Loading...
HomeMy WebLinkAboutInvitation to BidBID NO.: 8720-0109 OPENING: 2:00 P.M. Wednesday, June 25, 2008 MIAMI-DADE COUNTY, FLORIDA I N V I T TO ATION BID RENTAL OF OFFICE TRAILERS (PRE -QUALIFICATION) THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: ................................. N/A CATALOGUE AND LISTS: ...................................... ........................... Section 2 Paragraph 2.6 Sub. f) & ) CERTIFICATE OF COMPETENCY: ................................................. Section 2 Paragraph 2.14 EQUIPMENT LIST: ........................................ ...................................... Section 2 Paragraph 2.30 EXPEDITED PROCUREMENT PROGRAM (EPP) N/A INDEMNIFICATION/INSURANCE:................................................... Section 2 Paragraph 2.11 PRE-BID CONFERENCE/WALK-THRU:......................................... N/A SMALL BUSINESS ENTERPRISE MEASURE:....... ......................... Section 2 Paragraph 2.2 SAMPLESANFORMATION SHEETS: ............................................... N/A SECTION3 — MDHA:........................................................................... N/A SITE VISIT/AFFIDAVIT:............ ......................................................... N/A USER ACCESS PROGRAM:................................................................ Section 2 Paragraph 2.21 WRITTEN WARRANTY: ..................................................................... Section 2, Paragraph 2.19 FOR INFORMATION CONTACT: Thelma L. Rodriguez (305) 375-4252 — e-mail Trodrig@miamidade.gov IMPORTANT NOTICE TO BIDDERS COMPLETE AND RETURN ALL AFFIDAVITS WITH BID SUBMITTAL FORMS MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASING DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 23 OF SECTION 4.0, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 23 OF SECTION 4.0, BID SUBMITTAL WILL RENDER YOUR BID NON-RESPONSIVE SNWHIML MIAMI•R4DE MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 8720-0/09 Title: RENTAL OF OFFICE TRAILERS (Pre-Oualification) Sr. Procurement Contracting Agent: Thelma L. Rodriguez Bids will be accepted until 2:00 p.m. on Wednesday, June 25, 2008 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid Submittal, plus attachments if applicable. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated in this solicitation document. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE. • THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION MIAMI-DADE COUNTY BID NO.: 8720 -9/09 -OTR SECTION 1 GENERAL TERMS AND CONDITHM ENTAL OF OFFICE TRAILERS (Pre-Oualificationl 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 -shag mean this solicitation documentation, including any and off addenda. Bid Submittal 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 - shag refer to Miami -Dade County's Department of Procurement Management. Enrolled Vendor - shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County. 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 into business agreements with the County. The Vendor Registration Package - shall refer to the Business Entity ROOM-#- Application. For additional information about on-line vendor enrollment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1" Street, 13"' floor, Miami, FL 33128, Phone 305-378.5773. Vendors can enroll online and obtain forms to register by visiting our web site at www.mlamidadomovidurn 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 notification list for selected categories of goods and services. To be eligible for award of a contract (including small purchase orders), Bidders must become a Registered Vendor. Only Registered Vendors can be awarded County contracts. Vendors are required to register with the County by contacting the Vendor Assistance Unit. The County endeavors to obtain the participation of all qualified small business enterprises. For information and to apply for certification, contact the Department of Small Business Development at 111 N.W. 1 Street, 19"' Floor, Miami, FL 33128-1900. or telephone at 305-376-3111. County employees and board members wishing to do business with the County are referred to Section 2-11.1 of the Miami -Dade County Code relating to Conflict of Interest and Code of Ethics. B. Vendor Registration To be recommended for award the County requires that vendors complete a Miami -Dade County Vendor Registration Package. Effective June 1, 2008, a new Vendor Registration Package, including a Uniform Affidavit Packet (Affidavit form), must be completed by vendors and returned to the Department of procurement Management (DPM), Vendor Assistance Unit, within fourteen (14) days of notification of the intent to recommend for award. In the event the Vendor Registration Package Is not properly completed and returned within the specified time, the County may in its sole discretion, award to the next lowest responsive, responsible Bidder. The Bidder is responsible for obtaining the Vendor Registration Package, including all affidavits by downloading from the DPM website at www.mismidade_gov or from the Vendor Assistance Unit at 111 N.W. 1" Street, le Floor, Miami, FL 33128. Bidders are required to affirm that all information submitted with the Vendor Registration Package is current, complete and accurate, at the time they submit a response to a Bid Solicitation, by completing the provided Affirmation of Vendor Affidavit form. In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its knowledge of and commitment to comply with the following: I. Waini Dade County Ownership Disclosure Affidavit (Sec. 2-8.1 of the County Code) 2. Miami -Dade County Employment Disclosure Afildavlt (County Ordinance No. 90-133, amending Section 2.8-1(d)(2) of the County Code) 3, Miami -Dade Employment Prug-fuse Waftlace Certification (Section 2-8.1.2(b) of the County Code) 4. Mlamj�Dode