Loading...
HomeMy WebLinkAboutInvitation To BidBID NO.: 8809-0/19 I OPENING: 2:00 P.M. Wednesday February 12, 2014 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE: Vehicle Rental Services FOR INFORMATION CONTACT: LOURDES BETANCOURT, 305-375-4121, L1121@miamidade.gov IMPORTANT NOTICE TO BIDDERS: • READ THIS ENTIRE DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • FAILURE TO SIGN BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 8809-0/19 Bid Title: VEHICLE RENTAL SERVICES Procurement Officer: LOURDES BETANCOURT, CPPB Bids will be accepted until 2:00 p.m. on February 12, 2014 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: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each Bid submitted to the Clerk of the Board 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. All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal deadline shall be accepted as timely submitted. The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department, in consultation with the County Attorney's Office, to determine whether the bid will be accepted as timely. 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 BIDDER RESPONDING TO THIS SOLICITATION. MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT DIVISION MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 1 GENERAL TERMS AND CONDITIONS Vehicle Rental Services All general terms and conditions of Miami -Dade County Procurement Contracts for Invitations to Bid are posted online. Persons and Companies that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These standard general terms and conditions are considered non-negotiable subject to the County's final approval. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions- r13-8.pdf -i- Revised 1/29/13 Version 13 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 1.1. DEFINITIONS Bid - shall refer to any offer(s) submitted in response to this solicitation. Bidder/Contractor - 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 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 ISD - shall refer to the Miami -Dade Internal Services Department. PM - shall refer to the Miami -Dade Procurement Management Services Division within ISD. 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. Successful Bidder - shall mean the Bidder(s) recommended for award. Vendor Registration Package - shall refer to the Business Entity Registration Application. For additional information about on-line vendor enrollment or vendor registration, please contact the Vendor Assistance Unit at 111 N.W. 1st Street, 13th Floor, Miami, FL 33128; Phone 305.375- 5773. Vendors can enroll online and obtain forms to register by visiting our web site at http://www,miamidade.gov/procurement/ 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 Small Business Development at 111 N.W. 1 Street, 19th Floor, Miami, FL 33128-1900, or telephone at 305-375-3111. 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 Procurement Management Services, Vendor Assistance Unit, within five (5) 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 PM website at http://www.miamidade.gov/procurement/vendor-registration.asp#1 or from the Vendor Assistance Unit at 111 N.W. 1st Street, 13th 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: 1. Miami -Dade County Ownership Disclosure Affidavit (Sec. 2-8.1 of the County Code) 2. Miami -Dade County Employment Disclosure Affidavit (County Ordinance No. 90-133, amending Section 2.8-1(d)(2) of the County Code) 3. Miami -Dade Employment Drug -free Workplace Certification (Section 2-8.1.2(b) of the County Code) 4. Miami -Dade Disability and Nondiscrimination Affidavit (Article 1, Section 2-8.1.5 Resolution R182-00 Amending R-385-95) 5. Miami -Dade County Debarment Disclosure Affidavit (Section 10.38 of the County Code) 6. Miami -Dade County Vendor Obligation to County Affidavit (Section 2-8.1 of the County Code) 7. Miami -Dade County Code of Business Ethics Affidavit (Article 1, Section 2-8.1(i) and 2-11(b)(1) of the County Code through (6) and (9) of 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 of the County Code) 9. Miami -Dade County Living Wage Affidavit (Section 2-8.9 of the County Code) 10. Miami -Dade County Domestic Leave and Reporting Affidavit (Article 8, Section 11A-60 11A-67 of the County Code) 11. Subcontracting Practices (Ordinance 97-35) 12. Subcontractor /Supplier Listing (Ordinance 97-104) 13. W-9 and 8109 Forms The vendor must furnish these forms as required by the Internal Revenue Service. 14. Social Security Number In order to establish a file for your firm, you must provide your firm's Federal Employer Identification Number (FEIN). If 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 119.071(5) of the Florida Statutes relating to the collection of an individual's Social Security Number, be aware that PM requests the Social Security Number for the following purposes: • Identification of Individual account records • To make payments to individual/vendor for goods and services provided to Miami -Dade County ■ Tax reporting purposes ■ To provide a unique identifier in the vendor database that may be used for searching and sorting departmental records 15. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 16. Small Business Enterprises (SBE) The County endeavors to obtain the participation of all small 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. The SBE program provisions are available at http://www.miamidade.gov/business/business-development- legislation.asp. 17, 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: 10/07/2013 - Revision 13-8 4 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 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. D. Request for Additional Information 1. Pursuant to Section 2-11.1(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 Officer identified on the front page of the solicitation. Such inquiries or request for information shall be submitted to the procurement officer 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, 111 NW 1st Street, 17th Floor, suite 202, Miami, Florida 33128-1983 or email clerkbcc(a,miamidade. qov. 2. 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. 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. 3. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative/Implementing 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. 4. It is the responsibility of the Bidder/Proposer, prior to conducting any lobbying regarding this solicitation to file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer to file the appropriate form required, in relation to each solicitation, may be considered as evidence that the Bidder/Proposer 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 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 a written letter received by PM 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 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. 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 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 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 shall be concluded by final written decision of the County Mayor, or his or her designee(s), not later than sixty (60) days 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 submittal signature page of the solicitation. I. Accounts Receivable Adjustments In accordance with Miami -Dade County Implementing Order 3-9, Accounts Receivable Adjustments, if money is owed by the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain such amount from payment due by County to the Contractor under this Contract. Such retained amount shall be applied to the amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable payment due herein. 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 10/07/2013 - Revision 13-8 5 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 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 submittal form, FAILURE TO SIGN THE BID SUBMITTAL FORM SHALL RENDER THE BID NON -RESPONSIVE. 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 submittal marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. G. An optional electronic submittal shall not be considered a part of the bid if it differs in any respect from the required manual subrnittal in the original hard copy. 1.4. CANCELLATION OF Miami -Dade County reserves any Invitation to Bid when it is BID SOLICITATION the right to cancel, in whole or in part, in the best interest of the County. 1.5. 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. 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 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 or make a request by e-mail. Bid results will not be given by telephone or facsimile. 