HomeMy WebLinkAboutinvitation to bidMiami -Dade County Bid No.: 7247-0/07-CW
BID NO.: 7247-0/07-CW
OPENING: 2:00 P.M.
WEDNESDAY
December 18, 2002
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
WELDING REPAIR FOR HEAVY EQUIPMENT, MACHINE SHOP, AND METAL
FABRICATION SERVICES FOR A FIVE (5) YEAR PERIOD.
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
AFFIDAVITS• SEE APPENDIX - SECTION I
BID DEPOSIT AND PERFORMANCE BOND: N/A
CATALOGUE AND LISTS• N/A
CERTIFICATE OF COMPETENCY: N/A
EQUIPMENT LIST: SEE SECTION 3.0, PARA.3.2
INDEMNIFICATION/INSURANCE: SEE SECTION 2.0, PARA. 2.11(A & B)
LIVING WAGE N/A
PRE -BID CONFERENCE/WALK-THRU. SEE SECTION 2.0, PARA. 2.3
RACE -CONSCIOUSNESS MEASURE: SEE SECTION 2.0, PARA. 2.2
SAMPLES/INFORMATION SHEETS: N/A
SECTION 3 - MDHA• SEE APPENDIX "B"
SITE VISIT/AFFIDAVIT: N/A
SURCHARGE FEE: SEE SECTION 2.0, PARA. 2.21
WRITTEN WARRANTY: N/A
FOR INFORMATION CONTACT:
RODOLFO GONZALEZ, CPPB AT 305-375-4947
IMPORTANT NOTICE TO BIDDERS
THIS BID CONTAINS SECTION 3 BUSINESS CONCERN CONTRACTING PREFERENCES FOR MIAMI-DADE
HOUSING AGENCY (MDHA) ONLY. FAILURE TO SUBMIT THE SECTION 3 REQUIRED DOCUMENT,
REFERENCED IN APPENDIX "B", SECTION C., WITH THE BID, MAY RENDER BID AS NON -RESPONSIVE
FOR MDHA.
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
FAILURE TO SIGN PAGE 34 OF SECTION 4.0, BID PROPOSAL FORM
WILL RENDER YOUR BID NON -RESPONSIVE
Miami -Dade County
Bid No.: 7247-0/07-CW
MIAMI-DADE COUNTY, FLORIDA
INVITATION TO BID
Bid Number: 7247-0/07-CW
Title: Welding Repairs for Heavy Equipment. Machine Shop & Metal Fabrication Services
Procurement Agent: Rodolfo Gonzalez, CPPB
Bids will be accepted until 2:00p.m. on December 18, 2002
At the:
CLERK OF THE BOARD
Stephen P. Clark Center
111 N.W. 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 bearing 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 proposal, 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. 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 PROPOSAL
FORM WILL RENDER YOUR BID NON -RESPONSIVE.
Miami -Dade County
Bid No.: 7247-0/07-CW
SECTION 1
GENERAL TERMS AND CONDITION
1.1. DEFINITIONS
Bid — shall refer to any offer(s) submitted in response to this
solicitation.
Bidder — shall refer to anyone submitting a Bid in response to this
solicitation.
Bid Solicitation — shall mean this solicitation documentation,
including any and all addenda,
Bid Proposal Form — defines the requirement of items to be
purchased, and must be completed and submitted with Bid. The
Bidder should indicate its name in the appropriate space on each
page.
County — shall refer to Miami -Dade County, Florida
DPM — shall refer to Miami -Dade County's Department of
Procurement Management, Bids and Contracts Division.
Enrolled Vendor — EFFECTIVE JULY 1, 2002, shall refer to a
firm that has completed the necessary documentation in order to
receive Bid notifications from the County, but has not yet
registered.
Registered Vendor — shall refer to a firm that has completed the
Miami -Dade County Business Entity Registration Application and
has satisfied all requirements to enter in to business agreements
with the County.
For additional information about on-line vendor enrollment or
vendor registration contact the Vendor Information Center at
111 N.W. 1" Street, Suite 112, Miami, FL 33128, Phone 305-
375-5773. EFFECTIVE JULY 1, 2002, vendors will be able to
enroll and register online by visiting our web site at
http:/lwww,co. miami-dade.fl.0 s/dprtl.
1.2. INSTRUCTIONS TO BIDDERS
A. Bidder Qualification
It is the policy of the County to encourage full and open
competition among all available qualified vendors. All vendors
regularly engaged in the type of work specified in the Bid
Solicitation are encouraged to submit Bids, Vendors may enroll
with the County to be included on a mailing list fbti.selected
categories of goods and services. To be eligible for award of a
contract (including small purchase orders), Bidders must complete
a "Miami -Dade County Business Entity Registration Application".
Only Registered Vendors can be awarded County contracts.
Vendors are encouraged to register with the County anytime by
contacting the Vendor Information Center at 305-375-5287. The
County endeavors to obtain the participation of all qualified
minority and disadvantaged business enterprises. For information
and to apply for certification, contact the Department of Business
Development, at 175 N.W. 1' Avenue, 28`'' Floor, Miami, FL
33123-1844, or telephone at 305-349-5960. County employees
wishing to do business with the County are referred to Section 2-
11.1(d) of the Miami -Dade County Code.
B. Vendor Registration
To be recommended for award the County require that vendors
complete a Miami -Dade County Business Entity Registration
Application with all required disclosure affidavits. The Miami -
Dade County Business Entity Registration Application must be
returned to the Department of Procurement Management (DAM),
Bids and Contracts Division within Fourteen (14) days of
notification of the intent to recommend for award. In the event the
Miami -Dade County Business Entity Registration Application is
not properly completed and returned within the specified time, the
County may 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
DPM's website at http:/lwww,co.miami-dgdg,fLus/dpttl or from the
Vendor Information Center, located in the lobby of the Stephen P.
Clarke Center at 111 N.W. 1" Street, Miami, FL. In becoming a
1
Registered Vendor with Miami -Dade County, the vendor confirms
its knowledge of and commitment to comply with the following:
1. Disclosure of Employment — pursuant to Section 2-8.1(d) of
the County Code.
2. Disclosure of Ownership Affidavit — pursuant to Section 2-
8, l (d) of the County Code.
3. Drug -Free Affidavit -- pursuant to Section 2-8.1.2(b) of the
County Code.
4. W-9 and 8109 Forms — The vendor must furnish these forms
as required by the internal Revenue Service.
5. Social Security Number — The 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 (F.E.I.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 R182-00 and the A.D.A.
7. Collection of Fees, Taxes and Parking Tickets Affidavit —
pursuant to Section 2-8.1 (c) of the County Code.
8. Conflict of Interest and Code of Ethics — pursuant to Sections
2-8.1(i) and 2-11.1(b) (1) through (6) and (9) of the County
Code and County Ordinance No. 00-1 amending Section 2-
1 I.1(c) of the County Code.
9. Code of Business Ethics — pursuant to Section 2-8,1(i) of the
County Code.
10. Debarment Disclosure Affidavit — pursuant to County Code
10-38.
11. Office of the Inspector General Pursuant to Section 2-1076 of
the County 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, 2-8.2.3 and 2-8.2.4 of the County Code and Title 49 of
the Code of Federal Regulations.
13. Individuals and Entities Doing Business with the County not
current in their obligations to the County — pursuant to
Sections 2-8.1 (h) and 2-11. l (b)(8) of the County Code.
Nondiscrimination pursuant to Section 2-8.1.5 of the County
Code.
14 Nondiscrimination pursuant to Section 2-8.1.5 of the County
Code.
15 Family Leave - Pursuant to Section 11A-30 of the County
Code.
16 Living Wage — Pursuant to Section 2-8.9 of the County Code.
17 Domestic Leave — Pursuant to Section 11 A-60 of the County
Code.
18 Antitrust Laws — By acceptance of any contract, the vendor
agrees to comply with all antitrust laws of the United States
and the State of Florida.
C. PUBLIC ENTITY 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(2)(a) 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 entity for
the construction or repair of a public building or public work, may
not submit Bids on leases of real property to a public entity, may
not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017 of the
Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
Miami -Dade County
D. Request for Additional Information
1. Pursuant to Section 2-I1.1(t) of the County Code, all Bid
Solicitations, once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cone of Silence". Any communication or inquiries, except for
clarification of process or procedure already contained in the
solicitation, are to be made in writing to the attention of the
Procurement Agent identified on the front page of the solicitation.
Such inquiries or request for information shall be submitted to the
procurement agent in writing and shall contain the requester's
name, address, and telephone number. If transmitted by facsimile,
the request should also include a cover sheet with Bidder's
facsimile number. The requestor must also file a copy of this
written request with the Clerk of the Board, I 1 1 NW 1" Street, 17°i
Floor, suite 202, Miami, Florida 33128-1983 or email
c1erkbne rniamidade.gov.
2. The Department of Procurement Management may issue an
addendum in response to any inquiry received, prior to Bid
opening, which changes, adds to or clarifies the terms, provisions
or requirements of the solicitation. The Bidder should not rely on
any representation, statement or explanation whether written or
verbal, other than those made in this Bid Solicitation document or
in any addenda issued. Where there appears to be a conflict
between this Bid Solicitation and any addenda, the last addendum
issued shall prevail.
3. It is the Bidder's responsibility to ensure receipt of all
addenda, and any accompanying documentation, The Bidder is
required to submit with its Bid a signed "Acknowledgment of
Addenda" form, when any addenda have been issued.
E. Contents of Bid Solicitation and Bidders Responsibilities
1. It is the responsibility of the Bidder to become thoroughly
familiar with the Bid requirements, terms and conditions of this
solicitation. Pleas of ignorance 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 Bidder.
2. This solicitation is subject to all legal requirements contained
in the applicable County Ordinances, Administrative Orders, and
Resolutions, as well as all applicable State and Federal Statutes,
Where conflict exist between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following order:
Federal, State and local.
F. Change or Withdrawal of Bids
1. Changes to Bid - Prior to the scheduled Bid opening a Bidder
may change its Bid by submitting a new Bid, (as indicated on the
cover 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 new submittal shall contain the letter and
all information as required for submitting the original Bid. No
changes to a Bid will 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. Only written a letter received
by the DPM Bids and Contracts 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 contact person identified on the front
cover of this Bid Solicitation. The withdrawal letter must be on
company letterhead and signed by an authorized agent of the
Bidder.