Disability and Nondiscrimination Affidavit (Article 1, Section 2-8.1.5 Resolution Ri82-00 Amending R-385-95) 5. Miami -Dade County DebarmentD/sctosureAWdavit (Seclion 10.38 of the County Code) 8. Miaml-Dade County Vendor Obligation to County AMdavit (Section 2-& 1 of the County Code) 7. Mlam/ Dade County Code of Business Ethics Affidavit (Article 1, Section 2.8.1f and 2-11(b)(1) of the County Code through (8) and (9) at the County Code and County Ordinance No 00-1 amending Section 2.11.1(c) of the County Code) 8. Miami -Dade County Family Leave Affidavit (Article V of Chapter 11 ofthe County Code) 9, Miami -Dade County living Wage Aflldavit (Section 2-8.9 of the County Code) 10. Miami -Dade County Domestic Leave and Reporting Adtdavit (Article S. Section 11A-60IIA-87 of the County Code) t1. Subcontracting Practices (Ordinance 97-35) 12. Subcontractorl'SupplierUlsting (Ordinance 97-104) 13. Envfronmentally Acceptable Packaging Resofution (R-738-92) 14, W-9 and 8109 Forms The vendor must famish these forms as required by the internal Revenue Service. 13- Social Security Number In order to establish a fife for your firm, you must provide your firm's Federal Employer Identification Number (FEIN). ff no FEIN exists, the Social Security Number of the owner or individual must be provided. This number becomes your "County Vendor Number". To comply with Section 11g.071(6) of the Florida Statutes relating to the collection of an individual's Social Security Number, be aware that DPM requests the Social Security Number for the following purposes: • identification of individual account records • To make payments to individuallvendor for goods and services provided to Miami -Dade County • Tau reporting purposes • To provide a unique Identifier in the vendor database that may be used for searching and sorting departmental records 18. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 17. Small Business Enterprises The County endeavors to obtain the participation of all small business enfeiprises pursuant to sections 2-82, 2-8.2.3 and 2-&2A of the County Code and rifle 49 o1 the Code of Federal Regulations. 18. Antitrust taws By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida. -I- Revised 5/27/08 MIAMI-DADE COUNTY BID NO.: 8720-9/09=OTR SECTION 1 GENERAL TERMS AND CONDITIONS RENTAL OF OMCE MILERS (Pre-Oualifi ationl 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 pla on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to vide 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 th Florida Statutes, for CATEGORY TWO for a period of 36 months from Me date of being placed on the convicted vendor fiat. O. Request for Additional Information 1.. Pursuant to Section 2-11.10) 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 ciarificetion of process or procedure already contained in the solicitation, are to be made in waiting to the attention of the Procurement Agent identified on the front page of the soltutaliom Such inquiries or request for information shall be submitted to the procurement agent in writing and shag contain the requester's name, address, and telephone number. If transmdted 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, 111 NW Tw Street, 17 h Floor, suite 202, Miami, Florida 33128-1983 or email cIerkb mi1lW-ade.noy. 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 9. 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. Contents of Bid Solicitation and Bidders' Responsibilities 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 wilt not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. In the event a Bidder wishes to protest any part of (he 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 Bks opening date and hour specified in the solicitation. Failure to file a timely notice of protest will constitute a waiver of proceedings. 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 exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order. Federal, State and local. It is the responsibility of the BiddedProposer, prior to conducting any lobbying regarding this solicitation to tie the appropriate form with the Clerk of the Board stating that a particular lobbyist b autlip tzed to noreaent the BfddarlProposer. The Bidder/Proposer strait also file a form with Die Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Sidderl Proposer. Failure of a Bidder/Proposer to file the appropriate form required, in relation to each solicitation, may be considered as evidence that the SidderiProposer is not a responsible contractor. 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 now 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 a written letter received by OPM 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 tetter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Within The Old Solicitation Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. Prompt Payment Terms it is the policy of Miami -Dade County that payment for ail purchases by County agencies and the Public Health Trust shall be made In a timely manner and that interest payments be made on late payments. to accordance with Florida Statutes, Section 218.74 and Section 2-8.1 A of the Mfarif-Dade County Code, the time at which payment shall be due from the County or the Public Health Trust shall be forty -flue (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses 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 (1%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shag be concluded by final written decision of the County Manager, or his or her designee(s), not tater than sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. The Bidder may offer cash discounts for prompt payments; however, such discounts will n9t be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terns in the space provided on the Bid submittal signature page of the solicitation. 