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 the Internal Services Department or authorized designee 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. K. The County reserves the right to request and evaluate additional information from any bidder after the submission deadline as the County deems necessary. 1.6. CONTRACT EXTENSION 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. 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 County Commissioners. 1.7. WARRANTY All warranties express and implied, shall be made available to the County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and 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. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS, All materials, except where recycled content is specifically requested, supplied by the awarded Bidder under the Contract shall be new, warranted for their merchantability, and fit for the particular purpose herein. In the event any of the materials supplied to the County by the awarded Bidder are found to be defective or do not conform to specifications: (1) the materials may be returned to the awarded Bidder at its expense and the Contract terminated or (2) the County may require the awarded Bidder to replace the materials at its expense. 1.8. 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 quantities or dollars that will be used during the contract period. The County is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.9. NON -EXCLUSIVITY It is the 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 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. 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; 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 10/07/2013 — Revision 13-8 6 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS 3. a business that contributes to the economic development and well-being of Miami -Dade 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 County's tax base. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation: (a) vendor has at least ten (10) permanent full time employees, or part time employees equivalent to 10 FTE ("full-time equivalent" employees working 40 hours per week) that live in Miami -Dade County, or at least 25% of its employees that live in Miami -Dade County, or (b) vendor contributes to the County's tax base by paying either real property taxes or tangible personal property taxes to Miami -Dade County, or (c) some other verifiable and measurable contribution to the economic development and well-being of Miami -Dade County. B. Additionally, a Locally -Headquartered Business shall mean a Local Business as defined above which has a "principal place of business" in Miami -Dade County. "Principal place of business" means the nerve center or the center of overall direction, control, and coordination of activities of the bidder. If the bidder has only one business location, such business location shall be its principal place of business. C. If the Low Bidder is a not a Local Business, then any and all responsive and responsible Local Businesses submitting a price within ten percent of the Low Bid, the Low Bidder, and any and all responsive and responsible Locally -Headquartered Businesses submitting a price within fifteen percent of the Low Bid, shall have an opportunity to submit a best and final bid equal to or lower than the Low Bid. D. If the Low Bidder is a Local Business which is not a Locally - Headquartered Business, then any and all responsive and responsible Locally Headquartered Businesses submitting a price within five percent of the Low Bid, and the Low Bidder shall have an opportunity to submit a best and final bid equal to or lower than the Low Bid. E. At this time, there is an Interlocal Agreement in effect between Miami -Dade and Broward Counties until September 30, 2015. 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. 1A1. 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. 1.12. BID PROTEST 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 Implementing Order No. 3-21. A. 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 Mayor's recommendation. This three-day period begins on the County workday after the filing of the County Mayor's recommendation. Such written intent to protest shall state the particular grounds on which it is based and shall be accompanied by a filing fee as detailed below. B, The written intent to protest shall be accompanied by a non- refundable filing fee, payable to the Clerk of the Board, in accordance with the schedule provided below: Award Amount Filing Fee $25,000-$250,000 $ 500 $250,001-$500,000 $1,000 $500,001-$5 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. C. 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 filed with the Clerk of the Board. D. For award recommendations from $25,000 to $250,000 the following shall apply: Participants may view recommendations to award on the PM website: https://www.miamidade.gov/DPMww/AwardRecommendatio ns.aspx or call the contact person as identified on the cover page of the Bid Solicitation. 1.13. LAWS AND REGULATIONS 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 comply with all federal, state and local laws that may affect the goods and/or services offered. 1.14. LICENSES, PERMITS AND FEES The awarded bidder(s) shall hold all licenses and/or certifications, obtain and pay for all permits and/or inspections, and comply with all laws, ordinances, regulations and building code requirements applicable to the work required herein. Damages, penalties, and/or fines imposed on the County or an awarded bidder for failure to obtain and maintain required licenses, certifications, permits and/or inspections shall be borne by said awarded bidder. The departmental contract manager shall verify the certification(s), license(s), permit(s), etc. for the awarded bidder(s) prior to authorizing work and as needed. 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 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. The Bidder shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified except upon written approval of the County. 1.16. SUBCONTRACTORS - RACE, GENDER AND ETHNIC MAKEUP OF OWNERS AND EMPLOYEES Pursuant to Sections 2-8.1, 2-8.8 and 10.34 of the County Code (as amended by Ordinance No. 11-90), for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and employees of its first tier subcontractors (refer to the Subcontractor/Supplier Listing Sub 100 form). In the event that the successful Bidder demonstrates to the County prior to award that this information is not reasonably available at that time, the successful Bidder shall be obligated by contract to exercise diligent efforts to obtain that information and to provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract. As a condition of final payment under a contract, the successful Bidder shall identify subcontractors used in the work, the amount of each 10/07/2013 - Revision 13-8 7 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS subcontract, and the amount paid and to be paid to each subcontractor (refer to the Subcontractor Payment Report Sub 200 form at http://www.miamidade.gov/business/Iibrarv/forms/subcontractors- payment.pdf). 1.17. 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. 1.18. DELIVERY 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 employee(s) capable of performing the required services. 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 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 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. INSURANCE REQUIREMENTS A. The vendor shall furnish to the Vendor Assistance Section of PM, 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: 1. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. 2. 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. 3. 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. B. All required insurance policies 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's ISD 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 must be a member of the Florida Guaranty Fund. C. Certificates of Insurance must meet the following requirements: 1. Certificate must indicate that no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. 2. Certificate must indicate the County's Contract number and title. 3. Signature of agent must be included. 4. If Automobile Liability Insurance Is required above, insurance must be provided for all of the following vehicles: a) Owned b) Non -owned c) Hired 5. If General or Public Liability Insurance is required above, Certificate of Insurance must show Miami -Dade County as an additional insured for that coverage. 