items.
All invoices shall contain the following basic information:
2.15.1 Vendor Information:
The name of the business organization as specified on the contract
between Miami -Dade County and vendor
• Date of invoice
• Invoice number
• Vendor's Federal Identification Number on file with Miami -Dade County
2.15.2. County Information:
Miami -Dade County Release Purchase Order or Small Purchase Order
Number
Miami -Dade Water and Sewer Department (M-DWASD) requisition
number (if the invoice pertains to an order placed by the M -D ASD).
2.15.3 Pricing Information:
Unit price of the goods or services provided
• Extended total price of the goods or services provided
• Applicable discounts
11
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.15.4 Goods or Services Provided per Contract:
Description of the goods or services
Quantity delivered
2.15.5 Delivery Information:
Delivery terms set forth within the specific order
Location and date of delivery of goods or services
Failure to submit invoices in the prescribed manner shall delay payment.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All vendors shall quote prices based on F.O.B. Destination and shall hold title to the
goods until such time as they are delivered to, and accepted by, an authorized County
representative at various locations within Miami -Dade County.
2.17 DELIVERY REQUIREMENTS AND COMPLETION OF SERVICES
For Group No. 1 all parts purchased herein shall be delivered or ready for pick-up by
County Personnel within the calendar days stated in the request for quote.
Should the awarded bidder fail to deliver in the number of days stated in its quote, the
County may cancel the order and acquire the product through another source of supply
and charge the bidder with any re -procurement costs. If the bidder fails to honor these re -
procurement costs, the County may terminate its contract with the bidder.
For Groups No. 2 and 3, the completion date for repairs shall not exceed three (3)
calendar days after receipt of notice to proceed, unless mutually agreed upon between the
vendor and the user department and a written authorization by the user department is
provided.
Should the bidder to whom the repair work is awarded fail to complete the work within
the number of days stated in the quotation, the County reserves the right to cancel the
contract with the bidder and to secure the services through another source of supply to
complete the work. If the County exercises this authority the County may at its option
request payment from the bidder through invoice or credit memo, for any additional costs
over and beyond the original quoted prices, which were incurred by the County as result
of having to secure the services elsewhere. If the bidder fails to honor this invoice or
credit memo, the County may terminate the contract.
12
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.18 BACK ORDERS SHALL REQUIRE WRITTEN AUTHORIZATION
The County shall not accept any back orders of deliveries from the vendor, unless written
authorization is issued by the user department. Accordingly, the vendor is required to
deliver all items to the County within the time specified in this solicitation; and no grace
period shall be honored.
2.19 WARRANTY
A. Type of Warranty Coverage Required
In addition to all other warranties that may be supplied by the bidder, the bidder
shall warrant its products and/or service against faulty labor and/or defective
material for a minimum period of one (1) year after the date of acceptance. This
warranty requirement shall remain in force for the full warranty period; 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 ten (10) calendar days 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.
C. Replacement Parts
All parts utilized in conjunction with this bid shall be new unless authorized by
the user department and shall meet original equipment manufacturers
specifications, and shall restore the equipment so that it will perform to its
original design specifications.
13
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
D. Restoration of Equipment
All work shall be performed by trained and competent personnel in accordance
with the best commercial and industry practices and manufacturers standards.
Rebuilt equipment shall result in as like new product so that it will perform to the
Manufacturers original design specifications.
2.20 CONTACT PERSONS
For any additional information regarding the terms and conditions of this solicitation and
resultant contract contact Maggie Reynaldos at 305-375-1658 or at mtc@miamidade.gov.
2.21 COUNTY USER ACCESS PROGRAM (UAP)
User Access Fee
Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to
a user access fee under the County User Access Program (UAP) in the amount of two
percent (2%). All sales resulting from this contract, or any contract resulting from this
solicitation and the utilization of the County contract price and the terms and conditions
identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract
usage whether by County Departments or by any other governmental, quasi -
governmental or not-for-profit entity.