1.3. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and Initiated 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 submittal form. FAILURE TO SIGN THE BIO SUBMITTAL FORM SHALL RENDER THE BID NON-ftE$PON8IVa 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 ailowrable under the terms and conditions. The alternate, Bid must meet or exceed the minimum requirements and be submitted on a separate Bill submittal marked `Aitemate Bid'. F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. -II- Revised 5/2'/08 MIAMI-DADE COUNTY BID NO.: 8720 -9/09 -OTR SECTION 1 GENERAL T M. AND CONDITIONS ENTAL OF OFFICE TRAILERS (Pre -O >'alifi sltion) 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. 1.5. AWARD OF BIO 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-adverfise 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 fine 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 rejeot 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 tow 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. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Local Business Tax Receipt. F. Pursuant to- County Code Section 2-8.1(g), the Bidders 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 ropy of the Bid tabulation, Bidder(s) shall enclose an appropriately sized self-addressed stamped envelope or make a request by e-mail. Birt results will not be given by telephone or faceimtle. H. The Bid Solicitation, any addenda and/or property executed modifications, the purchase order, and any change order(s) shall constitute the contract. 1. In accordance with Resolution R-157488, the Director of DPM 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 one hundred -eighty (180) calendar days beyond the current contract period and will notify the contractor in writing of the extension. B. This contract may be extended beyond the initial one hundred - eighty (180) day extension period upon mutual agreement between the County and the successful Bidder(s) upon approval by the Board of CountyCommisslloners. 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 goats 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 manufacturers standard warranty. I.S. ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based on the County's anticipated needs and/or usage during a previous contract period and; (b) the County may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation and the resulting contract, if that section is present in this solicitation document. No guarantee is expressed or implies as to lim quantities or dollars that will be used during the contract period. The County is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.S. NON -EXCLUSIVITY 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 a$ deemed In its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein desctibed in any manner It sees fit, Including brit not limited to: award of other contracts, use of any contractor, or perform the work with its own employees. 1.10. LOCAL PREFERENCE The evaluation of competitive bids is subject to Section 2-8.5 of the Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. A local business shall be defined as: 1, a business that has a valid Local Business Tax Receipt, issued by Miami -Dade County at least one year prior to bid or proposal submission, that is appropriate for the goods, services or construction to be purchased; 2. a business that has physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3. a business that contributes to the economic development and wall -being of Miami -Date County in a verifiable and measurable way. This may include but not be limited to the retention and expansion of employment opportunities and the support and increase in the CounVs tax base. To satisfy this requirement, the vendor shall afram in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation: (a) vendor has at least ten (10) permanent full time employees. or part time employees equivalent to 10 FTE (1011 -time equivalane employees working 40 hours per week) that live in Miami -Dade County, or at least 25% of its employees that We In Miami -Dade County, or (b) vendor contributes to the County s tax base by paying either real property taxes or tangible personal properly taxes to Miami -Dade County, or (c) some other verifiable and measurable contribution to the economic development and well-being of Miami -Dade County. When there is a responsive bid from a Miami -Dade local business within 10% of the lowest price submitted by a responsive non -local business, the local business and the non -local tow bidder shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local business. At this time, there is an interfocal agreement In effect between Miami - Dade and Broward Counties until September 2009. Therefore, a vendor which meets the requirements of (1), (2) and (3) above for Broward County shall be considered a local business pursuant to this Section. 1.11.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. Revised 5/27/08 MIAMI-DADE COUNTY BID NO.: 8720 -9/09 -OTR SECTION 1 GENERAL TERMS ANDONDITIONS RENTAL OF OFFICE TRAILER (Pre -Qualification) 1.18. RESPONSIBILITY AS EMPLOYER 1.12. 