6. Certificate Holder must read exactly as presented below: Miami -Dade County 111 N.W. 1st Street, Suite 1300 Miami, FL 33128-1974 D. Compliance with the requirements in this Section shall not relieve the successful Bidder of its liability and obligation under this, or under any other, section of the Contract. The successful Bidder shall provide to the County the insurance documents within ten (10) business days after notification of recommendation to award. If the certificate submitted does not include the coverages outlined in the terms and conditions of this solicitation, the successful Bidder shall have an additional five (5) business days to submit a corrected certificate to the County. Failure of the successful Bidder to provide the required insurance documents in the manner and within the timeframes prescribed within five (5) business days may result in the bidder being deemed non -responsible and the issuance of a new award recommendation. No work shall be authorized or shall commence under the Contract until the successful Bidder has complied with the foregoing insurance requirements. E. The successful Bidder shall assure that the Certificates of Insurance required in conjunction with this Section remain in full force for the term of the Contract, including any renewal or extension periods that may be exercised by the County. If the Certificate(s) of Insurance is scheduled to expire during the term of the Contract, the successful Bidder shall submit new or renewed Certificate(s) of Insurance to the County a minimum of ten (10) calendar days before such expiration. F. In the event that expired Certificates of Insurance are not replaced or renewed to cover the Contract period, the County may suspend the Contract until the new or renewed certificates are received by the County in the manner prescribed herein. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate the Contract for cause and the successful Bidder shall be responsible for all direct and indirect costs associated with such termination. 1.22. COLLUSION The successful Bidder recommended for award as the result of a competitive solicitation for any County purchases of supplies, materials and services (including professional services, other than professional architectural, engineering and other services subject to Sec. 2-10.4 and Sec. 287.055 Fla Stats.), purchase, lease, permit, concession or management agreement shall, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of perjury, on a form provided by the County: stating either that the contractor is not related to any of the other parties bidding in the competitive solicitation or identifying all related parties, as defined in 10/07/2013 - Revision 13-8 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS this Section, which bid in the solicitation; and attesting that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted in accordance with the provisions of Sec. 2-8.1.1. Any person or entity that fails to submit the required affidavit shall be ineligible for contract award. A. The Collusion Affidavit will be included in all solicitations and will be requested from bidders/proposers once bids/proposals are received and evaluated. B. Failure to provide a Collusion Affidavit within 5 business days after the recommendation to award has been filed with the Clerk of the Board shall be cause for the contractor to forfeit their bid bond if applicable. 1.23. 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. 1.24. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate 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." 1.25. 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/implementing 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. 1.26. FRAUD AND MISREPRESENTATION Pursuant to Section 2-8.4.1 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. 1.27. 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 2-1076 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 bid submittals will be available for public inspection after opening of bids in compliance with Chapter 119 of the Florida Statutes; popularly known as the "Public Record Law." Bidder(s) 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 clearly identifies that information in the bid as protected or confidential, the County may, in its sole discretion, either (a) communicate with the Bidder in writing in an effort to obtain the Bidder's withdrawal of the confidentiality restriction or (b) endeavor to redact and return that information to the Bidder as quickly as possible, and if appropriate, evaluate the balance of the proposal. The redaction or return of information pursuant to this clause may render a bid non -responsive. 1.30. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 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 Bidder/ 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. 1.31. CHARTER COUNTY TRANSIT SYSTEM SALES 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 part of the cost of this contract, no award for those portions of a Blanket Purchase Order (BPO) utilizing 10/07/2013 - Revision 13-8 9 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS Charter County Transit System Sales Surtax funds as part of a multi - department contract, nor a contract utilizing Charter County Transit System Surtax funds shall be effective and thereby give rise to a contractual relationship with the County for purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either by expiration of 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 (CITT) has approved inclusion of the Surtax funding on the contract, or, ii) in response to the CITT's disapproval, the County Commission reaffirms award of the contract by two-thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. Notwithstanding the other provisions of Section 1.30, award of an allocation for services in support of the CITT's oversight which does not exceed $1000 will not require Commission or CITT approval and may be awarded by the Executive Director of the OCITT. 1.32. LOBBYIST CONTINGENCY FEES a) In accordance with Section 2-11.1(s) 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. A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which is dependent 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 Mayor 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 foreseeable will be heard or reviewed by the County Commission or a County board or committee. 1.33. 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, The County reserves the right to require the successful Bidder (s) to submit to an audit by Audit and Management Services, the Commission Auditor, or other auditor of the County's choosing at the Bidder's expense. The Bidder 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 Bidder 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 Bidder 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. 1.34. INVOICES The successful Bidder shall invoice the County, as specified in this Solicitation. The invoice date shall not exceed thirty (30) calendar days from the delivery of the items or the provision of services, unless otherwise noted in the Contract. Under no circumstances shall the invoice be submitted to the County in advance of the delivery and acceptance of the items or provision of and acceptance of the services. Failure to submit invoices in the prescribed manner will delay payment. All invoices shall contain the following information: I. Successful Bidder's Information: • Name of the successful Bidder as specified on the contract Award Sheet issued by the County. • Date of invoice • Unique Invoice number • Successful Bidder's Federal Identification Number on file with the County and the State of Florida. II. County Information: • County Release Purchase Order III. Pricing Information: • Unit price of the goods and/or services provided • Extended total price of the goods and/or services provided • Applicable discounts IV. Goods or Services Provided: • Description • Quantity V. Delivery Information: • Delivery terms set forth within the County Release Purchase Order • Reference (or include a copy of) the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County at the time the items were delivered and accepted • Location and date of delivery of goods and/or services being provided. 