Loading...
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