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. B. A written intent to protest shall be filed with the Clerk of the Board and mailed to all participants in the competitive process and to the County Attorney within three (3) County work days of the filing of the County Manager's recommendation. This three- day period begins on the County workday after the filing of the County Manager's recommendation. Such written intent to protest shall state the particular grounds on which it is based and shag be accompanied by a filing fee as detailed In Para C below. C. The written intent to protest shall be accompanied by a non- refundable filing fee, payable to the perk of the Board, in accordance with the schedule provided below. Award Amount FilinaF $25,000$250,000 $500 $250,0014500,000 $1,O1m $500,00145 million $3,000 Over $5 million $5,000 The protester shall then file all pertinent documents and supporting evidence with the Clerk of the Board and mail copies to all participants in the competitive process and to the County Attorney within three (3) County workdays after the filing of a written Intent to protest. D. For award recommendations greater than $250,000 the following shall apply: The County's recommendation to award or reject will be immediately communicated (via mail, fax or email) to all participants in the competitive process and films with the Clerk of the Board. E. Forawardrecommendations from $25,000 to $250,000 the following shall apply: Each County workday, as appropriate, recommendations to award or reject will be posted in the lobby of the Stephen P. Clark Center, located at 111 N.W. I" Street. Participants may also view recommendations to award on-line at the t)PM website or call the contact person as identified on the cover page of the Bid Solicitation. 1.13. 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 8kf Solicitation. The Bidder shall be familiar with as federal, state and local laws that may in affect the goods and/or services offered. 1.14. PACKAGING Unless otherwise specified in the Special Conditions or Technical Specifications, as containers shall be suitable for shipment and/or storage and comply with Resolution No. 738-92. 1.15. 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 temnination of the oontrad for defauh. When Subcontracting is allowed the Bidder shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and County Ordinance No. 97-35. 1.16. ASSIGNMENT The successful Bidder shall not assign, 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. 1.17. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. -IV- The employee(s) of the successful Bidder shall be considered to be at ail times its employee(s), and not an employee(s) or agerd(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. 1,19- INDEMNIFICATION The successful Bidder shall indemnify and holt harmless the County and its officers, employees, agents and Instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of 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 attorney'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 shalt in no way limit the responsibility to indemnify, keep and save hamntess and defend the County or its officers, employees, agents and Instrumentalities as herein provided. 1.20. COLLUSION Where two (2) or more related ponies, as defined herein, each submit a Bid for any centtaa, such Bids shall be prestsned 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 strap 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 hid 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. 1.21. 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. 1.22. TERMINATION FOR CONVENIENCE The County, at lts sole discretion, reserves the right to terminate this contrad 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 casts incurred by the successful Bidder prior to notice of termination. The County shall be the sole judge of "reasonable costs! 1.23JERMINATION 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 flails 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 tetter 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. Ail re -procurement cost shall be borne by the successful Bidder. Revised 5/27/08 MIAMI-DADE COUNTY BID NO.: 8720 -9/09 -OTR SECTION 1 GENERAL. TERMS AND CONDITIONS RENTAL OF OFFICE TRAILERS (Pre-OLalific�tion) 1.24. 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 or 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. 1.26 OFFICE OF THE INSPECTOR GENERAL MiamloDade 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 sit County contracts. The cost of random audits shall be incorporated into the contract price of all contracts and shall be one quarter (114) of one (1) percent of the contract price, except as otherwise provided in Section 2-1076(c)(8) of the County Code. 1.27 PRE -AWARD INSPECTION The County may conduct a pre -award inspection of the bidder's site or holt a pre -award qualification hearing to determine if the bidder is capable of performing the requirements of this bid solicitation. 1.26 PROPRiETARYICONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or In support of bid submittals will be available for public Inspection after opening of bids 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 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 cteady 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. 1.29. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists Miami -Dade County with a futhction_or activity involving the use or disclosure of 'individually identifiable health information (8Hq andfor Protected Health information (PHI) shall comply with the Health insurance Portability and Accountability Act (HIPAA) of 19% and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electronic transfer standards that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health information (PHI) available to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer, 7. Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami -Dade County for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidded Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.30. CHARTER COUNTY TRANSIT SYSTEM SALE SURTAX When proceeds from the Charter County Transit System Sales Surtax levied pursuant to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some pmt of the cost of this contract, no award of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a mutti-departmem contract, nor an award of a contract solely for the use of TransdtPublic Works shall be effective and thereby give rise to a contractual relationship with the County for Transit/Public Works purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either byexpiration of 10 days after such award without veto by the Mayor, or by Commission override of a veto); and, 2) either, i) the Citizens' Independent Transportation Trust (CITI) has approved inclusion of TransNPublic Works in this contract, or, ii) in response to the CITT's disapproval, the County Commission reaffirms Transill/Public Work's inclusion in the contract by two thirds (213) vote of the Commission's membership and such reaffirmation becomes final. 1.31 LOBBYIST CONTINGENCY FEES A) in accordance with Section 2-11.1(9) of the Code of Miami -Dade County, after May, 16, 2003, no person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. B) A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which is dependant on or in any way. contingent upon the passage, defeat, or modification of; 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Manager or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision-making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a County board or committee. 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds. V - Revised 5/27/08 MWAMI-DADE COUNTY BID NO.: 8720 -0/09 -OTR SECTION 2 SPECIAL. CONDITIONS RENTAL OF OFFICE TRAILERS (Pre -Qualification) 2.1 PURPOSE: TO PRE -QUALIFY VENDORS FOR SPOT MARKET PURCHASES The purpose of this Invitation to Bid is to pre -qualify potential bidders through the submission of documents and forms which verifies that the vendor meets and/or exceeds the minimum criteria. All bidders which meet and/or exceed the criteria established herein shall be placed on a Pre -Qualification List that may be accessed by various Miami -Dade County Departments in order to obtain price quotations for the Rental of Office Trailers. 2.2 SMALL BUSINESS CONTRACT MEASURES: A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access.www.miamid-.ide.jzov/dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 PRF, -BID CONFERENCE: INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: SIX (6) 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, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for (6) six months and upon completion of the expressed and/or implied warranty periods, and shall expire on the last day of the six (6) month period. 2.5 OPTION TO RENEW: INTENTIONALLY OMITTED 2.6 METHOD OF AWARD: TO PRE -QUALIFIED BIDDERS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES Award of this contract will be made to all responsive, responsible bidders who meet the qualifications as stated herein and who ineet and/or exceed the minimum criteria established below: Revised 5/27108 MIAMI -FADE COUNTY BIO NO.: 8720 -0/09 -OTR SECTION 2 SPECIAL, CONDITIONS RENTAL. OF OFFICE TRAILERS (Pre-Oualifieationl a) The Bidder(s) shall have proof of a minimum of five (5) years experience in the business of rental or leasing of office trailers by supplying a list of the company(ies), contacts and telephone numbers where they have provided this service (Section 4, Paragraph 1 of the Invitation to Bid). b) The Bidder(s) shall maintain an office or a warehouse. This facility shall be staffed by competent company representatives who can be contacted Monday through Friday 8:00 a.m. to 5:00 p.m. C) Provide telephone number of working telephone, separate facsimile lines, and E -Mail address to expedite quotes. d) Bidders shall provide a listing of at least three (3) large Commercial business and/or Government Agencies' references, name, phone number, address and e-mail address where bidder has provided the rental and/or leasing of Office Trailers for at lease three (3) continuous years. e) Bidder(s) shall state their capability to set-up and install Office Trailers as per Section 2.0 of the Special Conditions. f) Bidder(s) shall provide a list of the manufacturer(s) they represent. g) Bidder(s) shall provide a list of at least five (5) sites where their leased or rental equipment is currently located. h) Be able to provide Concrete Portables that can withstand wind of 187 mph (Category #5 hurricane winds). One of the sites as required in 2.6 (d) shall include concrete portables. Bidders meeting and/or exceeding the solicitation criteria will be placed on a Pre - Qualification List that may be accessed by various user departments in order to obtain Spot Market quotations. All bidders will be solicited for Spot Market quotes on an as -needed basis by County Departments. When such spot market purchases are initiated, the pre- qualified bidders shall be invited to offer a fixed price for a specific individual rental, or a specific lease period. The vendor then offering the lowest fixed price shall be awarded for the specific period or specific rental. The award to one bidder for a specific period or individual action does not preclude the remaining pre -qualified vendors from submitting spot market offers for other specific rentals. It shall be the sole prerogative of the County as to the number of vendors who will be initially included under this contract. During the term of this contract, the County reserves the right to add all qualified vendors who meet the criteria above to the pool and/or delete vendors, and manufacturers as deemed necessary and in the best interest of the County. Revised 5n7/U8 MIAMI -DADS COUNTY BID NO.: 8720 -0/09 -OTR SECTION 2 SPECIAL CONDITIONS RENTAL OF OFFICE THAI RS f ere-Oualificatiori i If the County elects to add vendors, they must meet the same minimum qualifications established for the original competition. Spot market pricing procedures may be initiated by the using County department. In general, written spot market quotes will be gathered from at least