1.35. COUNTY USER ACCESS PROGRAM (UAP) a) User Access Fee Pursuant to Section 2-8.10 of the Miami -Dade County Code, this Contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this Contract, or any contract resulting from the solicitation referenced on the first page of this Contract, and the utilization of the County Contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all Contract usage whether by County Departments or by any other governmental, quasi -governmental or not -for -profit entity. The Bidder 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. Bidder participation in this invoice reduction portion of the UAP is mandatory. b) 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 County Contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The Bidder must obtain the participation number from the entity prior to filling any order placed pursuant to this Section. Bidder participation in this joint purchase portion of the UAP, however, is voluntary. The Bidder shall notify the ordering entity, in writing, within three (3) business 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 Bidder 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. The County shall have no liability to the Bidder 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 Bidder and shall be paid by the ordering entity less the 2% UAP. c) Bidder Compliance If a successful Bidder fails to comply with this Article 1.35, that Contractor may be considered in default by the County. 1.36. DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED DURING EVALUATION After receipt of offers by the County, Bidders may be required to demonstrate specifically offered equipment to County personnel, at no additional cost. The purpose of this demonstration is to observe the equipment in an operational environment and to verify its capability, suitability, and adaptability in conjunction with the performance 10/07/2013 - Revision 13.8 10 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS requirements stipulated in this Solicitation. 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 that Bidder's offer, or to reschedule the demonstration, whichever action is determined to be in the best interest of the County. The County shall be the sole judge of the acceptability of the equipment in conformance with the specifications and its decision shall be final. The equipment used for the demonstration shall be the same as the manufacturer's model identified in the Bidder's offer. Accordingly, the equipment used in the demonstration shall create an express warranty that the actual equipment to be provided by the Bidder during the Contract shall conform to the equipment used in the demonstration. The Bidder shall provide adequate restitution to the County, in the manner prescribed by the County, if this warranty is violated during the term of the Contract. 1.37. EQUIPMENT SHALL BE MOST RECENT MODEL AVAI LAB LE The equipment being offered by the successful Bidder shall be the most recent model available. Any optional components which are required in accordance with the specifications herein shall be considered standard equipment for the purposes of this Solicitation. Demonstrator models will not be accepted. Omission of any essential detail from the specifications herein does not relieve the Bidder from furnishing a complete unit. The equipment shall conform to all applicable federal (including OSHA), State, and local safety requirements. All components (whether primary or ancillary) of the delivered equipment shall be in accordance with current Society of Automotive Engineering (SAE) standards and recommended practices, as applicable. The engineering, materials, and workmanship associated with the successful Bidder 's performance hereunder shall exhibit a high-level of quality and appearance consistent with or exceeding industry standards. 1.38. PATENTS AND ROYALTIES The successful Bidder, without exception, shall indemnify and hold harmless the County and its employees from liability of any nature or kind, including cost and expenses for, or as a result of, any copyrighted, patented, or unpatented invention, process, or article manufactured by the vendor. The successful Bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by successful Bidder, or is based solely and exclusively upon the County's alteration of the article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the successful Bidder may, at its option and expense, procure for the purchaser the right to continue use of, replace or modify the article to render it non -infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the successful Bidder and receive reimbursement, if any, as may be determined by a court of competent jurisdiction). If the successful Bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the contract prices shall include all royalties or cost arising from the use of such design, device, or materials In any way involved in the work. 1.39. TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances which they may be exposed to in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace, Accordingly, the successful Bidder performing under the Contract shall provide two (2) complete sets of Material Safety Data Sheets to each User Department utilizing the awarded products. This information should be provided at the time when the initial delivery is made, on a department by department basis. For additional information on the Federal Right to Know Regulation, contact OSHA at www.OSHA.gov. 1.40. GOVERNING LAW This Contract, including appendices, and all matters relating to this Contract (whether in contract, statute, tort (such as negligence), or otherwise) shall be governed by, and construed in accordance with, the laws of the State of Florida. Venue shall be Miami -Dade County. 1.41. BANKRUPTCY The County reserves the right to terminate this contract, if, during the term of any contract the Contractor has with the County, the Contractor becomes involved as a debtor in a bankruptcy proceeding, or becomes involved in a reorganization, dissolution, or liquidation proceeding, or if a trustee or receiver is appointed over all or a substantial portion of the property of the Contractor under federal bankruptcy law or any state insolvency law. 1.42. SURVIVAL The parties acknowledge that any of the obligations in this Agreement will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the County under this Agreement, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. 1.43. SMALL BUSINESS ENTERPRISES (SBE) MEASURES A Micro Business Enterprise is a business entity certified by the Department of Small Business Development (SBD), providing goods or services, which has an actual place of business in Miami -Dade County and whose three-year average gross revenues does not exceed $2 million, or a manufacturer with fifty (50) employees or less, or a wholesaler with fifteen (15) employees or less, A SBE is a business entity certified by SBD, providing goods or services, which has an actual place of business in Miami -Dade County and whose three-year average gross revenues does not exceed five million dollars ($5,000,000). The term SBE shall also include a manufacturer with one hundred (100) employees or less or wholesaler with fifty (50) employees or less without regard to gross revenues. A SBE measure applies to this solicitation as follows and as otherwise stipulated In Section 2-8.1.1.1.1 of the Code of Miami -Dade County. A bid preference shall apply to all contracts which are to be awarded on the basis of price and are not set -aside. The preference shall be used only to evaluate a bid and shall not affect the contract price. For awards valued up to $100,000, a ten (10) percent bid preference shall automatically apply forMicro Business Enterprises. For awards valued over $100,000 and up to $1,000,000, the preference shall be ten (10) percent of the price bid for SBEs/Micro Enterprises and joint ventures with at least one SBE/Micro Enterprise. The preference accorded on awards greater than $1 million shall be 5% of the price bid for SBEs/Micro Enterprises and joint ventures with at least one SBE/Micro Enterprise. Micro Business Enterprises and SBEs must be certified by SBD Business Affairs, a division of the Department of Regulatory and Economic Resources (RER) for the type of goods and/or services the enterprise provides in accordance with the applicable commbdity code(s) for this solicitation. 10/07/2013 - Revision 13-8 11 Miami -Dade County SECTION 1 GENERAL TERMS AND CONDITIONS For certification information, contact RER at 305-375-CERT (2378) or at http://www.miamidade.gov/business/business-certification- programs.asp. The enterprises must be certified by bid submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. 1.44. LOCAL CERTIFIED SERVICE -DISABLED VETERAN'S BUSINESS ENTERPRISE PREFERENCE This Solicitation includes a preference for Miami -Dade County Local Certified Service -Disabled Veteran Business Enterprises in accordance with Section 2-8.5.1 of the Code of Miami -Dade County. A VBE is entitled to receive an additional five percent (5%) of the total technical evaluation points on the technical portion of such Proposer's proposal. If a Miami -Dade County Certified Small Business Enterprise (SBE) measure is being applied to this Solicitation, a VBE which also qualifies for the SBE measure shall not receive the veteran's preference provided in this section and shall be limited to the applicable SBE preference. 