The vendor providing goods or services under this contract shall invoice the contract
price and shall accept as payment thereof the contract price less the 2% UAP as full and
complete payment for the goods and/or services specified on the invoice. The County
shall retain the 2% UAP for use by the County to help defray the cost of the procurement
program. Vendor participation in this invoice reduction portion of the UAP is mandatory.
Joint Purchase
Only those entities that have been approved by the County for participation in the
County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or
receive Miami -Dade County contract pricing and terms and conditions. The County will
provide to approved entities a UAP Participant Validation Number. The vendor must
obtain the participation number from the entity prior to filling any order placed pursuant
to this section. Vendor participation in this joint purchase portion of the UAP, however,
is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of
receipt of an order, of a decision to decline the order.
For all ordering entities located outside the geographical boundaries of Miami -Dade
County, the successful vendor shall be entitled to ship goods on an "FOB Destination,
Prepaid and Charged Back" basis. This allowance shall only be made when expressly
authorized by a representative of the ordering entity prior to shipping the goods.
14
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
Miami -Dade County shall have no liability to the vendor for the cost of any purchase
made by an ordering entity under the UAP and shall not be deemed to be a party thereto.
All orders shall be placed directly by the ordering entity with the vendor and shall be paid
by the ordering entity less the 2% UAP.
Vendor Compliance
If a vendor fails to comply with this section, that vendor may be considered in default by
Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract
solicitation and the resulting contract.
2.22 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL
FUNDING
Since the goods, services, and/or equipment that will be acquired under this solicitation
will be purchased, in part or in whole, with federal funding, it is hereby agreed and
understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 4 of the
United States Code, which addresses Affirmative Action requirements for handicapped
workers, is incorporated into this solicitation and resultant contract by reference.
2.23 COMPLIANCE WITH FEDERAL AND INDUSTRY STANDARDS
All items to be purchased under this solicitation shall be in accordance with all
governmental standards, to include, but not limited to those issued by the American
National Standards Institute (ANSI), the American Society for Testing and Materials
(ASTM), the American Water Works Association (AWWA), the Environmental
Protection Agency (EPA), the Instrument Society of America (ISA), the International
Standards Organization (ISO), the National Fire Protection Association (NFPA), the
National Institute of Safety Hazards (NIOSH), the National Sanitation Foundation (NSF),
and the Occupation Safety and Health Administration (OSHA).
It shall be the responsibility of all awarded vendors to be regularly informed to conform
to any changes in standards issued by any regulatory agencies that govern the
commodities or services applicable to this solicitation during the term of the contract.
2.24 DEMURRAGE CHARGES WILL NOT BE ALLOWED
The County shall not incur separate demurrage charges from the vendors who supply
containers on an interim basis to the County in conjunction with this bid. Any rental or
demurrage costs for such containers that are normally charged by the vendor must be
reflected in the unit prices offered by the vendor.
15
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.25 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 Vendor 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 Vendor at the Vendor's expense or (2) require the Vendor to
replace the materials at the Vendor's expense.
2.26 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING
DELIVERY
The successful bidders shall enclose a complete packing slip or delivery ticket with any
items to be delivered in conjunction with this solicitation. The packing slip shall be
attached to the shipping cartons which contain the items and shall be made available to
the County's authorized representative during delivery. The packing slip or delivery
ticket shall include, at minimum, the following information: the County department's
release purchase order number, the department's requisition/order number, the date of the
order, a complete listing of the items being delivered, and the back -order quantities with
their estimated delivery date (if applicable).
2.27 PATENTS AND ROYALTIES
The vendor, without exception, shall indemnify and save harmless the County and its
employees from liability of any nature or kind, including cost and expenses for or as a
result of any copyrighted, patented, or unpatented invention, process, or article
manufactured by the vendor. The vendor has no liability when such claim is solely and
exclusively due to the combination, operation or use of any article supplied hereunder
with equipment or data not supplied by vendor or is based solely and exclusively upon
the County's alteration of the article. The purchaser will provide prompt written
notification of a claim of copyright or patent infringement.