four (4) vendors whenever possible. Details shall be provided at the time of the quote. The quotation procedures specific to this contract are as follows: When the need for an office trailer is identified, the using agency shall contact all pre- qualified bidders for the quotations. Sealed quotations must be submitted within the time frame specified on the Invitation to Quote. Late quotations shall not be taken into consideration. The using agency shall be responsible for obtaining and verifying the bidder(s) insurance certificate with the GSA/RISK MANAGEMENT. No purchase order or notice to proceed shall be issue until these requirements are met. 2.7 PRICES: SHALL BE ESTABLISHED IN ACCORDANCE WITH TECHNICAL SPECIFICATIONS If the vendor is awarded a contract under this solicitation, the prices offered by the vendor shall be accepted in accordance with the provisions established in Section 3 of this solicitation entitled "Technical Specifications". 2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY EQUIPMENT: INTENTIONALLY OMITTED 2.9 EOUAL PRODUCT: INTENTIONALLY OMITTED 2.10 LIQUIDATED DAMAGES: INTENTIONALLY OMITTED 2.11 INDEMNIFICATION AND INSURANCE: TYPE (1) GENERAL SERVICE AND MAINTENANCE CONTRACT 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. Revised 5/27/09 NNIIAMI-RADE COUNTY SECTION 2 SPECIAL CONDITIONS BID NO.: 8720 -0/09 -OTR The vendor shall furnish to the Vendor Assistance Section, Department of Procurement Management, Administration Division, 111 NW 1st Street, Suite 1300, Miami, Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. General Liability Insurance on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than `B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. (Or) The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. NOTE: DADE COUNTY SOLICITATION NUMBER AND TITLE OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE. CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1s` STREET SUITE 1300 MIAMI, FL 33128 Revised 5/27/08 M%A.,NII-RADE COUNTY BID NO.: 8724 -0/09 -OTR SECTION 2 SPECIAL. CONDITIONS RENTAL OF OFFICE TRAILERS (Pre -Qualification) Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this solicitation, the vendor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the vendor fails to submit the required insurance documents in the manner prescribed in this solicitation within twenty (20) calendar days after Board of Commission approval, the vendor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the vendor may be prohibited from submitting future Proposal to the County in accordance with Section 1, paragraph 1.22 of the General Terms and Conditions. The vendor shall be responsible for assuring that the insurance certificate required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the vendor in accordance with Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the contractual period, the vendor shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the solicitation; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendars days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the vendor in accordance with Section 1, paragraph 1.22 of the General Terms and conditions of this solicitation. 2.12 BID GUARANTY: INTENTIONALLY OMITTED 2.13 PERFORMANCE BOND: INTENTIONALLY OMITTED 2.14 CERTIFICATE OF COMPETENCY: (SEE SECTION2, PARAGRAPH 2.6 (d METHOD OF AWARD) 2.15 METHOD OF PAYMENT: MONTHLY INVOICES The vendor(s) shall submit monthly invoices by the tenth (10th) calendar day of each month. These invoices shall be submitted to the County user department(s) that requested the service through a purchase order. The invoices shall reflect the type of service provided to the County in the prior month. Revised 5127!08 MIAMI -RADE COUNTY SECTION 2 SPECIAL COND111QNS All invoices shall contain the following basic information: 1. Vendor Information: BID NO.: 8720 -0109 -OTR • The name of the business organization as specified on the contract between Miami -Dade County and vendor • Date of invoice • Invoice number • Vendor's Federal Identification Number on file with Miami -Dade County II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number III. Pricing Information: • Unit price of the goods, services or property provided • Extended total price of the goods, services or property • Applicable discounts IV. Goods or Services Provided per Contract: • Description • Quantity V. Delivery Information: • Delivery terms set forth within the Miami -Dade County Release Purchase Order • Location and date of delivery of goods, services or property VI. Failure to Comply: • Failure to submit invoices in the prescribed manner will delay payment. 2.16 SHIPPING TERMS: E.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination (freight included) and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at Miami -Dade County. .i idWifi rac,?rdrxatPPP Revised 5/27/08 MIAMI-DADE COUNTY SECTION 2 SPECIAL CONDITIONS 2.17 DELIVERY REQUIREMENTS: BID NO.: 8720 -0/09 -OTR The vendor shall state in its offer the number of calendar days from the date of the Notice to Proceed in which it will guarantee to complete the work, repair, and/or service. A verbal instruction from an authorized County representative shall constitute sufficient notice to the vendor to commence work. Time for completion may be considered a factor in determining the vendor to whom award will be made, if so stipulated in provision 2.6 entitled "Method of Award". The completion date shall not exceed 30 calendar days after the effective date of the Notice to Proceed. All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the vendor(s); except in such cases where the completion date will be delayed due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the original completion date so that a revised delivery schedule can be appropriately considered