1.45 SPECIAL SECURITY REQUIREMENTS AT MIAMI- DADE AVIATION, WATER AND SEWER, AND SEAPORT DEPARTMENTS Miami -Dade Aviation (MDAD), Water and Sewer (WASD), and Seaport (Port of Miami) Departments operate under strict security regulations. These regulations involve the issuance of special identification (ID) cards. Vendors performing services at MDAD must follow all required security procedures. This will include security checks and passes for all employees, a special driving course for those who operate a vehicle on the aircraft operating area (AOA), additional badges to work within the US Customs service area and may include bonding for a Customs I.D. For Customs ID, call 786-265-5715 or email cbp-miami-airport- securityc dhs.gov for information. For MDAD ID, call 305-876-7418 for appointment and to pick-up package. Vendors are responsible for all costs incurred in obtaining security badges. Security clearance must be obtained prior to start of contract. Complete police background checks of individuals who are employed, hired or who are required to enter the restricted areas of the Port of Miami and WASD frequently (more than 5 times within a 90-day period). These ID cards are required for access and are issued by the departments at the current cost of $60.00 per applicant per year. Therefore, the vendor shall obtain and pay for ID cards for each of his /her employees and/or agents who will be frequently visiting or performing services in restricted areas. For more information concerning Port of Miami ID cards, you may contact the Port of Miami ID Office at (305) 347-4955, For more information concerning WASD ID cards, contact the WASD security at (786) 552-8271. 1.46. FIRST SOURCE HIRING REFERRAL PROGRAM ("FSHRP") Pursuant to Section 2-2113 of the Code of Miami -Dade County, for all contracts for goods and services, the successful Bidder, prior to hiring to fill each vacancy arising under a County contract shall (1) first notify the South Florida Workforce Investment Board ("SFWIB"), the designated Referral Agency, of the vacancy and list the vacancy with SFWIB according to the Code, and (2) make good faith efforts as determined by the County to fill a minimum of fifty percent (50%) of its employment needs under the County contract through the SFWIB. If no suitable candidates can be employed after a Referral Period of three to five days, the successful Bidder is free to fill its vacancies from other sources. Successful Bidders will be required to provide quarterly reports to the SFWIB indicating the name and number of employees hired in the previous quarter, or why referred candidates were rejected. Sanctions for non-compliance shall include, but not be limited to: (1) suspension of contract until Contractor performs obligations, if appropriate; (ii) default and/or termination; and (iii) payment of $1,500/employee, or the value of the wages that would have been earned given the noncompliance, whichever is less. Registration procedures and additional information regarding the FSHRP are available at https://iapps.southfloridaworkforce.com/firstsource/. 1.47. NONDISCRIMINATORY EMPLOYMENT PRACTICES During the performance of the contract, the Contractor agrees to not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, national origin, sex, pregnancy, age, disability, marital status, familial status, sexual orientation or veteran status and will take affirmative action to ensure that an employee or applicant is afforded equal employment opportunities without discrimination, Such action shall be taken with reference to, but not limited to: recruitment, employment, termination, rates of pay or other forms of compensation and selection for training or retraining, including apprenticeship and on-the-job training. 1.48. PUBLIC RECORDS AND CONTRACTS FOR SERVICES PERFORMED ON BEHALF OF A PUBLIC AGENCY The Contractor shall comply with the state of FL Public Records Law, s. 119.0701, F.S., specifically to: (1) keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; (2) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (4) meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. If the Contractor does not comply with a public records request, the public agency shall enforce contract provisions in accordance with the contract. 10/07/2013 - Revision 13-8 12 MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.1 PURPOSE The purpose of this solicitation is to establish a contract for the purchase of vehicle rental services for several Miami -Dade County departments on an as needed basis. The County is soliciting pricing for two different options based on the insurance requirements and third party liability responsibilities: Option 1: Awarded Bidder is responsible for all insurance Option 2: County is responsible for third party liability and the first $100 of applicable physical damage losses See Paragraph 2.5 below for details on the two options. 2.2 TERM OF CONTRACT 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 Blanket Purchase Order issued by the County's Internal Services Department, Procurement Management Services Division and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the last month of the five (5) year contract term. 2.3 METHOD OF AWARD: TO THREE (3) LOWEST PRICED BIDDERS IN THE AGGREGATE The County is soliciting pricing for two different options; however the County will award only one option (1 or 2) listed in Paragraph 2.1 above. Bidders may bid on one or both options. Based on the offers received, the County will decide the option to be selected. Once the decision is made on the option selection, award will be made in accordance with the following: 2.3.1 Award of this contract will be made up to three (3) lowest priced responsive, responsible Bidder(s) in the aggregate and who meet the requirement of Paragraph 2.3.2 below. The aggregate price will be calculated by adding the extended prices for all line items. To be considered for award, the Bidder shall submit an offer on all items within the option. If a Bidder fails to submit an offer for all items within the option, its offer may be deemed non -responsive. The extended price for each line item will be calculated as follows: Extended Price: Estimated Number of Vehicles x Number of Days/weeks/months for the 5-year term x Unit Price 2.3.2 Motor Vehicle License Requirement: Chapter 320 of the Florida Statutes is applicable to this solicitation and states: "No motor vehicle, foreign or domestic may be sold, leased or offered for sale or lease in this state unless the Manufacturer, Importer or Distributor of such motor vehicle which issues an agreement to a motor vehicle dealer in this state is licensed under SS 320.60-320.70". Bidders submitting an offer in conjunction with this solicitation should -1- MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES furnish a copy of this license with the offer. Failure to meet this requirement may result in rejection of that Bidder's offer. 2.3.3 While the method of award prescribes the method for determining the lowest responsive, responsible Bidder, the County will award this contract to the designated lowest Bidder as the primary Bidder and to the designated second lowest Bidder as the secondary Bidder and to the designated third lowest Bidder as the tertiary Bidder. If the County exercises this right, the primary Bidder shall have the primary responsibility to initially perform the service identified in this solicitation. If the primary Bidder cannot perform, the County shall have the option to seek the identified services from the secondary and tertiary Bidders respectively. Award to multiple Bidders is made for the convenience of the County and does not exempt the primary. awarded Bidder from fulfilling its contractual obligations. Failure of any Bidder to perform in accordance with the terms and conditions of the contract may result in the Bidder being deemed in breach of contract. The County may terminate the contract for default and charge the Bidder re -procurement costs, if applicable. 2.4 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED: 2.4.1 The initial contract prices resultant from this solicitation shall fixed and firm for a one (1) year period from the contract's initial effective date. Prior to completion of each contract anniversary date, the County may consider an adjustment to price based on changes in the following pricing index: Producer Price Index (PPI), for Rental and Leasing of Goods, Passenger Car Rental, Series ID: WPU44110101 (not seasonally adiusted), as published by the U.S. Department of Labor, Bureau of Labor Statistics. 