G. Conflicts Within The Bid Solicitation
Where there appears to be a conflict between the General Terms
and Conditions, Special Conditions, the Technical Specifications,
the Bid Proposal Section, or any addendum issued, the order of
precedence shalt be: the last addendum issued, the Bid Proposal
Section, the Technical Specifications, the Special Conditions, and
then the General Terms and Conditions.
H. Prompt Payment Terms
1. It is the policy of Miami -Dade County that payment for all
purchases by County agencies and the Public Health Trust shall be
II
Bid No.: 7247-0/07-CW
made in a timely manner and that interest payments be made on
late payments. In accordance with Florida Statutes, Section 218.74
and Section 2-8.1.4 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 payment shall be due to small businesses and
minority and women business enterprises shall be thirty (30) days
from receipt of a proper invoice. All payments due from the
County or the Public Health Trust, and not made within the time
specified by this section, shall bear interest from thirty (30) days
after 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 Manager, or his or her designee(s), not later than
sixty (60) clays after the date on which the proper invoice was
received by the County or the Public Health Trust.
2. The Bidder may offer cash discounts 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
proposal signature page of the solicitation.
1.3. PREPARATION OF BIDS
A. The Bid proposal 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 rejection of the Bidder's offer.
B. The Bid proposal form must 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 Bid to be rejected.
C. An authorized agent of the Bidder's firm must sign the Bid
proposal form. FAILURE TO SIGN THE DID PROPOSAJ.
FORM SHALL RENDER THE BID NON-RESPO IVE,
D. The Bidder may be considered non -responsive if bids are
conditioned to modifications, changes, or revisions to the terms
and conditions of this solicitation.
E. The Bidder may submit alternate Bid(s) for the same
solicitation provided that such offer is allowable under the terms
and conditions. The alternate Bid must meet or exceed the
minimum requirements and be submitted on a separate Bid
proposal marked "Alternate Bid".
F. When there is a discrepancy between the unit prices and any
extended prices, the unit prices will prevail.
1.4. CANCELLATION OF BID SOLICITATION
Miami -Dade County reserves the right to cancel, in whole or in
part, any Invitation to Bid when it is in the best interest of the
County.
X.S. AWARD OF BID SOLICITATION
A. This Bid may be awarded to the responsible Bidder meeting
all requirements as set forth in the solicitation. The County
reserves the right to reject 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 best interest.
B. When there are multiple line items in a solicitation, the
County reserves the right to award on an individual 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 reject any and all Bids if it is
determined that prices are excessive, best offers are 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 Solicitation will only be made to firms that
have completed the Miami -Dade County Business Entity
Registration Application and that satisfy all necessary legal
requirements to do business with Miami -Dade County. Finns
domiciled in Miami -Dade County must present a copy of their
Miami -Dade County issued Occupational License.
Miami -Dade County
Bid No.: 7247-0/07-CW
F. Pursuant to County Code Section 2-8.1(g), the Bidder's
performance as a prime contractor or subcontractor 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 results will not be given by telephone or facsimile. Please
allow ten (10) calendar days after Bid opening for mailing.
H. The Bid Solicitation, any addenda and/or properly executed
modifications, the purchase order, and any change order(s) shall
constitute the contract.
I. In accordance with Resolution R-1574-88 the Director of
Bids and Contracts Division will decide all tie Bids.
J. 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 ninety (90) calendar days beyond the current
contract period. In such event, the County will notify the
successful Bidder(s) in writing of such extensions.
B. This contract may be extended beyond the initial ninety (90)
day extension upon mutual agreement between the County and the
successful Bidder(s).
1,7. WARRANTY
All warranties, express and implied, shall be made available to the
County for goods and services covered by this Bid Solicitation.
Ail 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 latent defects that may occur within the manufacturer's
standard warranty. The Special Conditions of the Bid Solicitation
may supersede the manufacturer's standard warranty.
1.8. ESTIMATED QUANTITIES
Estimated quantities or dollars are for Bidder's guidance only. No
guarantee is expressed or implied as to quantities or dollars that
will be used during the contract period. The County is not
obligated to place any order for a given amount subsequent to the
award of this Bid Solicitation. Estimates are based on the County's
actual needs and/or usage during a previous contract period. The
County may use these estimates to determine the low Bidder.
1.9. NON-EXCLUS1VITY
It is the intent of the County to enter into an agreement with the
successful Bidder that will satisfy its needs as describe herein,
However, the County reserves the right as deemed in its best
interest to perform, or cause to be performed, the work and
services, or any portion thereof, herein described in any manner it
sees fit, 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
In accordance with County Ordinance No. 01-21 (except where
Federal or State law mandates to the contrary) preference will be
given to a local business. Local shall mean the vendor has a valid
occupational license issued by Miami -Dade County at least one
year prior to Bid submittal.
1.11. PURCHASES BY OTHER PUBLIC OR NOT -FOR
PROFIT ENTITIES
A. Purchases under the contract to be awarded may be made by
other public, not -for -profit agencies or political subdivisions within
the State of Florida. Such entities purchases shall be governed by
the same terms and conditions stated herein and subject to a 2%
user surcharge fee.
B. Each governmental, not -for -profit or quasi -governmental
entity that uses this contract shall provide to the DPM a report of
purchases made under this contract on a quarterly basis as outlined
in the attached "Quarterly Agency Report" form.
III
1.12, CONTINUATION OF WORK
Any work that commences prior to and will extend beyond the
expiration date of the current contract period shall, unless
terminated by mutual written agreement between the County and
the successful Bidder, continue until completion at the same prices,
terms and conditions.
1.13. BID PROTEST
A. A recommendation for contract award or rejection of award
may be protested by a Bidder in accordance with the procedures
contained in Sections 2-8.3 and 2-8.4 of the County Code, as
amended, and as established in Administrative Order No,3-21.
8. To initiate a Bid protest, the protester shall present to the
Clerk of the Board a non-refundable filing fee, payable to the Clerk
of the Board, in accordance with the schedule provided below:
Award Amount Filing Fee
525,000-5100,000 $ 500
$ t 00,001-$500,000 $ 1 ,000
$500,001-$5 million $3,000
Over $5 million $5,000
In the event a Bidder wishes to protest any part of the General
Conditions, Special Conditions and/or Technical Specifications
contained in the Bid Solicitation it must file a notice of protest in
writing with the issuing department no later than 48 hours prior to
the Bid opening date and hour specified in the solicitation, Failure
to file a timely notice of protest will constitute a waiver of
proceedings.
C. For award recommendations greater than $100,000 the
following shall apply:
When a letter of intent to award a Bid Solicitation has been
communicated (mail, faxed or emailed) to each competing Bidder
and filed with the Clerk of the Board, a Bidder wishing to protest
said award recommendation shall file a protest with the clerk of the
Board within ten (10) working days of the date of award
recommendation letter. Within two (2) days of that filing, the
protester shall provide the County Attorney and each Bidder with a
copy of each document that was filed with the protest. Failure to
timely file the written protest shall constitute a waiver of the right
to protest the award recommendation,
D. For award recommendations from $25,000 to $100,000 the
following shall apply:
Each Monday, in the lobby of the Stephen P. Clark Center, located
at 111 N.W. 1g` Street, award recommendations are posted.
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. Any Bidder wishing to protest such
recommendations shall file a protest with the Clerk of the Board
within five (5) working days of the posting and submit a $500 non-
refundable filing fee.
1.14. RULES, REGULATIONS AND LICENSES
The successful Bidder shall comply with all laws and regulations
applicable to provide the goods and/or services specified in this
Bid Solicitation. The Bidder shall be familiar with all federal, state
and local laws that may in affect the goods and/or services offered.
1.15, PACKAGING
Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers shall be suitable for shipment and/or
storage and comply with Resolution No. 738-92.
1.16. SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the successful
Bidder shall not subcontract any portion of the work without the
prior written consent of the County. The ability to subcontract
may be further limited by the Special Conditions. Subcontracting
without the prior consent of the County may result in termination
of the contract for 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.
1.17. ASSIGNMENT
Miami -Dade County
The successful Bidder shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, including any rights, title or
interest therein, or its power to execute such contract to any
person, company or corporation without the prior written consent
of the County.
1.18. DELIVERY
Unless otherwise specified in the Bid Solicitation,
prices quoted Unless otherwise specified in the Bid
Solicitation, prices quoted shall be F.O.B. Destination. Freight
shall be included in the proposed price.
1.19. RESPONSIBILITY AS EMPLOYER
The employee(s) of the successful Bidder shall be considered to be
at all times its employee(s), and not an employee(s) or agent(s) of
the County or any of its departments. The successful Bidder shall
provide competent and physically employee(s) capable of
performing the work as required. The County may require the
successful Bidder to remove any employee it deems unacceptable.
All employees of the successful Bidder shall wear proper
identification.
1.20. INDEMNIFICATION
The successful Bidder shall indemnify and hold harmless the
County and its officers, employees, agents and instrumentalities
from any and all liability, losses or damages, including attomey's
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 the agreement by the successful Bidder or its
employees, agents, servants, partners, principals or subcontractors.
The successful Bidder 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 attomey's fees which may be incurred thereon.
The successful Bidder expressly understands and agrees that any
insurance protection 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
County or its officers, employees, agents and instrumentalities as
herein provided.
1.21. COLLUSION
Where two (2) or more related parties, as defined herein, each
submit a Bid or proposal 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 have a direct or indirect
ownership interest in another Bidder for the same contract or in
which a parent company or the principals thereof of one (1) Bidder
have a direct or indirect ownership interest in another Bidder for
the same contract. Furthermore, any prior understanding,
agreement, or connection between two or more corporations, firms,
or persons 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 -
responsible, and may be suspended or debarred, and any contract
resulting from collusive Bidding may be terminated for default.
1.22. MODIFICATION OF CONTRACT
The contract may be modified by mutual consent, in writing
through the issuance of a modification to the contract, purchase
order, change order or award sheet, as appropriate.
1.23. TERMINATION FOR CONVENIENCE
The County, at its sole discretion, reserves the right to terminate
Iv
Bid No.: 7247-0/07-CW
this contract without cause upon thirty (30) days written notice,
Upon receipt of such notice, the successful Bidder shall not incur
any additional costs under this contract. The County shall be liable
only for reasonable costs incurred by the successful Bidder prior to
notice of termination. The County shall be the sole judge of
"reasonable costs."