by the County Should the vendor(s) to whom the contract(s) is awarded fail to complete the work within the number of days as stated in its offer, or the "not -to -exceed" timeframe cited above, it is hereby agreed and understood that the County reserves the authority to cancel the contract with the vendor and to secure the services of another vendor to complete the work. If the County exercises this authority, the County shall be responsible for reimbursing the vendor for work which was completed and found acceptable to the County in accordance with the contract specifications. The County may, at its option, demand payment from the vendor, through an invoice or credit memo, for any additional costs over and beyond the original contract price which were incurred by the County as a result of having to secure the services of another vendor. If the incumbent vendor fails to honor this invoice or credit memo; the County may terminate the contract for default. 2.18 BACK ORDER DELAYS IN DELIVERY SHALL NOT BE ALLOWED: The County shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the County within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, the County reserves the right to cancel the order, seek the items from another vendor, and charge the incumbent vendor for any re -procurement costs. If the vendor fails to honor these re -procurement costs, the County may terminate the contract for default. i2 -- Revised 5/27/08 MIAMI••DADE COUNTY BID NO.: 8720 -0/09 -OTR SECTION 2 SPECIAL CONDITION RENTAL OF OMCE TRAILERS (Pre -O alifi ationl 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 15 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 30 calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract. Contact: Thelma L. Rodriguez, at (305) 375-4252 e-mail: Trodria(,t nliamidade. aov. 2.21 COUNTY USER ACCESS PROGRAM (UAP): User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sal.Ps resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified hcrtin. are subject to the two percent (2%) UAP. This fee applies to all contract usage 13 -- Revised 5/27/08 M!AMI-DADE COUNTY BID NO.: 8720 -0/09 -OTR SECTION 2 �pFCIAL CONDITIONS RENTAL OF OFFICE TRAILERS (Pre-Oualificationl whether by County Departments or by any other governmental, quasi -governmental or not- for-profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approve entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY: The office trailers to be provided hereunder shall be delivered to the County, and maintained if applicable to the contract, in full compliance with the specifications and requirements set forth in this contract. If vendor providing the trailer is determined not meeting the specifications and requirements of this contract, either prior to acceptance or upon initial inspection, the trailer will be returned, at vendor expense, to the vendor. At the County's own option, the vendor shall either provide a direct replacement for the trailer, or provide a full credit for the returned trailer. The vendor shall not assess any additional charge(s) for any conforming action taken by the County ander this clause. --14-- Revised 5!27/0$ MIAMI -DADS COUNTY SECTION 2. SPECIAL CONDITIONS RENTAL OF OFFICE TRAILERS (J!i�-Qualffi 2.23 ACCIDENT PREVENTION AND REGULATIONS: BID NO.: 8720 -0/09 -OTR Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services under this contract shall conform to all relevant OSHA, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities shall be borne solely by the responsible vendor. 2.24 COMPLIANCE WITH FEDERAL STANDARDS: All items to be lease under this contract shall be in accordance with all governmental standards, to include, but not be 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). 2.25 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY VENDOR: The vendor shall be responsible for filing, processing, and collecting all damage claims against the shipper. 2.26 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR: The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within 15 calendar days after such rejected defects, deficiencies, and/or non -conformances are verbally reported to the vendor by the County's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within 7 calendar days of receipt of the notice. If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. 2.27 OFFICE TRAILERS SHALL BE MOST RECENT MODEL AVAILABLE The trailers being offered by the vendor shall be the most recent model available. Any optional components which are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from these specifications does not relieve the vendor from furnishing a complete unit. The unit shall conform to all applicable OSHA, State, and Federal safety requirements. All components (whether primary or Revised 5/27/08 MIAMI-DADE COUNTY BID NO.: 8720 -0/09 -OTR SECTION 2 ancillary) of the delivered equipment are to be in accordance with current SAE standards and recommended practices. The engineering, materials, and workmanship associated with effort performed hereunder shall exhibit a high level of quality and appearance consistent with or exceeding industry standards. 2.28 FURNISH AND SET IN PLACE REQUIREMENTS The vendor shall be required to furnish and fully install the Trailer(s) as requested through sport market quotes and/or statement of work included in this solicitation and resultant contract at the facility designated by the County. The vendor shall also be required to provide adequate training to County personnel on the appropriate use of the materials or products as it may be deemed necessary. 2.29 INFORMATION SHEETS SHOULD BE SUBMITTED FOR EACH ITEM OFFERED: The offer should be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) for each item offered by the vendor. Failure to meet this requirement may result in rejection of the offer. The County's decision as to quality of the product based on submission of the information sheets shall be final. 