2.4.2 It is the awarded Bidders' responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of next one-year period, the request for adjustment should be submitted thirty (30) days prior to expiration of the then current one-year period. This adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received, the County will assume that the awarded Bidder has agreed to the current prices. 2.4.3 The adjustment will be applied by calculating the percentage change (increase or decrease) between the index values effective on the first day of the twelve (12) month period and the most recent index including all months designated as preliminary available on the day of adjustment. Day of adjustment will be the last business day of the twelve (12) month period. 2.4.4 The County reserves the right to reject any price adjustments submitted by the awarded Bidder. 2.4.5 Rate prices submitted herein by Bidder shall be inclusive of all Holidays, special events, peak seasons, etc. No additional price increase or fees shall be applicable. -2- MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.5 INSURANCE REQUIREMENTS 2.5.1 OPTION 1: For Option 1, the awarded Bidder is responsible for all insurance. The insurance requirements listed below supersede the requirements stated in Section 1, Paragraphs 1.21 (A, B, and C): The awarded Bidder shall furnish to the Internal Services Department / Procurement Management Services, 111 NW,1st Street, Suite 1300, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 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. Miami Dade County will not be responsible for any physicaldamage to rental vehicles. 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 Tess than "A-" as to management, and no less than "Class VII" as to financial strength 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 Financial Services and are members of the Florida Guaranty Fund. CERTIFICATE HOLDER MUST READ: 2.5.2 OPTION 2: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128 For Option 2, County is responsible for third party liability and the first $100 of applicable physical damage losses. Insurance requirements of Section 1, Paragraph 1.21 do not apply to this option. 2.5.2.1 THIRD PARTY LIABILITY: The County assumes liability and holds the awarded Bidder(s) harmless for all third party losses that may ensure from any or all County department vehicle rentals under this contract, subject to the limitations and maximum dollar limits established by Florida Statue 768.28. - 3 - MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.5.2.2 PHYSICAL DAMAGE: 1 The County shall not be responsible for physical damage, including loss of any rental vehicle in excess of $100.00 per vehicle per occurrence. Furthermore, the County shall not be responsible for normal wear and tear of the vehicles rented under this contract. 2. The County will have the first right to inspect and obtain an independent appraisal of the damaged vehicle. The awarded Bidder may repair any and all vehicles at its authorized repair facility, and the awarded Bidder may elect to deem the vehicle un-repairable pursuant to criteria that is mutually acceptable and agreed to by both parties. 3. Claims for physical damage on all vehicles must be submitted to Miami -Dade County Internal Services Department's Risk Management Division at 111 N.W. lst Street, Suite 2340, Miami, Florida, Attn: Claims Coordinator within ten (10) days of return of the vehicle to the awarded Bidder. The accompanying invoice must contain the rental agreement number, vehicle number, date of occurrence, Police Case # as supplied by the investigating officer or the Miami Dade Police Department/Fleet Management Section, a completed "Standard County Automobile Accident Report" (See "Notice of County Motor Vehicle Accident" form below) and evidence that the vehicle has been repaired or destroyed by evidence of either (a) or (b) below: (a) The vehicle has been completely destroyed or has been totaled, scrapped or salvaged. (b) The vehicle has been repaired as documented by the attached paid repair invoices. Statements are not acceptable. Repair estimates will not be paid. Claims submitted more than (60) sixty days from date of occurrence will not be processed. -4- MIAMI-DADE COUNTY SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES Internet Senrices: Deperhrrent iftsk IManagemerit Division — 1-1 it KW, 1st Street — ]Suite 2340 Miami, Florida 3312s-1987 — -retentions: 305-;376-4280/Faic sio5-e7i-77a2 NOTICE OF COUNTY MOTOR VEHICLE ,ACCIDENT (PLEASE CONFIRM iROTH PAGES .C/F THIS FORM IN :DETAIL" Procopity Report Alt 'MotorVehicie Accidents to Itio!Polim In ease of Serious: lnJunJCalfS.1-1 Fos fristructians on Reporting Accidents Safer to the!itlieceilkode r.,curity]Sratety Mama. Posen Making iRapoirt Signature Phone 4 (Mc .Milress d Pusan Making !Report Department anficietals inpeeI,Ablify TelsclainvW-62124411"),er report on Moon irgury Leg litsSucerVisoes Rsport : ccircilotcd? EIlls It BID NO.: 8809-0/19 'fifilE AND 131.11.CE OF MIAOW Date Uhl:added Time El &Xi 0 P.M. Accident Downed at Wes* City Stste .Zp Its &pert Male to Nice 0 Yes El Ns Ageney/Muipelify Caso i OtfiCtIr Nam: Eadgeor 1.1). it Rana 4 '4 . n ME 'MOULT Y , jOiska Modal AN/ lic-iI Ude If II , e of Myer Caws license if 'Wows ID il Ospritruerit Ciiicien Rise lI 111) il • 13' k- ' Mae niay vetkie te Safi Jr} Est. C./zest ;Repairs spkh aarllaw Name ollGouttly Eispkiyee Ed veil& is assikywd Is _ . MARE w OTHER IORRIE 414 :MIER PnaPERIT Mine Atibaw ay gate: Zip f no 4I (HI I'l% 1C4111 Name el Other Brim (if ogpilmbit) iDri401 lLiCBIISO Addraz Mune II (1,5 WI failfi----- lid DaM21,,,,, f Pricallf liVtore. may autnertima r.,i gepartf rifkito, Maio &Yeas ]Lic. 4 State Name et les,. Ca. ins Pelity 4 ins. Ca Mime 1. SEIM TRE NAMES,,,ARRESSES.AND PIECE iftifilBRIS, MMS MEM F . MINED ill Mee P k re fi*ri MIN -boss M Passenger in mob, webiola El Pmsorger in eta' yebiels D:Rakstriaa El Other . hikes City State Zip, Rilepbcoe 4,174: i)v), P14 List 'climbs Rely) .Pa . ed. nos: Nana 0 Witness IEI Passtfirgar in m1ira 0 Fassergior illaarid ID Pedestrian 0 ether Address City State Zip Italupeme if fr) liti) , pill Let toluries crf my) Rosso deck eixt. limos 0 Witless: O Pmsuroger iin county 4 kb 0 Pasonolsc ill Leber vein& DI !Mennen 0 Mar hikes ;city,.. Slatc____ Zip Teleptraus 4 ft_ ilill PITI Usti* ulas frf any) : P RE . . Date df this mpert Rid Me id ? DYa 0 I1ci4, of photos ta . n ff this asaidedwas not pa pl• ,, evialtitia Orr . 1bMdihUflatP• , • toid,Mboluntsits Vs2_054r,1sNaval aaticOkin rtfidgatba Fa -amend' II* Couity Atlarireyt. °Rio m610 Morsgement - 5 - MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 2 SPECIAL CONDITIONS VEHICLE RENTAL SERVICES 2.6 DELIVERY REQUIREMENTS: A vehicle shall be picked -up by the County within the shortest time possible, but not to exceed one (1) hour from the time of request. When a vehicle is not available, during the prescribed one -hour timeframe, a vehicle upgrade shall be supplied to the County. The vehicle upgrade shall be charged at the same rate as the class of the original vehicle requested. 2.7 CONTACT PERSON: For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Lourdes Betancourt, at (305) 375-4121 email: L1121@miamidade.gov 2.8 RENTAL OF OTHER VEHICLES NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major vehicles within this solicitation which are utilized by County departments in conjunction with their operations, there may be other vehicles that may be rented by the County during the term of this contract. Under these circumstances, a County representative will contact awarded Bidder(s) to obtain a price quote for the vehicle. The County reserves the right to award these similar or additional items to the Bidder offering the lowest quote under this contract or acquire the items through a separate solicitation. 2.9 VEHICLE SHALL BE MOST RECENT MODEL AVAILABLE: The vehicle being offered by the awarded Bidder shall be the most recent model available. Any optional components that are required in accordance with the contract specifications shall be considered standard equipment for purposes of this solicitation. 2.10 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS: It is hereby agreed and understood that any County department or agency may avail itself of this contract and rent any and all vehicles specified herein from the awarded Bidder(s) at the contract price(s) established herein. MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 3 TECHNICAL SPECIFICATIONS VEHICLE RENTAL SERVICES 3.1 VEHICLE SPECIFICATIONS: The vehicles shall be late models with low mileage, neat and clean in appearance, and in good operating condition, complete with air conditioning, automatic transmission, radio, power brakes and power steering. 