Further, if such a claim is made or is pending, the Vendor may, at its options and
expenses, procure for the purchaser the right to continue use of, replace or modify the
article to render it non -infringing. (If none of the alternatives are reasonably available,
the County agrees to return the article on request to the contractor and receive
reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the
vendor uses any design, device, or materials covered by letters, patent or copyright, it is
mutually agreed and understood without exception that the bid prices shall include all
royalties or cost arising from the use of such design, device, or materials in any way
involved in the work.
16
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 2
SPECIAL CONDITIONS
2.28 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER
The successful Bidder shall promptly correct all deficiencies and/or defects in work
and/or any work that fails to conform to the Contract Documents; whether or not
fabricated, installed or completed. All corrections shall be made within five (5) calendar
days after such rejected defects, deficiencies, and/or non -conformances are verbally
reported to the Bidder by the County's Project Administrator. The Bidder shall bear all
costs of correcting such rejected work. If the Bidder fails to correct the work within the
period specified, the County may, at its discretion, notify the Bidder, in writing, that the
Bidder is subject to contractual default provisions if the corrections are not completed to
the satisfaction of the County within five (5) calendar days of receipt of the notice. If the
Bidder fails to correct the work within the period specified in the notice, the County shall
place the Bidder on default, obtain the services of another vendor to correct the deficien-
cies, and charge the Bidder for these costs; either through a deduction from the final
payment owed to the Bidder or through invoicing.
2.29 MIAMI-DADE HOUSING (MDHA) EXEMPTION TO CERTAIN CLAUSES
The contract to be awarded under this solicitation will be accessed by the Miami -Dade
Housing Authority (MDHA). As a Federally -funded agency, certain clauses within this
solicitation do not apply to orders issued by that department.
Section 1 Paragraph 1.10 (Local Preferences), Section I Paragraph 1.26 (Office of the
Inspector General), Section 2 Paragraph 2.2 (Small Business Contract Measures), and
Section 2 Paragraph 2.21 (County User Access Program - UAP).
2.30 PURCHASE OF SIMILAR, ANCILLARY OR RELATED ITEMS OR SERVICES
BASED ON PRICE QUOTES
While the County has identified and grouped all items and services commonly required
by the County departments into comprehensive categories, there may be similar, ancillary
or related items or services that must be purchased by the County departments during the
term of this contract. Under these circumstances, the contract's pre -qualified bidders
may be invited to offer a fixed price and a firm delivery time for the specific order. It
will be the County department's prerogative to contact all the pre -qualified bidders in the
contract, or to contact a specific number of pre -qualified bidders to request the quotation.
The pre -qualified bidder offering the lowest fixed price on the total amount of the order
shall be awarded the order, provided that the products proposed by the pre -qualified
bidder meet the order's specifications and requirements. The County reserves the right to
award these similar, ancillary, or related items or services to a pre -qualified bidder based
on the lowest price quote or to bid the items through a separate solicitation.
17
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 3
TECHNICAL SPF, IFI ATION
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND
PARTS, AND REPAIR SERVICES
3.1 SCOPE
It is the intent of this solicitation to make available to the County many qualified
suppliers of units, parts and services for pumps, drives, motors, and combination
assemblies.
These Specifications cover the acquisition of new or rebuilt pumps, drives and motors,
the purchase of repair or replacement parts for the various makes and models of pumps
and motors and drives utilized within Miami -Dade County, and repair services, in the
field or in the vendor's shop, as required by the County departments.
It is estimated that the Miami -Dade Water and Sewer Department (M-DWASD) will be
the major user of the commodities and services that may become available through the
contract resulting from this solicitation. MDWASD operates and maintains thousands of
motors and pumps that are specifically designed to the water and sewer pumping and
treatment industry. The pumps are centrifugal and positive displacement, and have
different configurations according to their application. The motors are mostly induction
type but some are synchronous and others are wound -rotor. As with the pumps, the
motors are used according to their application. Pumps and motors require associated
and/or auxiliary equipment, which is needed to fulfill a particular function. Some
examples of this equipment are speed controls (mechanical and electrical), actuators,
valves, etc. The equipment is typically industrial type and specialized, and it requires
specialized maintenance and repairs services such as: periodic analysis of oil and
lubricants, monitoring of vibration and frequency noises, alignment, adjustments and
replacement of mechanical and electrical components, complete overhauls and, in the
case of motors, rewinding. These types of specialized maintenance and repair services
require the use of highly -skilled personnel, special hand and shop tools, equipment, and
diagnostic instruments to fulfill strict manufacturer's requirements and/or meet warranty
conditions.