1.24. TERMINATION FOR DEFAULT
The County 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 herein. The County further reserves the right to
suspend or debar the successful Bidder in accordance with the
appropriate County ordinances, resolutions and/or administrative
orders. The vendor will be notified by letter of the County's intent
to terminate. In the event of termination for default, the County
may procure the required goods and/or services from any source
and use any method deemed in its best interest. All re -
procurement cost shall be borne by the successful Bidder.
1.25. FRAUD AND MISREPRESENTATION
Pursuant to Section 2-8.1.4 of the Miami -Dade County Code, any
individual, corporation or other entity that attempts to meet its
contractual 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 other contracts with such individual,
corporation or entity. Such individual or entity shall be
responsible for all direct or indirect costs associated with
termination or cancellation, including attorney's fees.
1.26 ACCESS TO RECORDS
The County reserves the right to require the Contractor to submit
to an audit by Audit and Management Services or other 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 records pertaining
to this Agreement and upon request make them available to the
County for three years following expiration of the Agreement. The
Contractor agrees to provide such assistance as may be necessary
to facilitate the review or audit by the County to ensure compliance
with applicable accounting and financial standards.
1.27 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 projects and programs, The Inspector General may, on a
random basis, perform audits on all County contracts. The cost of
random audits shall be incorporated into the contract price of all
contracts and shall be one quarter (1/4) of one (1) percent of the
contract price, except as otherwise provided in Section 2-
I076(c)(8) of the County Code.
1.28 PRE -AWARD INSPECTION
The County may conduct a pre -award inspection of the bidder's
site or hold a pre -award qualification hearing to determine if the
bidder is capable of performing the requirements of this bid
solicitation.
1.29 PROPRIETARY/CONFIDENTIAL INFORMATION
Bidders are hereby notified that all information submitted as part
of, or in support of proposals will be available for public inspection
after opening of proposals in compliance with Chapter 119 of the
Florida Statutes; popularly know as the "Public Record Law."
The bidder shall not submit any information in response to this
invitation, which the bidder considers to be a trade secret,
proprietary or confidential. The submission of any information to
the County in connection with this invitation shall be deemed
Miami -Dade County
conclusively to be a waiver of any trade secret or other protection,
which would otherwise be available to the bidder, 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 County shall endeavor to redact and return that information to
the bidder as quickly as possible, and if appropriate, evaluate the
balance of the bid. The redaction or return of information pursuant
to this clause may render a bid non -responsive.
V
Bid No.: 7247-0/07-CW
MIAMI-DADE BID NO.: 7247-0/07-CW
SECTION 2.0 SPECIAL CONDITIONS
Welding Repairs for Heavy Equipment, Machine Shop and Metal Fabrication Services
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY:
The purpose of this invitation to Bid is to establish a contract for four (4) Groups: Group
A. for the purchase of Welding Repairs for Heavy Equipment and Group B. for the
purchase of Machine Shop and Metal Fabrication Services.
Purchases for (MDHA) utilize federal funds and therefore, County measures cannot be
applied. These purchases will fall under Group C. Welding Repairs for Heavy
Equipment and Group D. Machine Shop and Metal Fabrication Services. All groups
are in conjunction with the County's needs on an as needed basis.
2.2 RACE/ETHNICITY/GENDER CONTRACT MEASURES
This contract includes Participation Provisions for Certified Black Business Enterprises
(BBE's) and/or Certified Hispanic Business Enterprises (HBE's) and/or Certified Women
Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal
solicitation.
2.3 PRE -BID CONFERENCE (RECOMMENDED):
A pre -bid conference will be held on November 27, 2002 at Stephen P. Clark Center in
conference room no. 18-3 to discuss proposed specifications. It is recommended that a
representative of the firm attend in order to become familiar with the bid specifications.
Bidders are requested to bring this Invitation To Bid package to the conference, as
additional copies may not be available.
"Multiple members of individual community councils may be present."
2.4 TERM OF CONTRACT: SIXTY (60) MONTHS
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, Bids & Contracts Division; and contingent upon the
completion and submittal of all required bid documents. The contract shall remain in
effect for sixty- (60) months and upon completion of the expressed and/or implied
warranty period.
1
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.5 INTENTIONALLY OMITTED
2.6 METHOD OF AWARD: Bidders may bid on Group A., Group B., or Both
Group A. (Welding Repairs for Heavy Equipment) of this contract will be awarded to
pre -qualified bidders who meet the following criteria:
a. Bidder must have a fully equipped and established company as required in Section
1.28, of this solicitation as verified by an on -site inspection.
b. Bidder must have a facility with a minimum size of 3,750 square feet which will
allow a refuse packer 35 feet long, 12-1/2 ft. high x 9-1/2 ft. wide, or a trailer 42 ft.
long x 12-1/2 ft. wide x 8 ft. wide to be worked on completely, in an enclosed
structure.
c. Bidder must have a facility that provides security in the form of a fenced, locked lot,
or inside of a secure building, for no less than one (1) refuse packer and one (1) trailer
sized vehicle simultaneously.
d. Bidder's Company must have competent staffing, that may be contacted Monday thru
Friday, from 8:00 a.m. to 5:00 p.m. In addition, the facility must have an operating
fax machine
e. Bidder must be able to perform field -welding jobs at various customer locations via
stick, mig, or tig.
f. Bidder's Company must be able to provide proof of having a minimum of one (1)
year of experience and service in welding and fabrication.
These awarded bidders shall be pre -qualified to participate in specific periodic work
assignments that are identified by the County on an as needed basis. When such work
assignments are identified, the pre -qualified bidders shall receive notification for a
quotation; review the written specification regarding the work to be accomplished,
inspect the work or work area and offer an itemized price based on scope of work and
materials. The Bidder offering the lowest total price shall be awarded the specific work
assignment. The award of a specific work assignment to one (1) Bidder does not
preclude the ability of the remaining pre -qualified Bidders, or awarded bidder, from
submitting offers for other work assignments.
NOTE: The County reserves the right to increase or decrease the number of pre -
qualified vendors in its best interest.
Group B. (Machine Shop and Metal Fabrication Services) of this contract will be
made to those responsive, responsible bidders who meet or exceed the minimum criteria
established as follows:
•
2
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
a. Bidder must have a local warehouse/office of at least 3,000 square feet, with an
adequate inventory of welding supplies.
b. Bidder's Company must have competent staffing, that may be contacted Monday thru
Friday, from 8:00 a.m. to 5:00 p.m. In addition, the facility must have an operating
fax machine.
c. Bidder must be able to provide the services and delivery to different locations within
Miami -Dade County.
d. Bidder must provide three (3) references of established business relationships with
large commercial companies and or Governmental agencies.
e. Bidders must own or lease (term of this contract), at the time of bid submission as a
minimum, the following shop equipment listed in the Pre -Qualification
Requirements in Section 3.0, Para. 3.2 (Technical Specifications) for Group B.
Machine Shop and Metal Fabrication Services.
These awarded bidders shall be pre -qualified to participate in specific periodic work
assignments that are identified by the County on an as needed basis. When such work
assignments are identified, the pre -qualified bidders shall receive notification for a
quotation; review the written specification regarding the work to be accomplished,
inspect the work or work area and offer an itemized price based on the scope of work and
materials. The Bidder offering the lowest total price shall be awarded the specific work
assignment. The award of a specific work assignment to one (1) Bidder does not
preclude the ability of the remaining pre -qualified Bidders, or awarded bidder, from
submitting offers for other work assignments.
NOTE: The County reserves the right to increase or decrease the number of pre -
qualified vendors in its best interest.
METHOD OF AWARD: Bidders may bid on Group C., Group D., or Both (Miami -
Dade Housing Agency) Purchases (Section 3 Required Documents must be
submitted in order to participate under Groups C. & D.) Use of Federal Funds Only
Group C. (Welding Repairs for Heavy Equipment) of this contract will be awarded to
pre -qualified bidders who meet the following criteria:
a. Bidder must have a fully equipped and established company as required in
Section 1.28, of this solicitation as verified by an on -site inspection.
b. Bidder must have a facility with a minimum size of 3,750 square feet which will
allow a refuse packer 35 feet long, 12-1/2 ft. high x 9-1/2 ft. wide, or a trailer 42
ft. long x 12-1/2 ft. wide x 8 ft. wide to be worked on completely, in an enclosed
structure.
3
MIAMI-DADE COUNTY
BID NO: 7247-0/07-CW
c. Bidder must have a facility that provides
lot, or inside of a secure building, for no
(1) trailer sized vehicle simultaneously.
d. Bidder's Company must have competent
thru Friday, from 8:00 a.m. to 5:00 p.m.
operating fax machine
e. Bidder must be able to perform field -welding jobs at various customer locations
via stick, mig, or tig.
security in the form of a fenced, locked
less than one (1) refuse packer and one
staffing, that may be contacted Monday
In addition, the facility must have an
£ Bidder's Company must be able to provide proof of having a minimum of one (1)
year of experience and service in welding and fabrication.
These awarded bidders shall be pre -qualified to participate in specific periodic work
assignments that are identified by the County on an as needed basis. When such work
assignments are identified, the pre -qualified bidders shall receive notification for a
quotation; review the written specification regarding the work to be accomplished,
inspect the work or work area and offer an itemized price based on scope of work and
materials. The Bidder offering the lowest total price shall be awarded the specific work
assignment. The award of a specific work assignment to one (1) Bidder does not
preclude the ability of the remaining pre -qualified Bidders, or awarded bidder, from
submitting offers for other work assignments.
NOTE: The County reserves the right to increase or decrease the number of pre-
qualified vendors in its best interest.
Group D. (Machine Shop and Metal Fabrication Services) of this contract will be
made to those responsive, responsible bidders who meet or exceed the minimum criteria
established as follows:
a. Bidder must have a local warehouse/office of at least 3,000 square feet, with an
adequate inventory of welding supplies.
b. Bidder's Company must have competent staffing, that may be contacted Monday
thru Friday, from 8:00 a.m. to 5:00 p.m. In addition, the facility must have an
operating fax machine.
c. Bidder must be able to provide the services and delivery to different locations
within Miami -Dade County.
d. Bidder must provide three (3) references of established business relationships
with large commercial companies and or Governmental agencies.
e. Bidders must own or lease (term of this contract), at the time of bid submission
as a minimum, the following shop equipment listed in the Pre -Qualification
4
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
Requirements in Section 3.0, Para. 3.2 (Technical Specifications) for Group D.