3.2 MAINTENANCE: 3.2.1 The awarded Bidder shall provide all maintenance and service to keep the vehicle in a safe and first class operating condition during the course of the rental. The awarded Bidder shall stipulate in writing (at the beginning of the rental period) the time periods or mileage intervals the vehicles are due for preventive maintenance, should the length of the requested rental indicate that maintenance and servicing may be required during the rental period. 3.2.2 The awarded bidder shall make provisions for maintenance within 24-hours minimum notice. 3.2.3 The awarded Bidder shall state the days of the week and business hours that maintenance and/or replacement services are available and shall state the name, location and business hours of the locations, other than the bidder's premises, where these services are available. 3.3 REPLACEMENTS: 3.3.1 When a vehicle is out of service due to mechanical breakdown, repairs, accident, preventive maintenance, or any other reason that is not due to any fault or negligence of the County, the awarded Bidder shall furnish a replacement at no additional charge. For replacements that are of a lower class, grade, size, or model, the awarded Bidder shall charge a reduced rate to the County. For replacements which are of a higher class, grade, size, or model, and when such an upgrade was not requested by the County, the awarded Bidder shall not charge for the upgrade to the County. 3.3.2 A pro -rated daily rental charge (1/30 of the monthly charge) shall be deducted from the monthly payments for any vehicle out of service for which no adequate replacement is provided for each day, or portion thereof exceeding 8 hours, that no adequate replacement is provided. 3.3.3 If the vehicle is out of service because of damage or disability due to a fault then the County shall be responsible for the rental payment for the vehicle for a reasonable length of time, until repairs or other disposition can be made. When the awarded Bidder furnishes a replacement vehicle, the County shall pay for both vehicles at the contract rate until the repair or disposition of the out of service vehicle is made. The "reasonable length of time" shall be determined by mutual agreement between the awarded Bidder and the County. 3.3.4 Claim invoices must be submitted to Miami -Dade County within (60) sixty -days after the collision or other occurrence being claimed has occurred. The invoices must be -7- MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 3 TECHNICAL SPECIFICATIONS VEHICLE RENTAL SERVICES supported by accompanying written evidence that the vehicle damage has been repaired. Repair estimates are not acceptable and shall not be paid. 3.4 RENTAL REQUIREMENTS: 3.4.1 At the time that the County rents a vehicle, the awarded Bidder shall furnish the County a statement of procedures, which will be followed by the user of the rental vehicle when they experience mechanical or other problems with the rental vehicle.. 3.4.2 The awarded Bidder shall provide a minimum notice of 48 hours to the County department requesting the rental when the rental vehicle needs to be exchanged for another vehicle. The awarded Bidder shall also conduct and complete all of the administrative details with the department. 3.4.3 The awarded Bidder shall conduct all of the administrative details with the administrative staff of the County department requesting the rental rather than with the users of the vehicles. For example, if new license tag decals (or temporary license tags) are to be placed on the rental vehicles, such decals will be sent to the County department, for forwarding to the users rather than requiring the users to drive to the awarded Bidder's place of business. -8- MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FORM Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 OPENING: 2:00 P.M. Wednesday February 12 , 2014 PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA. NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: ISD/PM Date Issued: This Bid Submittal Consists of Lourdes 1/17/2014 Pages 9 through 24 and Betancourt affidavits 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. Title: Vehicle Rental Services A Bid Deposit in the amount of N/A the total amount of the bid shall accompany all bids. A Performance Bond in the amount of N/A 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: 975-14 Procurement Contracting Officer: Lourdes Betancourt FIRM NAME RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO SIGN THE BID SUBMITTAL FORM IN SECTION 4 WILL RENDER YOUR BID NON -RESPONSIVE. -9- MIAMI-DADE COUNTY FIRM NAME: SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES BID NO.: 8809-0/19 Option 1 1. SUB -COMPACT CAR (Ford Focus, Nissan Versa, Toyota Yaris, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 1A 2 1825 days $ per day per vehicle 1 B 2 260 weeks $ per week per vehicle 1 C 1 60 months $ per month per vehicle 2. COMPACT CAR 2-DOOR MODEL (Toyota Corolla, Mazda 3, Ford Focus, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 2A 2 1825 days $ per day per vehicle 2B 2 260 weeks $ per week per vehicle 2C 1 60 months $ per month per vehicle 3. CONVERTIBLE 2-DOOR SEDAN MODEL (Ford Mustang, Chevrolet Camaro, Chevrolet Corvette, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 3A 2 1825 days $ per day per vehicle 3B 2 260 weeks $ per week per vehicle 3C 1 60 months $ per month per vehicle -10- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 4. COMPACT CAR 4-DOOR MODEL (Chrysler 200, Chevy Malibu, Nissan Altima, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 4A 2 1825 days $ per day per vehicle 4B 2 260 weeks $ per week per vehicle 4C 1 60 months $ per month per vehicle 5. MID -SIZE 2-DOOR MODEL (Toyota Camry, Nissan Maxima, Ford Fusion, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 5A 38 1825 days $ per day per vehicle 5B 38 260 weeks $ per week per vehicle 5C 32 60 months $ per month per vehicle 6. MID -SIZE 4 DOOR MODEL (Toyota Camry, Dodge Avenger, Ford Fusion, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 6A 38 1825 days $ per day per vehicle 6B 37 260 weeks $ per week per vehicle 6C 37 60 months $ per month per vehicle - 11 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 7. FULL-SIZE CAR (Ford Taurus, Dodge Charger, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 7A 6 1825 days $ per day per vehicle 7B 5 260 weeks $ per week per vehicle 7C 5 60 months $ per month per vehicle 8. FULL SIZE LUXURY CAR (Cadillac, Lincoln, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 8A 6 1825 days $ per day per vehicle 8B 5 260 weeks $ per week per vehicle 8C 5 60 months $ per month per vehicle 9. MINI -PASSENGER VAN (Seven -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 9A 8 1825 days $ per day per vehicle 9B 8 260 weeks $ per week per vehicle 9C 7 60 months $ per month per vehicle - 12 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 10. STANDARD PASSENGER (Twelve -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 10A 8 1825 days $ per day per vehicle 10B 7 260 weeks $ per week per vehicle 10C 7 60 months $ per month per vehicle 11. UTILITY VEHICLES TWO WHEEL DRIVE (Explorer, Ford Escape, Nissan Rogue, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 11A 10 1825 days $ per day per vehicle 11 B 10 260 weeks $ per week per vehicle 11C 8 60 months $ per month per vehicle 12. UTILITY VEHICLES FOUR WHEEL DRIVE (Explorer, Jeep Grand Cherokee, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 12A 10 1825 days $ per day per vehicle 12B 10 260 weeks $ per week per vehicle 12C 8 60 months $ per month per vehicle -13- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 13. FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 13A 5 1825 days $ per day per vehicle 13B 5 260 weeks $ per week per vehicle 13C 5 60 months $ per month per vehicle 14. FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 14A 5 • 1825 days $ per day per vehicle 14B 5 260 weeks $ per week per vehicle 14C 5 60 months $ per month per vehicle 15. FULL SIZE CARGO VANS (Approximately 3/4 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5- ear term Unit Price 15A 8 1825 days $ per day per vehicle 15B 8 260 weeks $ per week per vehicle 15C 8 60 months $ per month per vehicle -14- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 16. MINI -CARGO VANS (Approximately 1/2 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $ per day per vehicle 16B 7 260 weeks $ per week per vehicle 16C 7 60 months $ per month per vehicle 17. STANDARD PASSENGER (Fifteen -Passenger Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 17A 5 1825 days $ per day per vehicle 17B 5 260 weeks $ per week per vehicle 17C 21 60 months $ per month per vehicle 17D* 70 15 months $ per month per vehicle *Vans for item # 17D above are rented for approximately three months every year during the summer. 