Pumps are widely used by other County departments to transfer fluids for processing
applications, provide fluid circulation in cooling systems or provide the motive force in
hydraulic systems. The pump types that may be required or serviced through this
solicitation may include: Kinetic Pumps, Vertical Pumps, Rotary Pumps, Sealless
Centrifugal Pumps, Reciprocating Power Pumps, and Direct Acting (Steam) Pumps.
Motors are widely used as part of pump assemblies or to power other equipment
throughout the County. The basic types that may be required or serviced though this
solicitation may include: AC Motors, DC Motors, Brushless DC Motors, Servo Motors,
Brushed DC Servo Motors, Brushless AC Servo Motors, Stepper Motors, and Linear
Motors.
18
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 3
TECHNICAL. SPECIFICATIONS
3.2 PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS
AND PARTS
All new parts supplied must be of Original Equipment Manufacture as recognized by the
product's manufacturer.
All reconditioned parts must be identified as such and have approval by the manufacturer.
All parts used in reconditioning process must be of O.E.M origin as recognized by the
manufacturer.
3.3 REPAIR, MAINTENANCE, AND OVERHAUL SERVICES FOR PUMPS,
DRIVES, AND MOTORS
A significant amount of the repair/maintenance work will consist of the complete
overhaul of pumps, drives and motors, or combination assemblies. However, additional
repair work may be required above and beyond the scope of an overhaul, or units may
require specific repairs or inspections/diagnostics only, as specified by the user
department.
3.3.1 Typical Guidelines for a Pump Overhaul
3.3.1.1 Completely disassemble pump, thoroughly clean and inspect for any
irregularities.
3.3.1.2 Accurately measure the bearing housing bores and shaft bearing
locations for proper bearing fit tolerances as per the manufacturer's
specifications.
3.3.1.3 Accurately measure the shaft at the inboard and outboard bearing
locations and the shaft sleeve for compliance with O.E.M. shaft run-
out specifications. Inspect shaft sleeve. Repair or replace as
necessary. Repairs will be performed by welding or metal flame
spraying process. All new sleeves must be O.E.M. part or approved
equal. Shaft sleeve to be ceramic coated. Coating to be a minimum of
.012 inches to a maximum of .016 inches. Coating should be Metco
130 aluminum oxide based powered, or approved equal. Minimum of
62 rock -well C. Hardness. Finished to a smooth and impervious
surface. Cracks or pitting will not be allowed.
3.3.1.4 Replace all parts worn or damaged beyond O.E.M. specifications.
3.3.1.5 Furnish and install new grease seals, bearings and snap rings with the
size and type specified by the O.E.M.
19
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 3
TECHNICAL SPECIFICATIONS
3.3.1.6 Lubricate bearings, fill bearing cavity 1/3 full of grease with
Lubriplate #1200-2 grease (or an equal product approved by the user
department).
3.3.1.7 Furnish and install new O.E.M. gaskets.
3.3.1.8 Accurately measure shaft end -play for compliance with O.E.M.
specifications.
3.3.1.9 For pumps with packing, provide a ceramic coating on the shaft sleeve
and pack the stuffing box with the correct size packing material as
follows: Install one ring of Teflon lubricated Kevlar packing first, then
fill the stuffing box with Therobtaid Graphite Foil packing. Do not
use a lantern ring. Replace the packing gland nuts, studs or bolts with
those made of stainless steel.
3.3.1.10 For pumps with mechanical seal, install a new mechanical seal of the
size and type specified by the O.E.M. and test for leakage. The use of
resurfaced seal surfaces will be left up to the discretion of the
department.