Machine Shop and Metal Fabrication Services.
These awarded bidders shall be pre -qualified to participate in specific periodic work
assignments that are identified by the County on an as needed basis. When such work
assignments are identified, the pre -qualified bidders shall receive notification for a
quotation; review the written specification regarding the work to be accomplished,
inspect the work or work area and offer an itemized price based on the scope of work and
materials. The Bidder offering the lowest total price shall be awarded the specific work
assignment. The award of a specific work assignment to one (1) Bidder does not
preclude the ability of the remaining pre -qualified Bidders, or awarded bidder, from
submitting offers for other work assignments.
NOTE: The County reserves the right to increase or decrease the number of pre -
qualified vendors in its best interest.
For all jobs in Groups A., B., C., and D. of this contract, that the User Department
estimates will cost the County under $1,000.00; user departments have an option to
utilize a rotational award process or may obtain quotes for these purchases. The
Procurement Liason of each department will instruct each of their user sections on where
they are to start in the rotation of vendors from the contract award sheet, for purchases of
under $ 1000.00.
In Emergencies, for purchases of under $1,000.00; either to be delivered by the awarded
bidder or picked -up by County personnel; the availability of materials and or geographic
location can be a determining point for basis of award, and a quotation may not be
required.
All awardees must be notified and asked to submit price proposals for all jobs over
$1,000.00.
The County at its sole discretion may reject quotations where the County
determines that the Vendor has submitted a price that is insufficient to perform the
job or is in excess of the County's estimate to perform the job. Where such
circumstances exist, the County may elect to obtain additional quotations, issue a
separate bid, or utilize in-house forces to complete the job.
NOTE:
Contracting preferences will be given to pre -certified Section 3 vendors for MDHA
projects only that submit Document 00200-B with the bid (see Appendix "B" attachment)
and meet the pre -qualification requirements to participate in miscellaneous metal
fabrication and shop projects. The County at its sole option may reopen the qualification
process to include MDHA Section 3 certified vendors.
2.7 INTENTIONALLY OMITTED
5
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.8 INTENTIONALLY OMITTED
2.9 INTENTIONALLY OMITTED
2.10 INTENTIONALLY OMITTED
2.11 INDEMNIFICATION AND INSURANCE - (3) - TOWING AND AUTOMOTIVE
REPAIR SERVICES FOR GROUP A., GROUP C., & GROUP D. (WELDING
REPAIRS FOR HEAVY EQUIPMENT)
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 attomey'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 Bid Section, Miami -Dade County, c/o Procurement
Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989,
Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which meets the requirements as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as required by
Florida Statute 440.
B. Garage Liability Insurance in amounts not less than $300,000 combined single
limit per occurrence for bodily injury and property damage. Policy must be
endorsed to include automobile service operations. Dade County must be shown
as an additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than $300,000
combined single limit per occurrence for bodily injury and property damage.
The insurance coverage required shall include those classifications, as listed in
standard liability insurance manuals, which most nearly reflect the operations of
the vendor.
6
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
All insurance policies required above shall be issued by companies authorized to
do business under the laws of the State of Florida, with the following
qualifications:
The company must be rated no less than "B" as to management,
and no less than "Class V" as to financial strength, by the latest
edition of Best's Insurance Guide, published by A.M. Best
Company, Oldwick, New Jersey, or its equivalent subject to the
approval of the County Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority
as shown in the latest "List of All Insurance Companies,
Authorized or Approved to Do Business in Florida", issued by
the State of Florida Department of Insurance and are members
of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance
shall be made without thirty (30) days written advance notice to
the certificate holder.
NOTE:DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR
ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the vendor of his
liability and obligation under this section or under any other section of this
agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance
documents within fifteen (15) calendar days after Board of County Commission
approval. If the insurance certificate is received within the specified time frame
but not in the manner prescribed in this Invitation To Bid, the Bidder shall be
verbally notified of such deficiency and shall have an additional five (5) calendar
days to submit a corrected certificate to the County. If the Bidder fails to submit
the required insurance documents in the manner prescribed in this Invitation To
Bid within twenty (20) calendar days after Board of County Commission
approval, the Bidder shall be in default of the contractual terms and conditions
and shall not be awarded the contract. Under such circumstances, the Bidder may
be prohibited from submitting future Proposal to the County in accordance with
Section 1.0, General Terms and. Conditions.
The Bidder shall be responsible for assuring that the insurance certificates
required in conjunction with this Section remain in force for the duration of the
contractual period; including any and all option years that may be granted to the
Bidder in accordance with Section 2.5 of the Special Conditions. If insurance
7
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
certificates are scheduled to expire during the contractual period, the Bidder shall
be responsible for submitting new or renewed insurance certificates to the County
at a minimum of thirty (30) 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 Invitation To Bid; provided, however, that this
suspended period does not exceed thirty (30) calendar days. If such suspension
exceeds thirty- (30) calendar days, the County may, at its sole discretion,
terminate this contract for cause and seek re -procurement charges from the Bidder
in conjunction with Section 1.0, General Terms and Conditions.
(THIS SECTION IS NOT APPLICATION TO VENDORS BIDDING PARTS
AND SUPPLIES ONLY)
The successful bidder/vendor shall indemnify and save the County harmless from
any and all claims liability, losses and causes of action, which may arise out of the
fulfillment of the Agreement. The vendor shall pay all claims and losses of any
nature.
INDEMNIFICATION AND INSURANCE - (15) - MAINTENANCE AND REPAIR
SERVICES AT AVIATION FOR GROUP B. (MACHINE SHOP AND METAL
FABRICATION SERVICES)
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 Bid Section, Miami Dade County, c/o Procurement
Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-
1989, Certificate(s) of Insurance which indicate that insurance coverage has been
obtained which meets the requirements as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
•
8
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
B. Public Liability Insurance on a Comprehensive basis in a amount not less
than $500,000 combined single limit per occurrence for bodily injury and
property damage. Dade County must be shown as an additional insured
with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than
$1,000,000 combined single limit per occurrence for bodily injury and
property damage.
The insurance coverage required shall include those classifications; as listed in
standard liability insurance manuals, which most nearly reflect the operations of
the vendor.
All insurance policies required above shall be issued by companies authorized to
do business under the laws of the State of Florida, with the following
qualifications:
The company must be rated no less than "B" as to management,
and no less than "Class V" as to financial strength, by the latest
edition of Best's Insurance Guide, published by A.M. Best
Company, Oldwick, New Jersey, or its equivalent subject to the
approval of the County Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority
as shown in the latest "List of All Insurance Companies
Authorized or Approved to Do Business in Florida", issued by
the State of Florida Department of Insurance and are members
of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance shall be made
without thirty (30) days written advance notice to the certificate holder.
NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST
APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the vendor of his
liability and obligation under this section or under any other section of this
agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance
documents within fifteen (15) calendar days after Board of County Commission
approval. If the insurance certificate is received within the specified time frame
but not in the manner prescribed in this Invitation To Bid, the Bidder shall be
9
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
verbally notified of such deficiency and shall have an additional five (5) calendar
days to submit a corrected certificate to the County. If the Bidder fails to submit
the required insurance documents in the manner prescribed in this Invitation To
Bid within twenty (20) calendar days after Board of County Commission
approval, the Bidder shall be in default of the contractual terms and conditions
and shall not be awarded the contract. Under such circumstances, the Bidder may
be prohibited from submitting future Proposal to the County in accordance with
Section 1.0, General Terms and Conditions.
The Bidder shall be responsible for assuring that the insurance certificates
required in conjunction with this Section remain in force for the duration of the
contractual period; including any and all option years that may be granted to the
Bidder in accordance with Section 2.5 of the Special Conditions. If insurance
certificates are scheduled to expire during the contractual period, the Bidder shall
be responsible for submitting new or renewed insurance certificates to the County
at a minimum of thirty (30) 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 Invitation To Bid; provided, however, that this
suspended period does not exceed thirty (30) calendar days. If such suspension
exceeds thirty- (30) calendar days, the County may, at its sole discretion,
terminate this contract for cause and seek re -procurement charges from the Bidder
in conjunction with Section 1.0, General Terms and Conditions.
2.12 INTENTIONALLY OMITTED
2.13 INTENTIONALLY OMITTED
2.14 INTENTIONALLY OMITTED
2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE
RENDERED
The County shall provide periodic payments for services rendered by the successful
bidder. In order for the County to provide payment, the bidder shall submit a fully
documented invoice, which identifies the appropriate purchase order number and
requisition or release number if applicable, the service location, and itemizes the services
provided to the County using department(s). The invoice shall be submitted to the
County department within thirty- (30) calendar days after the service has been rendered.
It shall be understood that such invoices shall not be submitted for payment until such
time as the service has been completed and a County representative has reviewed and
approved the service.
FLEET MANAGEMENT DIVISION: The successful Bidder(s) shall submit an
invoice with each completed job, at the time that completed job is redelivered to the
10
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
County. Invoices will be directed to the attention of the shop Facility Supervisor that
assigned the work.
1. The Fleet Management Division is equipped and has the capability to receive
electronic invoicing of appropriately Letter headed and formatted invoices at all shop
facilities. Vendors having the capability to establish individual account electronic billing
transmittals for each Fleet Management Shop Facility are encouraged to work with Ms.
Sonia Walker at the Fleet Management Administrative Office to institute this type of
billing procedure immediately after contract award.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders shall quote prices based on F.O.B. Destination and shall hold title to the
goods until such time as they are delivered to, and accepted by, an authorized County
representative.
2.17 INTENTIONALLY OMITTED
2.18 INTENTIONALLY OMITTED
2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE
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 of the
labor, materials and/or equipment by the County. This warranty requirement shall
remain in force for the full one (1) year 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 five (5) 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 five (5)
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
11
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
County for this work or items; either through a credit memorandum or through
invoicing.
2.20 CONTACT PERSONS:
For any additional information regarding the specifications and requirements of this
• contract, Contact: Rodolfo Gonzalez, CPPB at (305) 375-4947.