2.30 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. 2.31 EMERGENCY SERVICE: Declared State of Emergency In the event an Emergency is declared for Miami -Dade County, the following emergency conditions shall pertain to this contract for the duration of the. time period of the declared emergency: a) The County reserves the right to rent office trailers from vendors not awarded on this contract. b) All sign orders placed by Miami -Dade County will have first priority for fulfillment by all awarded vendors. c) Authorized personnel within the Department Procurement Management are granted 16 -- Revised 5/27/08 "MAM3-DADS COUNTY BID NO.: 8720 -0109 -OTR SECTION 2 SPECIAL CONDITIONS RENTAL OF OFFICE TRAILERS (Pre -Qualification) d) The ability to waive geographic location during the duration of the State of Emergency for immediate delivery of Office Trailers to various departments. e) The pre -qualified pool of vendors will be the first to be contacted for delivery of Office Trailers in an emergency situation. 1'7 _ _ Revised 5127/08 MIAMI -RADE COUNTY TECHNICALSECTION 3 1 s_ M 3.1 SCOPE: BID NO.: 8720 -0/09 -OTR The successful bidder(s) are required to furnish and install Office Trailers (various sizes) which are air conditioned and fully equipped for use as office facilities. Trailers shall meet all applicable requirements of Florida IDCA CODE inclusive of mechanical and electrical systems. 3.2 Bidder(s) shall supply a list of sizes, which are available to lease and/or rent. Revised 5/37/08 Submit Bid To: OPENING: 2:00 F.M. CLERK OF THE BOARD Wednesday, Stephen P. Clark Center June 25, 2008 111 NW 1St Street 17th Floor, Suite 202 Miami, Florida 33128-1983 MIAM4DADE PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: DPM Date Issued: 6110/08 This Bid Submittal Consists of TLR Purchasing Division Pages 19 through 23 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. RENTAL OF OFFICE TRAILERS (Pre -Qualification) A Bid Deposit in the amount of N/A 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 THIS SPACE ACCEPTED HIGHER THAN LOW NON-RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 975-84 SR. PROCUREMENT AGENT: Thelma L. Rodriguez FIRM NAME: RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 23 OF SECTION 4.0, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 23 OF SECTION 4.0, BID SUBMITTAL, WILL RENDER YOUR BID NON-RESPONSIVE 19 Revised 3-06 MIAMI-DADE COUNTY BID NO.: 8720-0/09 BID SUBMITTAL FOR: RENTAL OF OFFICE TRAILERS (PRE -QUALIFICATION) FIRM NAME: Minimum Requirements outlined in Section 2, Paragraph 2.6 of the Special Conditions to Pre - qualify to Bid on the Rental and Installation of Office Trailers. !) Bidder(s) shall have proof of five (5) years experience in the business of rental or leasing Office Trailers. List company name, contact and telephone number were you have rented and/or leased trailers. 1. _ 2. 3. 4. 5. 2) Pre -Qualification of Vendors: a) Full Name: b) Number of Years in Operation: c) Office Location (Address): d) Telephone: ( ) Facsimile: ( ) e) Contact Person(s): _^ f) Warehouse Address if available: _ Office Address: g) E -Mail Address: 3. Listing of three (3) Commercial or Governmental Agencies currently being serviced for a minimum of 3 continuous years: COMPANY NAME ADDRESS CONTACT PERSON PHONE 1) 2) 3) 20 MIAMI-DADE COUNTY BID NO.: 8720-0109 BID SUBMITTAL FOR: RENTAL OF OFFICE TRAILERS (PRE -QUALIFICATION) FIRM NAME: 4) Capability as to the set-up and installation of Office Trailers — YES NO 5) Bidder(s) shall provide a list of sizes, which are available to lease or rent 6) List in Alphabetical order of the Manufacturer(s) they represent: 7) Bidder(s) shall provide a list of at least five (5) sites: Name of Company, Address, Contact(s) and telephone number where their leased or rental equipment is currently located. Include at least one site where concrete portables have been installed. MIAMI-DADE COUNTY BID NO.: 8720 -0/09 -OTR SECTION 4 BID SUBMITTAL FOR: RENTAL OF OFFICE TRAILERS (PRE -QUALIFICATION) ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated _ Addendum #5, Dated Addendum #6, Dated _ Addendum #7, Dated Addendum #8, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: . TITLE OF OFFICER: 22 DATE: MIAMI-DADE COUNTY MiAMMDADE ME BID SUBMITTAL FORM Bid Title: Rental of Office Trailers (Pre-Oualification BID NO.: 8720 -0/09 -OTR By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation. the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods, and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Miami -Dade County Ordinance 94-34, 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. C Place a check mark here only if bidder has such conviction to disclose to comply with this requirement. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not-for-profit entities located within the geographical boundaries of Miami -Dade County? Yes No and B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not-for-profit entities located outside the geographical boundaries of Miami -Dade County? Yes No LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is ❑, or is not ❑, a local business. For the purpose of this certification, a `local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Inter -local Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference. Firm Name: Street Address: Mailing Address (if different): Telephone No. Email Address: Fax No. FEIN No. Prompt Payment Terms: % days net days *"By signing this document the bidder agrees to all Terms (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract" Signature: (Signature of authorized agent) Print Name: Title: Failure to shin this page shall render your Bid non-responsive. 23