3.3.1.11 All bolts, nuts, and washers to be grade 5 stainless steel. All bolts to
be installed with lock washers.
3.3.1.12. All fasteners shall be torqued to O.E.M. specifications.
3.3.1.13 Sandblast and paint pump exterior, excluding shaft, with rust resistant
primer paint.
3.3.1.14 Check housing and shaft diameter for wear, machine if needed to
restore O.E.M. factory fits.
3.3.1.15 Dynamically balance shaft and impeller.
3.3.1.16 Furnish a complete and fully detailed computerized vibration report.
The vendor shall also complete other repair and maintenance reports
and checklists, as required by the user department.
3.3.2 Typical Guidelines for a Motor and Drive Repair/Overhaul
3.3.2.1 Machine Work: All shafts shall be checked for undue tear and wear,
scoring and straightness. Bearings and seal journals shall be
concentric with shaft diameter. Shafts runout for diameters up to 1
5/8" shall not exceed 0.001". Shafts runout for diameters exceeding 1
5/8" shall not be greater than 0.015". Bearings and seals shall be new
20
MIAMI-DADE COUNTY
SECTION 3
TECHNICAL. SPECIFICATIONS
BID NO.: 6819-5/17
and meet or exceed manufacturer's recommendations. Sealed bearings
shall be used when possible. Motor/drive shall be statically and
dynamically balanced using suitable test stand. Vibration readings
shall be taken electronically, measured, and outlined during test, and
again when driver and driven load are coupled in place. Vibration
study shall be performed and baseline determined for further condition
monitoring. Vibration levels shall be within standard rotating
machinery tolerances dictated by original equipment manufacturer
and/or the International Research and Development Corporation's
General Vibration Severity Chart.
3.3.2.2 Electrical and Windings: NEMA Class "F" insulation shall be the
minimum standard used in any motor/drive. Winding coils shall be
laced and shaped in such a manner conductive to maintain clearances
(all clearances such as end shields, rotors, through bolts, etc.). Coils
shall be capable of enduring starting and running currents with
minimum distortion. Coil support (surge) rings that are used on large
motors shall be suitable insulated, accurately fitted, and laced to ensure
support of the windings. Windings for Variable Frequency Drive
motors shall be "Inverter Duty". Connections shall be properly
soldered, brazed, or welded with materials that will be mechanically
strong enough to withstand operational stresses. Thermal protection
devices shall be inspected and tested. Protection devices shall be
replaced when necessary with devices meeting or exceeding original
specifications. Application of layered insulation shall be uniformed
and tight to eliminate stress points and air gaps. Form wound coils
shall be vacuum -pressured -impregnated (VPI). All winding coils,
when completed, shall be tested by meanings of surge comparison.
Stators shall be properly stripped and cleaned. Stators used in
rewinding work shall, at minimum, dipped twice in a polyester -based,
thermal sitting or similar insulating varnish. Stators shall be tested at
25% rated voltage and the current drawn recorded as part of overall
motor/drive test information. Motor/drive repaired shall be tested in
shop by meanings of insulation readings, voltage, amperes,
temperature, vibration, phase imbalance, surge comparison, and other
standard tests.
3.3.2.3 The motor/drive shall be repainted.
3.3.2.4 Furnish a complete and fully detailed report to the County
documenting all tests performed. The vendor shall also complete other
repair and maintenance reports and checklists, as required by the user
department.
21
MIAMI-DADE COUNTY
3.4
SECTION 3
TECHNICAL SPECIFICATIONS
As requested by the County department,
manufacturer's original packaging for any
return to the County any old part replaced.