2.21 COUNTY-WIDE/STATE-WIDE USAGE
Any governmental, not -for -profit or quasi -governmental entity in the State of Florida
may avail itself of this contract and purchase any and all items specified heiein from the
successful bidder(s) at 2% above the contract price, consistent with the Miami -Dade
County Surcharge Fee Ordinance No. 98-43. This 2% surcharge fee shall not apply to
purchases made by Miami -Dade County, but shall be added to the contract price by the
vendor for purchases made by other entities availing themselves of this contact.
Each governmental, not -for -profit or quasi governmental entity which uses the
contract(s) resulting here from shall provide to the Miami -Dade County Department of
Procurement Management a report of purchases made under this contract on a
quarterly basis as outlined in the attached "Quarterly Agency Report"form.
Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s)
resulting here from, will establish its own contract, place its own orders, issue its own
purchase orders, be invoiced there from and make its own payments, determine shipping
terms and issue its own exemption certificates as required by the bidder.
It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping
Terms", all prices shall be quoted, "FOB Destination." For entities other than those
belonging to Miami -Dade County or those located outside of 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 entity, prior to shipping the goods.
It is also understood and agreed that Miami -Dade County is not a legally binding party to
any contractual agreement made between any governmental unit and the bidder as a
result of this bid.
SURCHARGE FEE AND QUARTERLY SUMMARY REPORT
Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this
contract is subject to a user surcharge fee in the amount of 2% on all sales to
governmental, not for profit or quasi governmental entity, OTHER THAN MIAMI
DADE COUNTY, resulting from this contract or any contract resulting from this
12
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
solicitation and the utilization of the County contract price and the terms and conditions
identified herein.
Vendors shall be required to furnish the attached "Quarterly Surcharge Payment Report"
in a timely manner. Quarterly reports and all applicable payments must be submitted to
Department of Procurement Management (DPM)/Administrative and Fiscal Division, no
later than 15 days after the end of each quarter, regardless of the value of sales during the
preceding quarter. By submission of these sales summary reports and corresponding
surcharge fees, the vendor is attesting to their correctness. All such reports and fees shall
be subject to audit by Miami -Dade County.
Failure to submit the following Quarterly Surcharge Payment Report and make
applicable payments in a timely manner may result in termination or cancellation of
contract with the non -conforming vendor and any and all remedies relating to the
collection of such fees shall be enforceable, Additionally, any re -procurement charges
may be charged to the vendor in default. Willful failure or falsification of sales reports or
failing to make timely payments of the surcharge fee shall constitute sufficient cause for
terminating the contract for cause of the non -conforming vendor.
13
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
MIAMI-DADE COUNTY
Department of Procurement Management
Finance Section
111 N.W. 1st Street
Suite 2350
MIAMI, FLORIDA, 33128
(305) 375-1487
Agency Instructions for Completing Quarterly Agency Report:
(Report to be completed by all agencies utilizing Miami -Dade County contracts where the surcharge fee applies.)
1) Complete Section 1 using contact person name and information.
2) Complete Section 2 by completing information about the contract and vendor.
Submit one report for each vendor and contract.
3) Complete Section 3 by recording the year and quarter that payment to the vendor
was made. Submit one form for each quarter reported.
4) Complete Section 4 by recording purchase and payment amounts for the quarter
recorded. Provide any comments if necessary.
5) Complete acknowledgement portion of form and sign.
6) The completed form must be returned by the due date stated below to:
Department of Procurement Management (DPM)
Administrative and Fiscal Division
Finance Section
111 NW 1st Street
Suite 2350
Miami, FL 33128
Quarterly Report Due Dates
Note: Quarterly reports must be submitted to the Department of Procurement Management/Administrative and
Fiscal Division/Finance Section, no later that 15 days after the end of each quarter, regardless of the value of the
purchase or payment during the preceding quarter. Refer to charts below.
Quarter
Report Due Date
I ' Quarter — January 1 — March 31
April 15
2"d Quarter - April 1 - June 30
July 15
3'd Quarter - July 1 - September 30
October 15
4'k Quarter - October 1 - December 31
January 15
14
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
MIAMI-DARE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
Administrative and Fiscal Division
111 NW 1" Street, Suite 2350
(305) 375-1487
QUARTERLY AGENCY REPORT
Report of Purchases Made using Miami -Dade
SECTION 1— Agency Information
Agency
Contact Person Name Title
Miami, FL 33128
County Contracts Requiring 2' Surcharge
Date
Address Telephone Number
E-Mail Address Fax Number
SECTION 2— Contract Information
Contract No. Title
Vendor Name
SECTION 3 — Applicable Reporting Period
Check the appropriate box. Submit one form for each quarter and each vendor.
Year
❑Jan, 1 - March 31 ❑April 1 — June 30 ❑ July 1 - Sept. 30 ❑Oct. 1 - Dec. 31
(1' Quarter) (2nd Quarter) (3rd Quarter) (4th Quarter)
SECTION 4— Purchase/Payment amounts,
Purchase amount under contract for quarter stated above $
Payment amount to vendor for quarter stated above $
Comments
15
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
By submission of this Quarterly Agency Report of purchases made under the referenced Miami -Dade County
contract, I certify the correctness of the information. I understand
that all reports may be subject to an audit by Miami -Dade County or a designee.
Authorized Signature
Title/Position Held Date
Submit completed report to above address or fax to (305) 372-6128.
IMPORTANT NOTICE TO VENDORS
This bid contains contractual language, which allows municipal and quasi -governmental entities
to access the terms and conditions of the contract. After award the following entities will receive
copies of our contract Award Sheet. Please feel free to contact the Purchasing Agents listed
below to promote the usage of the commodities or services that you were awarded.
ENTITY
CONTACT
TITLE
ADDRESS
CITY/ST
PHONE
Bel Harbour Village
Jeanette Horton
Village Clerk
655 96th Street
Bel Harbour. Florida 33154
305-866-4633
Broward Community
College
Robert Persian°
Assistant Director
225 E, Las Olas Blvd.
Ft. Lauderdale, FL 33301
954-761-7485
Broward County
Glenn R, Cummings
Director of Purchasing
115 So. Andrews Ave. Room 212
Ft. Lauderdale, FL 33301
954-357-6070
Broward County Sheriffs
office
Rona M. Sandler
Sr. Purchasing Agent
2601 W. Broward Boulevard
Fort Lauderdale, FL 33312
954-831-8170
Charlotte County Bd. of
County
Kimberly A, Corbett
Director of Purchasing
18500 Murdock Circle Suite 344
Port Charlotte, FL 33948-
1094
941-743-1372
City of Aventura
Jeff Shields
Purchasing Agent
19200 W. Country Club Dr.
Aventura, FL 33180
305-466-8925
City of Boca Raton
Carol Thomas
Purchasing Manager
201 W Palmetto Park Rd
Boca Raton, FL 33432
561-393-7871
City of Boynton Beach
Carol Doppler
Buyer
100E. Boynton Beach Blvd.
Box 310
Boynton Beach, Florida
33425-0310
561-742-6323
City of Bradenton
Ed J. Hargaden
Purchasing Director
1300 6th Street West
Bradenton, FL 34205
941-714-7502
City of Coral Gables
Carmen Lizama
Purchasing Director
2800 SW 72nd Ave.
Miami, Florida 33155
305-460-5101
City of Deerfield Beach
Donna M. Council
Purchasing Agent
210 Goolsby Blvd.
Deerfield, Florida 33442
954-480-4380
City of Dunedin
Chuck Anknev
Purchasing Manager
P.O. Box 1348
Dunedin, FL 34697-1348
727-298-3077
City of Eustis
Russ Wetherington
Purchasing Manager
P.O. Drawer 68
Eustis, FL 32727-0068
352-483-5475
City of Florida City
Eugene Leon
Project Manager
404 W. Palm Drive
Florida City, FL 33034
305-247-8221
City of Fort Pierce
Gclencia Carter
Buyer
100 N. U.S. Hwy #1
Fort Pierce, FL 34954-1480
561-460-2200
City of Fort Walton Beach
Mike Tatun
Purchasing Director
P.O. Box 4009
Fort Walton Beach, FL
32549
850-833-9523
City of Hallandale/Central
Services Dent.
Art Andrews
Purchasing Supervisor
400 S. Federal Highway
Hallandale, Florida 33009
954-457-1332
City of Hialeah
Manuel Rodriguez
Purchasing Aide
501 Palm Avenue Room 304
Hialeah, Florida 33011
305-883-8056
City of Hollywood
John L. Weyrauch
Director
P.O. Box 229045
Hollywood, Florida 33022-
9045
954-921-3210
City of Homestead
Brian O'Connor
Acting Purchasing
Director
790 Homestead Boulevard
Homestead, Fl 33030-6299
305-247-1801
16
MIAMI-DADE COUNTY
BID NO: 7247-0/07-CW
City of Leesburg
Mark Raiford
Purchasing Manager
P.O. Box 490630
Leesburg, FL 34748-0630
352-728-9880
City of' Longwood
Karen Behling
Buyer
175 W. Warren Avenue
Longwood, FL 32750
407-260-3483
City of Margate
Connie Guzzi
Buyer I
5790 Margate Blvd.
Margate, FL 33063
954-972-6454
City of Melbourne
David McCue
Purchasing Manager
900 E. Strawbridge Avenue
Melbourne, FL 32901
321-953-6271
City of Miami
Glen Marcos
Assistant Director
444 SW 2nd Ave. 6th Floor
Miami, FL 33130
305-416-1921
City of Miami Beach
Gus Lopez
Procurement Director
1700 Collins Ave.
Miami Beach, Fl 33139
305-673-7495
City of Miami Springs
Patricia Bradley
Admin. Assist 111
201 Westward Drive
Miami Springs, Florida
33166
305-885-4581
City of North Miami
Pam Thompson
Purchasing Agent
776 NE 125th Street
North Miami, Florida
33161-0847
305-893-6511
City of North Miami Beach
Lynn Gribble
Purchasing Manager
17011 N.E. 19th Avenue
North Miami Beach, Florida
33162
305-948-2976
City ofOpa-Locka
Rona M. Sandler
Purchasing Officer
101 N. Perviz Ave,
Opa-Locka, FL 33054
305-953-2825
City of Panama City
Larry Adkison
Purchasing Director
519 East 7th Street
Panama City, FL 32401-
3036
850-872-3070
City of Pembroke Pines
Denise Lamazare
Acct. Clerk III
13975 Pembroke Road
Pembroke Pines, FL 33027
954-450-6918
City of Pompano Beach
Ernie Siegrist
General Servs.
Director
1190 NE 3 Ave. Bldg. C
Pompano Beach, FL 33060
954-786-4098
City of Port St. Lucie
Cheryl Sharaberg
Deputy Director
121 S.W. Port St. Lucie Blvd.
Bldg. A
Port St. Lucie, FL 34984
561-871-7390
City of South Miami
Kathy Vazquez
Purchasing Manager
6130 Sunset Drive
South Miami. FL 33143
305-663-6339
City of Sutmy Isles Beach
Jean Watson
Finance Director
17070 Collins Ave.
Sunny Isles Beach, FL
33160
305-947-0606
City of St. Augustine
Tim Burchfield
Director
P.O. Box 210
St. Augustine, FL 32085
904-825-1015
City of St. Petersburg
Louis S. Moore
Director
P.O. Box 2842
St. Petersburg, FL 33731
727-893-7027
City of Tampa
Kendal E. Capaz
Purchasing Manager
306 E. Jackson St.. 2nd FIr. East
Tampa. FL 33602
813-274-8353
City of Venice
Larry Miller
Purchasing Director
201 West Venice Avenue
Venice, FL 34285
941-486-2626
City of West Palm Beach
Nora Laudermilk
Purchasing Admin.
1045 Charlotte Ave.
West Palm Beach, FL 33401
516-659-8036
City of Winter Springs
Nancy Vobomik
Purchasing
Coordinator
1126 E, State Rd. 434
Winter Springs, FL 32708-
2799
407-327-5959
Collier County Purchasing
Steve Cornell
Purchasing Director
37I0Estev Ave.
Naples, FL 34104
941-436-6437
County of Volusia
Donna Wagner
Senior Purchasing
Agent
123 W. Indiana Ave., 3rd Floor
Deland, FL 32720-4608
386-943-7009
Doris 'son South Dade
Community Health Center
Ivory L. Williams
Procurement Specialist
1
10300 S.W. 216th Street
Miami, FL 33190
305-257-2581
Hillsborough County
Purchasing
Lynne Fillmon
Purchasing
P.O. Box 31601
Tampa, FL 33601
813-301-7060
Indian Creek Village
Melissa Garcia
Village Clerk
9080 Bay Drive
Indian Creek, FL 33154
305-865-4121
Jackson Health System
Veronica Smith
Manager— Bids and
Contracts
1611 N.W. I2th Ave. ETB066
Miami, FL 33136
305-585-5261
Lee County Board of C.C./
Division of Purchasing
Janet Sheehan, CPPB
Director
P.O. Box 398
Ft. Myers, Florida 33902-
398
941-339-6260
Lee County School District
Dale L. Wilson
Director of
Purchasing
3308 Canal Streett
Ft. Myers, Florida 33916-
6594
941-479-4256
17
MIAMI-DADE COUNTY
BID NO: 7247-0/07-CW
Leon County School Board
Byron Williams
Director ofPurchasing
2757 West Pensacola Street
Tallahassee, Florida 32303
850-487-7282
Miami Dade Community
College
Linda Pagliaro
Director of Purchasing
11011 S.W. 104th Street
Miami, FL 33176 '
305-237-2400
Miami Dade County Public
Schools
Joseph Gomez
District Director
1450 NE 2nd Ave. Room 364
Miami, FL 33132
305-995-2352
Pinellas BOCC
Lula Hanks
Purchasing Director
400 S. FT. Harrison Ave.
Annex Bldg.
Clearwater, FL 33756
727-464-3311
—
School Board of Sarasota
County
John O'Donnell
Materials Manager
101 Old Venice Rd.
Osprey, FL 34229
941-486.2183
South Florida Water
Management District
Jessica Flathman
Acting Procurement
Director
3301 Gun Club Road
West Palm Beach, FL
33406
561-682-2823
St. Johns County School
Board
Frank Clark
Purchasing Director
299 School House Rd.
St. Augustine, FL 32084
904-826-3312
Town of Bay flarbor islands
Joseph Fox
Sup. Public Works
9665 Bay Harbor Terrace
Bay Habor Islands, FL
33154
305-866-6241
Town of Davie
Herb Hyman
Procurement Manager
6591 Orange Drive
Davie, FL 33314
954-797-1016
Town of Surfside
B. Carcasses
Town Clerk
9293 Harding Avenue
Surfside, Florida 33154
305-861-4863
University of Miami
Siomara Truillio
Director of University
Purchasing
1507 Levante Ave. Room 344
Coral Gables, FL 33I24-
1433
305-284-2420
Village of Key Biscayne
C. Sainual Kissinger
Village Manager
85 W. Mcintry Street _.
Key Biscayne, FL 33149
305-365-5500
2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY
The products shall be maintained and delivered to the County in excellent condition. If a
product does not meet specifications, it will be returned to the bidder as exchange for
suitable merchandise or for full credit at no additional cost to the County.
2.23 ACCIDENT PREVENTION AND REGULATIONS:
Precautions shall be exercised at all times for the protection of persons and property. All
Contractors and Sub -Contractors shall conform to all OSHA, State and County
regulations while performing under the Terms and Conditions of this contract. Any fines
levied by the authorities mentioned above because of inadequacies to comply with these
requirements, shall be borne solely by the bidder responsible for same.
ACCIDENT PREVENTION AND REGULATIONS AT THE SEAPORT
DEPARTMENT
All operations at the County's Seaport Department are under the direct control of Seaport
Department personnel. Interference with vessels and vehicular traffic must be kept to a
minimum. Ship berthing areas and roadways shall not be closed or opened by or for the
Bidder; expressed permission must be given to the Bidder by the Seaport Engineer to do
so. The Bidder shall plan the scheduling of its work in collaboration with the Engineer in
order to insure safety for and, minimum hindrance to, port operations. All equipment
Yr
18
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
shall be withdrawn from work areas at the end of the workday in order to eliminate
immediate or potential hazard to traffic and facilities. Materials stored at the Seaport by
the Bidder(s) shall be serviced in a manner that minimizes any obstruction to water and
ground traffic. All equipment and stored materials shall be marked by barriers with
flashing lights at no additional cost to the County. The Bidder shall exercise careful
control during all phases of the work to prevent damage to Seaport utilities; including,
but not limited to, overhead lights and buried cables. Before commencing work in any
given area, the Bidder, working in conjunction with the Engineer and the Dade County
Seaport Department Maintenance Staff, shall endeavor to locate any possible utility
conflicts. Should the Bidder damage any Seaport utility through negligence, it shall
promptly repair the damage at its own expense.
2.24 SECURITY PROCEDURES AT MIAMI INTERNATIONAL AIRPORT:
The Bidder must follow all security procedures required of workers within airside
operations. This will include security checks and passes for all employees, a special
driving course to operate a vehicle in the airport, and additional security checks to work
within U.S. Customs Service areas. It is the vendor's responsibility to maintain a
workforce with the required security clearances.
2.25 ADDITIONAL FACILITIES MAY BE ADDED
Although this Solicitation identifies specific facilities to be serviced, it is herby agreed
and understood that any County department or agency facility may be added to this
contract at the option of the County. Successful bidder(s) under this contract shall be
invited to submit price quotes for these new facilities. If these quotes are comparable
with prices offered for similar services, the award(s) shall be made to the lowest
responsible bidder(s) meeting specifications in the best interest of the County, and a
separate purchase order shall be issued by the County. Notwithstanding the successful
bidder(s), does not have an exclusive right to these additional sites. The County may
determine to obtain price quotes for the additional facilities from other bidders in the
event the County does not find the price quotes comparable.
2.26 AUTHORIZATION TO PICK-UP MATERIALS:
Dade County employees are authorized to pick-up materials against purchase orders
issued to the successful bidder(s). Such authorization is provided for the County
employee through an "Authorization to Pick -Up Materials" (Dade County Form No.
160.04.17) who shall surrender the form to the bidder during each purchase. If the bidder
is in doubt about the authenticity of the person picking up the material, the bidder shall
contact the Department of Procurement Management for assistance at 375-5289.
19
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.27 CLEAN-UP
All unusable materials and debris shall be removed from the premises. At completion,
the successful bidder shall thoroughly clean up all areas where work has been involved as
mutually agreed with the Department Project Manager.
2.28 COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this bid shall be in accordance with all governmental
standards, to include, but not limited to, those issued by the Occupational Safety and
Health Administration (OSHA), the National Institute of Occupational Safety Hazards
(NIOSH), and the National Fire Protection Association (NFPA).
2.29 DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED DURING
EVALUATION
After the County opens the Bid Proposals, the bidders will be required to demonstrate the
equipment, which has been proposed for evaluation by, and at no cost to, the County.
The purpose of the demonstration is to observe the equipment in an operational
environment and to verify its capability, suitability, and adaptability vis-a-vis the
performance requirements stipulated in the bid. If a demonstration is required, the
County will notify the bidder of such in writing and will specify the date, time and
location of the demonstration. If the bidder fails to perform the demonstration on the
specified date stipulated in the notice, the County may elect to reject the bidder's proposal
or to re -schedule the demonstration in its best interest. The County shall be the sole
judge of the acceptability of the equipment in conformance with the bid specifications
and its decision shall be final.
2.30 ESCORT AT AIRCRAFT OPERATING AREA
When performing work at the County's Aviation Department, the successful bidder shall
report to the Aviation Department's Maintenance Division Building No. 3030 and be
escorted to and from each area of work that traverses the aircraft operating area. The
Department shall monitor the placement of the bidder's equipment at each location. Upon
completion of the work, the bidder shall call Mike Ayhens at 305-876-7919, to arrange
inspection and escort out of the aircraft operating area. Any violations of this section by
the bidder shall result in immediate removal from this Contract.
2.31 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE
BIDDER
Unless otherwise provided in Section 3 of this Solicitation entitled "Technical
Specifications", the Bidder shall furnish all labor, material and equipment necessary for
satisfactory contract performance.
20
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.32 LEGAL REQUIREMENT FOR POLLUTION CONTROL
It is the intent of these Specifications to comply with the Dade County Pollution Control
Ordinance as stated in Chapter 24 of the Miami -Dade Code. This ordinance is made a
part of these specifications by reference and may be obtained, if necessary, by the bidder
through the Department of Environmental Resources Management (DERM), 33 SW 2nd
Ave., Miami, Florida 33130, at (305) 372-6789.