MANUFACTURERS
BID NO.: 6819-5/17
the vendor will supply to the County the
new part used in the service job, and will
The following is a representative listing of the pump, motors, and drives
manufacturers'/brand names presently in use throughout the County:
Manufacturers'/Brand
Manufacturers'/Brand
Man ufacturers'Brand
Names
Names
Names
ABB DRIVES
FLOW/NET-FLOWTRONEX
MONOFLO PROGRESSING
PSI
CAVITY PUMPS
FLOWSERVE (INGERSOLL
ABB MOTORS
DRESSER)
MORRIS PUMP
FLOWSERVE SERIES 1 MSX
ABBA
LINE
MOYNO
A -C
FLUID TECH DIADISK PUMP
MP PUMPS
ACCUPUMP
FLYGT
MUD -SUCKER
ADVANCED ENGINEERED
GE INDUSTRIAL SYSTEMS
MWI
PUMP
AMTROL
GE MOTORS & DRIVES
MYERS
AMERICAN MARSH PUMPS
GIANT
NETZSCH
GORMAN-RUPP
A.O. SMITH
INDUSTRIAL
NORD GEAR
A.R. WILFLEY
GORMAN-RUPP
OBERDORFER
(MUNICIPAL)
AURORA (MUNICIPAL)
GOULDS GOYNE
PACER
GOULDS PUMP
PACIFIC (FLOWSERVE
BALDOR
(MUNICIPAL)
BRAND)
GOULDSPUMP
BARNES
(WASTEWATER)
PATTERSON
BERKELEY / STA -RITE
GOULDS PUMP
PROTEK
(WHOLESALE)
BODINE ELECTRIC
GRUNDFOS
PUMPEX
BOERGER ROTARY LOBE
HAYWARD GORDON
RELIANCE
PUMPS
BROTHER INT. /
HYDROMATIC PUMP
GEARMOTOR DIV.
(MUNICIPAL & IND
ROOTS (DRESSER ROOTS)
BURKS
HYDROMATIC PUMP
RUH R PUMPEN FKA BYRON
(WHOLESALE)
JACKSON TULSA OPER.
BYRON JACKSON
HYDRO
SEEPEX
(FLOWSERVE BRAND)
CARTER PUMP
IDEAL ELECT. MOTORS
SHIMPO
CAT
INDIANA GENERAL
SMITH & LOVELESS
CENTURY ELECTRIC
INELTECH MOTORS
STERLING PEERLESS
INGERSOLL DRESSER(NOW
CHEMFLO
TATUNG
FLOWSERVE)
CHICAGO PUMP
INGERSOLL-RAND
TECO WESTINGHOUSE
(FLOWSERVE BRAND)
CORNELL
IPRO
TEEL
22
MIAMI-DADE COUNTY
SECTION 3
TECHNICAL SPECIFICATIONS
BID NO.: 6819-5/17
Manufacturers'/Brand
Manufacturers'/Brand
Manufacturers'/Brand
Names
Names
Names
CRANE DEMING
ITT
TOSHIBA MOTORS
CRANE DEMING AOD
J -LINE TURBINE
THRUSH
SUBMERSIBLE PUMPS
CRANE DEMING MUNICIPAL
J -LINE VERTICAL TURBINE
TRASH -FLOW
PUMPS
PUMPS
-JESCO AMERICA FKA
CROWN
BIC
UNIVERSAL ELECTRIC
CUTLER HAMMER
JACUZZI
US ELECTRICAL MOTORS
DAYTON
KSB (MUNICIPAL)
VANTON
LAYNE & BOWLERNERTI-
DAVIS EMU
LINE (MUNICIPAL)
VULCAN ENGINEERING LTD
DURCO (FLOWSERVE
LEESON
WASTECORP (MARLOW)
BRAND)
EBARA SUBMERSIBLE
LIBERTY
WEG
PUMPS
ELECTRA-GEAR
LINCOLN
WEINMAN
EMERSON COMM. IND.
LITTLE GIANT
WEINMAN INDUSTRIAL
MOTORS
EMERSON POWER
LOBEE
WEMCO
TRANSMISSION
FAIRBANKS MORSE
LOUIS-ALLIS
WESTERN ELECTRIC
FGM VERTICAL PUMP
MAGNETEK
WESTINGHOUSE
HOLLOW SHAFT
FINISH-THOMPSON
MARATHON ELECTRIC
WORLD WIDE ELECTRIC
FINISH THOMPSON (FTI)
MARLOW ITT, GOULDS ITT
WORTHINGTON
ULTRACHEM
(FLOWSERVE BRAND)
MEGATOR (SLIDING SHOE
FLINT & WALLING
PUMP & SALAROLL PUMP
YEOMANS
SYSTEM
FLOMAX
MONARCH
ZOELLER
23
BID NO.: 6819-5/17
Submit Bid To: OPENING: 2:00 P.M.
CLERK OF THE BOARD WEDNESDAY
Stephen P. Clark Center August 29, 2007
111 NW 1" Street
17th Floor, Suite 202 MIAMa�r INVITATION TO BID
Miami, Florida 33128-1983 $: SECTION 4
BID SUBMITTAL FORM
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
MIAMI-DADE COUNTY, FLORIDA
NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all
taxes. Tax Exemption Certificate furnished upon request.
Issued by: DPM Date Issued: This Bid Submittal Form Consists
MRR Purchasing Division 8/2/07 of Pages 24 through 33
Sealed bids are subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal.
Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in
the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above
stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the
accompanying Bid Submittal Requirement.
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND
PARTS, AND REPAIR SERVICES
Bid Deposit: Not Applicable to This Solicitation
Performance Bond: Not Applicable to This Solicitation
DO NOT WRITE IN THIS SPACE
ACCEPTED HIGHER THAN LOW
FIRM NAME:
NON-RESPONSIVE UNRESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 285-68 &936-62
SR. PROCUREMENT AGENT: Maggie Reynaldos
RETURN ONE ORIGINAL AND TWO COPIES OF THE BID SUBMITTAL PAGES, THE EXECUTED
AFFIDAVITS AND THE REQUESTED ATTACHMENTS
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 33
OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL
PREFERENCE
FAILURE TO SIGN PAGE 33 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID
NON-RESPONSIVE
24
MIAMI -DARE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
CHECKLISTS FOR REQUIRED ATTACHMENTS:
Refer to the details in Paragraph 2.6.
25
GROUP 1
Purchase of New and Rebuilt Pumps, Drives, and Motors
(Units and Parts)
Reference:
Summarized Requirement:
Initial As
Completed:
Provide complete office address:
Paragraph
2.6.1
Paragraph
Attach a list of the firm's key personnel, including their roles
2.6.1
and contact information. The list shall include the personnel's
applicable experience and their qualifications
Enter your firm's facsimile (FAX) machine number, including
area code:
Paragraph
Fax No.
2.6.2
Enter your firm's e-mail address:
E-mail
25
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
GROUP I
Purchase of New and Rebuilt Pumps, Drives, and Motors (Units and Parts)
Reference:
Summarized Requirement:
Initial As
Completed:
Paragraph
Below, list two references consisting of existing customers. The references listed must be customers that are currently
2.6.3
receiving or have recently received from your firm the products described in this solicitation. The references must include
the company's name, and the naive, title, address, and telephone number of the contact person who can verify that your
firm has successfully provided the products and services that your firm is offering under this solicitation.
Company's
Contact
Contact
Customers Address
Customer's
Telephone
Customer's E-mail
Name
Person's Name
Person's Title
Number
Address
1
2
26
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
GROUP
Purchase of New and Rebuilt Pumps, Drives, and Motors (Units and Parts)
Reference: Paragraph 2.6.4
List the manufacturer brand names/makes of pump, drives and/or motors that shall be available
from your firm. Attach proof of your firm's designation as a manufacturer, agent, dealer,
representative or distributor of the OEM products (manufacturer brand names/makes) listed.