2.33 LICENSES, PERMITS AND FEES
The bidder shall obtain and pay for all licenses, permits and inspection fees required for
this project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein. Damages, penalties and or
fines imposed on the County or the bidder for failure to obtain required licenses, permits
or fines shall be borne by the bidder.
2.34 LIMITATION OF CONTRACT SHALL BE $125,000 PER PROJECT
Although the purpose of this Solicitation is to secure a contract that can satisfy the total
needs of the County or of a specific County agency, it is hereby agreed and understood
that this Solicitation does not constitute the exclusive rights of the successful Bidder(s) to
receive all orders that may be generated by the County in conjunction with this
Solicitation. It is hereby agreed and understood that, in accordance with Dade County
Resolution #120-83, any trades assistance work project exceeding $125,000.00 must be
bid separately and cannot be incorporated under the terms and conditions of this
Solicitation.
2.35 LOCAL OFFICE SHALL BE AVAILABLE
The Bidder shall maintain an office within the geographic boundaries of Dade or
Broward Counties, Florida. A competent company representative who can be contacted
during normal working hours and who is authorized to discuss matters pertaining to the
contract shall staff this office.
2.36 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING
DELIVERY:
The successful bidder shall enclose a complete packing slip or delivery ticket with any
items to be delivered in conjunction with this bid solicitation. The packing slip shall be
attached to the shipping carton(s), which contain the items and shall be made available to
the County's authorized representative during delivery. The packing slip or delivery
ticket shall include, at a minimum, the following information: purchase order number;
date of order; a complete listing of items being delivered; and back -order quantities and
estimated delivery of back -orders if applicable.
21
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.37 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN SOUTH
FLORIDA
Bids will only be accepted from bidder(s), which have service facilities located in South
Florida (defined as Dade and Broward Counties) which can provide parts and repairs.
2.38 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its Bid Proposal for Groups A. & C., the Bidder(s) are required to identify any
and all Subcontractors that will be used for ancillary services that may be used such as
painting, metal coating, hydraulic cylinder work, etc. In this section subcontracting for
any form of welding, metal or machine shop work will not be accepted and will
disqualify your bid. In Groups B. & D. of this solicitation the Bidder(s) are required to
identify any and all Subcontractors that will be used for Metal and Ceramic Coating
Services Only, in the Options Section of the proposed contract. The County when
making the award in the best interest of the County shall consider the competency of the
Subcontractor(s) with respect to experience, skill, responsibility and business standing. If
the bidder fails to identify any and all sub -contractors in the Bid Proposal, the bidder may
be allowed to submit this documentation to the County during the bid evaluation period if
such action is in the best interest of the County.
2.39 WORK ACCEPTANCE
An authorized representative of the County will inspect all projects. All inspection shall
be performed to determine acceptance of work, appropriate invoicing, and warranty
conditions.
THE FOLLOWING SPECIAL CONDITIONS (2.40 THRU 2.50) WILL
PERTAIN TO GROUP A. OF THIS CONTRACT:
2.40 WORK ASSIGNMENTS IDENTIFIED BY THE COUNTY:
All work assignments during the contract period will be on an "as needed" basis,
complying with notification requirements. Bidder shall assume no guarantees as to the
number or frequency of work assignments or the amount of payments under the terms of
this contract.
Determination of work specifications and materials for each assignment will be made by
the County Department.
2.41 REPAIR STANDARDS
As no two vendors perform their work just alike, they may not see work requirements or
damage to a vehicle in the same degree, causing their quotation to vary. However, the
quality of the finished work must equal all of the standards of best industry practices as to
selection and preparation of metals for repair, primer and paint standards, and finished
•
22
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
quality of the repairs. The successful Contract Vendor will be required to consistently
produce this quality of work using modern facilities, methods, paints, and repair
techniques performed by individuals knowledgeable and skilled in fabrication repairs so
the repair(s) conform with the original body alignment and contours as well as matching
(as far as possible) existing paint textures and colors. Where damage has caused
structural damage or frame/chassis misalignment of any nature, the Vendor will be
required to align the equipment using equipment currently used in the industry with
trained personnel to factory new standard alignment. Vendors will be required to have on
their premises the proper welding equipment (gas/arc), metal forming equipment, spray
booth(s), frame machine(s) if doing frame work, sandblasting ability, and storage/yard
facilities that are fenced and secure so as to maintain the security of Miami -Dade County
vehicles. Vendors who wish to participate in repairs performed at County facilities must
have the appropriate portable equipment needed to make such repairs.
2.42 TIME LIMIT FOR MAKING INSPECTION
Contract Vendors shall make their inspection within 24 hours after being notified of work
to be inspected. Not making an inspection within the required time can cause the job to
be awarded to the vendor meeting this requirement at the sole discretion of the shop
supervisor.
2.43 TIME LIMIT FOR RETURNING QUOTATIONS
A. Locations using prearranged inspection schedules will post or notify Vendors of the
required quotation return schedule. This schedule will require return no less than 24
hours, or more than 72 hours, from scheduled job inspection.
B. When called for a quotation, Contract Vendors shall return their quotation using
Miami -Dade County's "Estimate of Repair Cost" Form (No. 160.80-64 Rev. 1/17) or
any County solicitation form, no more than 48 hours after being notified of work to
be inspected. Failure of the Contract Vendor to submit the quotation within 48
hours from notification will be considered "no quote" and the Contract Vendor will
not be eligible for consideration of award of that repair. The time limit requirement
may be waived in specific instances at the sole discretion of the Shop Supervisor
when deemed in the best interests of Miami -Dade County.
2.44 AWARDING QUOTES
The Vendor will quote each job after notification or scheduled time. Miami -Dade
County shall furnish the vendor with "Estimate of Repair Cost" or any County
solicitation forms to submit their quotation on. Miami -Dade County will give the
vendor(s) detailed descriptions of work to be performed and allowable days of "down
time" to complete and return work.
The Contract Vendors shall state in their quote, in number of days, the reasonable time it
will take them to repair the equipment quoted on ("down time"). This "down time", in
23
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
number of days, shall be included in writing on the "Estimate of Repair Cost" or any
County solicitation form, and will be a part of the quotation.
In addition to the price quoted the Shop Supervisor will use the vendor's "down time"
quote as well as the vendor's past history of conforming to quoted "down time", quality of
finished work, history of additional costs and additional "down time" and current quantity
of equipment being repaired by the quoting vendor in their decision to award the work.
Miami -Dade County reserves the right to weigh different factors appropriately to the type
of equipment being quoted and its priority for being returned to County service at the sole
discretion of the Shop Supervisor.
2.45 AUTHORIZATION TO BEGIN WORK AFTER AWARD
The Shop Supervisor shall review all written quotes and shall return a copy of the
"Estimate of Repair Cost" form and or a County release/requisition number, signed, to
the vendor awarded the job. This will be the authorization to pick up the equipment and
begin repairs. Equipment not picked up within 48 hours of award notification, will be
deemed forfeited and re -awarded; unless, the pick up time has been specifically waived
by the Shop Supervisor.
NOTE: If none of the quotes received are within the limit of days of allowable "down
time" the County reserves the right to waive its specified "down time" on that quote in
lieu of the "down time" quoted by the awarded vendor.
2.46 EXCEEDING "DOWN TIME"
If the Contract Vendor does not meet the "down time" requirement quoted, Miami -Dade
County reserves the right to have the equipment returned to Miami -Dade County's
facility 24 hours after the expiration of "down time". The removal of the equipment from
the Contract Vendor's facility and return to Miami -Dade County will be at the expense of
the Contract Vendor. If this option is exercised by Miami -Dade County, Miami -Dade
County's only liability shall be to pay for work already performed.
2.47 ADDITIONAL COST AND ADDITIONAL "DOWN TIME"
The Contract Vendor, after being awarded work, shall notify the Shop Supervisor within
48 hours of pickup of the awarded job, of any additional labor, parts cost, or "down time"
that may be required to repair previously hidden damages. The Contract Vendor shall not
perform, or bill for, any additional work until he has received the Shop Supervisor's prior
approval. Should the Shop Supervisor not agree with the Contract Vendor's projected
charges or "down time" for hidden repairs Miami -Dade County may, at its sole
discretion, remove the equipment from the Contract Vendor Repair Facility and have the
equipment re -quoted. Miami -Dade County's only liability in this occurrence would be
for work already performed. Approved additional costs shall be itemized on an invoice,
separate from the original quote and plainly labeled "hidden damages". Work for "hidden
24
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
damages" is not authorized, until the Shop Supervisor has signed such separate quote,
labeled "hidden damages".
2.48 RANGE OF NON -SPECIALTY VEHICLES TO BE REPAIRED
The Contract Vendor will be expected to perform repairs to the following types of
vehicles.
Vans (over 10,000 G.V.W.)
Buses (School Bus Type over 10,000 G.V.W.)
Sanitation Trucks
Trash Trucks
Truck Tractors
Truck Trailers
Semi Trailers
Assorted Utility Trailers (over 10,000 G.V.W.)
Dump Truck (Flat bed and others)
Hydro Cranes
Other similar heavy equipment (on road)
Construction Equipment
Other On and Off road heavy equipment
2.49 PICK UP AND DELIVERY OF VEHICLES IF APPLICABLE
The successful Contract Vendor is responsible for the safe transport of the equipment if
the repairs are to be performed at the Vendor's premises and the equipment is to be
removed from Miami -Dade County facilities.
The vendor shall return the repaired equipment to the Miami -Dade County Facility from
which the work was generated, not more than 24 hours after completion of same, unless
directed otherwise by the Shop Supervisor.
NOTE: The Shop Supervisor may waive the pick up and delivery requirements for
equipment on a case -by -case basis at his sole discretion when it is deemed to be
in the best interest of Miami -Dade County.
25
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
2.50 SHOP LOCATIONS
Miami -Dade County has many facilities and divisions, which may call/arrange for
collision repair damage quotes. The bidders of this contract are encouraged to familiarize
themselves with County Operations and locations prior to placing their bid. Several
SAMPLE locations are listed below:
FLEET MANAGEMENT
Shop 2 6100 SW 87 Avenue
Shop 3 8801 NW 58 Street
PARK & RECREATION
South 22200 SW 137 Avenues
North 200 West 74 Place, Hialeah
Kendal 11395 SW 79 Street
AVIATION
Mobile Shop, Miami International Airport, Bldg. 3040
6750 NW 19 Street
NOTE: Other County Agencies may access this contract and the listing
above should not be considered final, guaranteed or total.