BRAND NAMES/MAKES BRAND NAMES/MAKES
i
27
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FMM NAME:
28
Group 2: Pump Repair and Maintenance Services
Reference:
Summarized Requirement:
Initial As
Completed:
Paragraph
2.6.5
Provide complete repair shop address and telephone number:
Paragraph
2.6.5
Attach a list of the firm's key service personnel including their
roles and contact information. The list must identify the
service shop manager and include his/her qualifications
28
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
GROUP2
Pump Repair and Maintenance Services
Initial
Reference:
Summarized Requirement:
As
Comple
ted:
Paragraph
List two (2) current references, consisting of existing customers. The references listed must be customers that are
2.6.6
currently receiving or have recently received the pump repair services described in this solicitation. The references must
include the company's name, and the name, title, address, and telephone number of the contact person who can verify that
your firm has successfully provided the services that your firm is offering under this solicitation.
Customer'sCustomer's
Company's
Contact
Contact
Customers Address
Telephone
E-mail
Name
Person's Name
Person's Title
Number
Address
1
2
29
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
WE
Group 3: Motor/Drive Repair and Maintenance Services
Reference:
Summarized Requirement:
Initial As
Completed:
Paragraph
2.6.7
Provide complete repair shop address and telephone number:
Paragraph
2.6.7
Attach a list of the firm's key service personnel including their
roles and contact information. The list must identify the
service shop manager and include his/her qualifications
WE
MIAMI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS,
AND REPAIR SERVICES
FIRM NAME:
GROUP 3
Motor/Drives Repair and Maintenance Services
Initial
Reference:
Summarized Requirement: As
Comple
ted:
Paragraph
List two (2) current references, consisting of existing customers. The references listed must be customers that are
2.6.8
currently receiving or have recently received the motor/drive repair services described in this solicitation. The references
must include the company's name, and the name, title, address, and telephone number of the contact person who can
verify that your firm has successfully provided the services that your firm is offering under this solicitation.
Company's
Contact
Contact
Customer'sCustomer's
E-mail
Customers Address
Telephone
Name
Person's Name
Person's Title
Number
Address
1
2
31
ML4,MI-DADE COUNTY BID NO.: 6819-5/17
SECTION 4
BID SUBMITTAL FOR:
PUMPS, DRIVES, AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND
PARTS, AND REPAIR AND MAINTENANCE SERVICES
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN
CONNECTION WITH THIS BID
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE:
TITLE OF OFFICER:
32
DATE:
MIAMI-DADE COUNTY BID NO.: 6819-5/17
BID SUBMITTAL FORM
Bid Title: PUMPS DRIVES AND MOTORS: PURCHASE OF NEW AND REBUILT UNITS AND PARTS AND REPAIR AND
MAINTENANCE SERVICES
By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all
Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate
family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid
response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and
any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a
statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the
nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of
the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County
Commissioners, must be submitted with the response to the solicitation.
In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the
aDpropriate form with the Clerk of the Board stating that a particular lobbvist is authorized to represent the Bidder. Failure to file the appropriate
form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor.
The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the
same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges
that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being
considered for award.
Pursuant to Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been
convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.
❑ Place a check mark here to affirm compliance with this disclosure requirement.
COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program
For the County's information, the bidder is requested to indicate, at `A' and `B' below, its general interest in participating in the Joint Purchase Program of the
County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor
participation in the Joint Purchase portion of the UAP is voluntary and the bidder's expression of general interest at `A' and `B' below is for the County's
information only and shall not be binding on the bidder.
A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental,
quasi -governmental or not-for-profit entities located within the geographical boundaries of Miami -Dade County?
Yes No
and
B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other
governmental, quasi -governmental or not-for-profit entities located outside the geographical boundaries of Miami -Dade County?
Yes No
LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking
one of the following blocks, that it is ❑, or is not ❑, a local business. For the purpose of this certification, a"local
business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two
counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic
development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment
opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box
above) shall render the vendor ineligible for Local Preference.
Firm Name:
Street Address:
Mailing Address (if different):
Telephone No.
Email Address:
Prompt Payment Terms: % days net days
(Please see paragraph 1.2 H of General Terms and Conditions)
Signature:
Print Name:
Fax No.
FEIN No.
(Signature of authorized agent)
* `By signing this document the bidder agrees to all Terms
and Conditions of this Solicitation and the resulting Contract"
Title:
Failure to sign this nage shall render vour Bid non-responsive.
33