26
MIAMI-DADE COUNTY BID NO: 7247-0107-CW
SECTION 3, CONTRACTING REQUIREMENTS
(Also Refer to Appendix B)
This contract is a Section 3, covered activity (Miami -Dade Housing Agency only).
Section 3 requires that job training, employment and contracting opportunities be directed
toward low- and very -low income persons and to businesses that provide economic
opportunities to those persons.
Additionally, all bidders (Section 3 and non -Section 3) are required to execute and submit
Document 00400, "Section 3 Economic Opportunity and Affirmative Marketing Plan
(Plan)". Failure to submit bidder's Plan, except as described in Appendix B, Section C.,
may render the bid as non -responsive. Questions regarding Section 3 Contract
Requirements may be faxed to Margaret Hall or Kimberly Green, Office of Compliance,
Miami -Dade Housing Agency at 305-643-1733. NOTE: Documentation Must Be
Submitted With Proposal
27
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
SECTION 3.0 TECHNICAL SPECIFICATIONS
HEAVY EQUIPMENT WELDING, MACHINE SHOP AND METAL
FABRICATION SERVICES
3.1 Group A. & Group C. These specifications are intended to describe in general terms the
type, of Welding Repairs for Heavy Equipment required for the GSA/Fleet Management
Division and various other County Departments; as well as to set the minimum requirements
that the vendors must posses in order to ensure adequate service and quality.
Bidder(s) are to refer to Section 2.0, Para. 2.6, for Repair and Pre -Qualification Minimum
Requirements in Group A. & Group C., which may involve metal fabrication and machine
work that may include shaping, bending, sandblasting, welding fastening, machining, metal
spraying, ceramic coating and painting, among other functions, in order to produce a finished
project. The finished projects may include work done to various categories of heavy mobile
equipment such as repairing or replacing sections, complete walls, or floors in transfer
trailers, refuse packers, conventional and contractor's dump trucks. Welding repair of
various components of heavy equipment used on landfills or construction sites.
Group B. & Group D. These specification are intended to describe in general terms the type
of Machine Shop, Metal Fabricating, Welding, Metal Spraying and Ceramic Coating
application services that the county will require from the successful Bidder(s), as well as to
set the minimum qualifications that the bidder(s) must posses, in order to ensure adequate
service and quality.
The Metal Fabrication and Machine work may involve shaping, bending, sandblasting,
welding fastening, machining, metal spraying, ceramic coating and painting, among other
functions, in order to produce a finished project. The finished projects may include
enclosures, gates, equipment supports, stacks, ducts, or any other metal fabrication as
required by a County Department, for its operating plants, stations, and other facilities. The
materials involved may include carbon steel, stainless steel, and aluminum, among others.
The work may involve installation and or dismantling of existing metal components at the
various facilities of the various Departments. Therefore, the bidder(s) shall be capable to
perform fieldwork to accomplish these projects. In addition, the bidder(s) will need to be
equipped with proper tools, equipment and personnel in order to dismantle or reassemble
parts as needed; and to apply metal spray or ceramic coatings on items such as pump
housings, sleeves, shafts, gears and bearing surfaces at the bidder(s) repair facility.
28
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
3.2 GROUP B. & GROUP D. PRE -QUALIFICATION REQUIREMENTS
All Bidders shall own or lease (term of this contract), at the time of bid submission as a
minimum, the following equipment.
1. Drill Press(s)
2. Lathe(s) with a minimum capacity of 32"
3. Milling Machine(s)
4. Hydraulic Press(s) with 100 Ton minimum capacity
5. Forming Press with 100 Tons minimum capacity
6. Shears with 6' cutting length capacity and minimum '/" thickness
7. Roller (capable of handling up to '/a" thick steel and up to 3' wide pieces)
8. Bench and Cylindrical Grinder(s)
9. Vise(s)
10. Vertical and Horizontal Band Saw(s)
11. Oxygen -Acetylene Welding Equipment
12. Arc (Stick) Welding Equipment
13. Multi -Process Welding Machine (Stick!Tig/Mig)
14. Plasma Cutter with %" minimum ca
15. Equipped Service Truck
16. Sandblasting Cabinet and Equipment
17. Parts Washer(s)
18. Forklift or Shop Crane with 3 Ton minimum lifting capacity
Bidder(s) responding to this bid must provide the County, a list of the types, sizes, and
capabilities of their company's shop equipment, listed above.
3.3 FIELD MEASUREMENTS AND DRAWINGS
Detailed drawings of existing equipment or facilities may not be available for certain
projects; therefore, the successful Vendor(s) must be capable of providing sufficient field
measurements, for the purpose of fabricating the products as required by the County. In
addition, the successful Vendor(s) must be capable of providing the County with fabrication -
quality shop drawings for the County's approval and record keeping.
OPTION:
METAL AND CERAMIC COATING
Successful Vendor(s) shall be allowed to Sub -Contract only the Metal and
Ceramic Coating Service portion, of projects that are requested by any of the
County User Department.
29
MIAMI-DADE COUNTY
BID NO: 7247-0/07-CW
Submit Bid To:
CLERK OF THE BOARD
Stephen P. Clark Center
Ill NW 1St Street
17'h Floor, Suite 202
Miami, Florida 33128-1983
Di
DEPARTMENT OF
PROCUREMENT MANAGEMENT
OPENING: 2:00 P.M.
WEDNESDAY
December 18, 2002
INVITATION TO BID
SECTION 4.0
BID PROPOSAL 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 DPM Date Issued: 10/29/02 This Bid Proposal Consists of
by:R.G. Bids & Contracts Division Pages 30 through 34
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid
Proposal. Such other contract provisions, specifications, drawings or other data as are attached or
incorporated by reference in the Bid Proposal, will be received at the office of DPM, Bids and Contracts
Division, Vendor Assistance section 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
Proposal Requirement.
WELDING REPAIRS FOR HEAVY EQUIPMENT, MACHINE SHOP AND METAL
FABRICATION SERVICES
A Bid Deposit in the amount of NIA of the total amount of the bid shall accompany all bids
A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution
of the contract by the successful bidder and Miami -Dade County
DO NOT WRITE IN TFIIS SPACE
ACCEPTED
NON -RESPONSIVE
DATE B.C.C.
ITEM NOS. ACCEPTED
HIGHER THAN LOW
UNRESPONSIBLE
NO BID
COMMODITY CODE: 929-48 & 910-76
SR. PROCUREMENT AGENT: Rodolfo Gonzalez, CPPB
FIRM NAME:
RETURN THREE COPIES OF BID PROPOSAL PAGES ONLY
FAILURE TO SIGN PAGE 34 OF SECTION 4.0, BID PROPOSAL FORM, WILL
RENDER YOUR BID NON -RESPONSIVE
30
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
PRE -QUALIFICATION OF VENDORS FOR:
GROUP A. WELDING REPAIRS FOR HEAVY EQUIPMENT; THAT MEET ALL OF
THE CRITERIA MENTIONED IN SECTION 2.0, PARA. 2.6
(The County will conduct a site visit to verify that vendors do meet the established criteria)
1. Yes, I would like to be considered for pre -qualification of Group A.
2. No, I DO NOT wish to be considered for pre -qualification of Group A.
PRE -QUALIFICATION OF VENDORS FOR:
GROUP B. MACHINE SHOP AND METAL FABRICATION SERVICES; THAT MEET
ALL OF THE CRITERIA MENTIONED IN SECTION 2.0, PARA.2.6
(The County will conduct a site visit to verify that vendors do meet the established criteria)
1. Yes, I would like to be considered for pre -qualification of Group B.
2. No, I DO NOT wish to be considered for pre -qualification of Group B.
OPTIONS: METAL AND CERAMIC COATING SERVICES
1. Yes, I would like to be considered for pre -qualification of Options.
2. No, I DO NOT wish to be considered for pre -qualification of Options.
Name of Sub -Contractor City and State
31
MIAMI-DADE COUNTY BID NO: 7247-0/07-C W
PRE -QUALIFICATION OF VENDORS FOR: MIAMI-DADE TRANSIT AGENCY
GROUP C. WELDING REPAIRS FOR HEAVY EQUIPMENT; THAT MEET ALL OF
THE CRITERIA MENTIONED IN SECTION 2.0, PARA. 2.6
(The County will conduct a site visit to verify that vendors do meet the established criteria)
1. Yes, I would like to be considered for pre -qualification of Group C.
2. No, I DO NOT wish to be considered for pre -qualification of Group C.
PRE -QUALIFICATION OF VENDORS FOR:
GROUP D. MACHINE SHOP AND METAL FABRICATION SERVICES; THAT MEET
ALL OF THE CRITERIA MENTIONED IN. SECTION 2.0, PARA. 2.6
(The County will conduct a site visit to verify that vendors do meet the established criteria)
1. Yes, I would like to be considered for pre -qualification of Group D.
2. No, I DO NOT wish to be considered for pre -qualification of Group D.
OPTIONS: METAL AND CERAMIC COATING SERVICES
1. Yes, I would like to be considered for pre -qualification of Options.
2. No, I DO NOT wish to be considered for pre -qualification of Options.
Name of Sub -Contractor City and State
(USE OF FEDERAL FUNDS ONLY -NO MEASURES FOR GROUPS C. & D.)
32
MIAMI-DADE COUNTY BID NO: 7247-0/07-CW
BID PROPOSAL FOR:
Welding Repair for Heavy Equip, Machine Shop & Metal Fabrication Svc.
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
Addendum #9, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
REVISED 02/26/02
33
MIAMI-DADE BID NO.: 7247-0/07-CW
BID PROPOSAL FORM
Bid Title: Welding Repair for Heavy Equipment, Machine Shop and Metal Fabrication Services
By signing this Bid proposal 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.
The Bidder confirms that this Bid proposal 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.
Firm Name:
Street Address:
Mailing Address (if different):
Telephone No. Fax No.
Email Address: FEIN No. /
Prompt Payment Terms: % days net days
(Please see paragraph 1.2 H of General Terms and Conditions)
Signature:
(Signature of authorized agent)
Print Name: Title:
Failure to sign this page shall render your Bid non -responsive.
34