18. EXTRA -CAB 1/2 TON FULL-SIZED PICK-UP TRUCKS (FORD F-150, CHEVROLET 1500, DODGE1500) See Section 3, Paragraph 3.7 Rem Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 18A 25 1825 days $ per day per vehicle 18B 25 260 weeks $ per week per vehicle 18C 25 60 months $ per month per vehicle -15- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES Option 2 1. SUB -COMPACT CAR (Ford Focus, Nissan Versa, Toyota Yaris, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 1A 2 1825 days $ per day per vehicle 1 B 2 260 weeks $ per week per vehicle 1 C 1 60 months $ per month per vehicle 2. COMPACT CAR 2-DOOR MODEL (Toyota Corolla, Mazda 3, Ford Focus, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 2A 2 1825 days $ per day per vehicle 2B 2 260 weeks $ per week per vehicle 2C 1 60 months $ per month per vehicle 3. CONVERTIBLE 2-DOOR SEDAN MODEL (Ford Mustang, Chevrolet Camaro, Chevrolet Corvette, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 3A 2 1825 days $ per day per vehicle 3B 2 260 weeks $ per week per vehicle 3C 1 60 months $ per month per vehicle - 16 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 4. COMPACT CAR 4-DOOR MODEL (Chrysler 200, Chevy Malibu, Nissan Altima, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 4A 2 1825 days $ per day per vehicle 4B 2 260 weeks $ per week per vehicle 4C 1 60 months $ per month per vehicle 5. MID -SIZE 2-DOOR MODEL (Toyota Camry, Nissan Maxima, Ford Fusion, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 5A 38 1825 days $ per day per vehicle 5B 38 260 weeks $ per week per vehicle 5C 32 60 months. $ per month per vehicle 6. MID -SIZE 4 DOOR MODEL (Toyota Camry, Dodge Avenger, Ford Fusion, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-yearterm Unit Price 6A 38 1825 days $ per day per vehicle 6B 37 260 weeks $ per week per vehicle 6C 37 60 months $ per month per vehicle - 17 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 7. FULL-SIZE CAR (Ford Taurus, Dodge Charger, etc.). See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 7A 6 1825 days $ per day per vehicle 7B 5 260 weeks $ per week per vehicle 7C 5 60 months $ per month per vehicle 8. FULL SIZE LUXURY CAR (Cadillac, Lincoln, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 8A 6 1825 days $ per day per vehicle 8B 5 260 weeks $ per week per vehicle 8C 5 60 months $ per month per vehicle 9. MINI -PASSENGER VAN (Seven -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 9A 8 1825 days $ per day per vehicle 9B 8 260 weeks $ per week per vehicle 9C 7 60 months $ per month per vehicle - 18 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 10. STANDARD PASSENGER (Twelve -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 10A 8 1825 days $ per day per vehicle 106 7 260 weeks $ per week per vehicle 10C 7 60 months $ per month per vehicle 11. UTILITY VEHICLES TWO WHEEL DRIVE (Explorer, Ford Escape, Nissan Rogue, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 11A 10 1825 days $ per day per vehicle 11 B 10 260 weeks $ per week per vehicle 11 C 8 60 months $ per month per vehicle 12. UTILITY VEHICLES FOUR WHEEL DRIVE (Explorer, Escape, Jeep Grand Cherokee, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 12A 10 1825 days $ per day per vehicle 12B 10 260 weeks $ per week per vehicle r12C 8 60 months $ per month per vehicle - 19 - MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 13. FULL SIZE UTILITY SUV VEHICLES TWO WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 13A 5 1825 days $ per day per vehicle 13B 5 260 weeks $ per week per vehicle 13C 5 60 months $ per month per vehicle 14. FULL SIZE UTILITY SUV VEHICLES FOUR WHEEL DRIVE (Chevy Tahoe, Ford Expedition, etc.) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5- ear term Unit Price 14A 5 1825 days $ per day per vehicle 14B 5 260 weeks $ per week per vehicle 14C 5 60 months $ per month per vehicle 15. FULL SIZE CARGO VANS (Approximately 3/4 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 15A 8 1825 days $ per day per vehicle 15B 8 260 weeks $ per week per vehicle 15C 8 60 months $ per month per vehicle -20- MIAMI-DADE COUNTY FIRM NAME: BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR VEHICLE RENTAL SERVICES 16. MINI -CARGO VANS (Approximately 1/2 Ton Capacity) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 16A 8 1825 days $ per day per vehicle 16B 7 260 weeks $ per week per vehicle 16C 7 60 months $ per month per vehicle 17. STANDARD PASSENGER (Fifteen -Passenger) Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 17A 5 1825 days $ per day per vehicle 17B 5 260 weeks $ per week per vehicle 17C 21 60 months $ per month per vehicle 17D* 70 15 months $ per month per vehicle *Vans for item # 17D above are rented for approximately three months every year during the summer. 18. EXTRA -CAB 1/2 TON FULL-SIZED PICK-UP TRUCKS (FORD F-150, CHEVROLET 1500, DODGE1500) See Section 3, Paragraph 3.7 Item Estimated Number of Vehicles Number of Days/weeks/months for the 5-year term Unit Price 18A 25 1825 days $ per day per vehicle 18B 25 260 Weeks $ per week per vehicle 18C 25 60 months $ per month per vehicle -21 - MIAMI-DADE COUNTY BID NO.: 8809-0/19 SECTION 4 BID SUBMITTAL FOR: Vehicle Rental Services ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW 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 1I: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: - 22 - MIAMI-DADE COUNTY BID NO.: 8809-0/19 MIA BID SUBMITTAL FORM Bid Title: Vehicle Rental Services By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11,1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the 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 at the time of bid or proposal submission. Ej Place a check mark here only if bidder has such conviction to disclose. By executing this proposal through a duly authorized representative, the proposer certifies that the proposer is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215,473 of the Florida Statutes, In the event that the proposer is unable to provide such certification but still seeks to be considered for award of this solicitation, the proposer shall execute the proposal through a duly authorized representative and shall also initial this space: , In such event, the proposer shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The proposer agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the proposer is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, LOCAL PREFERENCE CERTIFICATION: 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 Interlocai 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. El Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference, LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County, as defined in Section 1.10 of the General Terms and Conditions of this solicitation. L] Place a check mark here only if affirming bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for the LHP, The address of the locally -headquartered office is - 23 - Revised 11/6/12 Version 12 MIAMI-DADE COUNTY BID NO.: 8809-0/19 BID SUBMITTAL FORM LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8,5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. 0 Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal. 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 1.35 of this contract solicitation, if that section is present in this solicitation document. Bidder 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 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 Firm Name: Street Address: Mailing Address (if different): Telephone No.: Fax No.: Email Address: FEIN No, / / / / / 1 / Prompt Payment Terms: __.-% days net days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) *"By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract." Print Name: Title: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. - 24 - Revised 11/6/12 Version 12 MIA iCOUN Y:�=' APPENDIX AFFIDAVITS FORMAL BIDS MIAMI-DADE COUNTY M1aml.0ode County internal Services Department Procurement Management Division Affirmation of Vendor Affidavits BID NO.: 8809-0/19 In accordance with Ordinance 07-143 amending Section 2-8.1 of the Code of Miami -Dade County, effective June 1, 2008, • vendors are required to complete a new Vendor Registration Package, including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted With the Vendor Registration Package is current, complete and accurate for each affidavit listed below. Federal Employer Identification Number (FEIN): Contract No. : Contract Title: Affidavits and Legislation/ Governing Body 1. Miami -Dade County Ownership Disclosure Sec. 2-8.1 of the County Code 6, Miaml-Dade County Vendor Obligation to County Section 2-8.1 of the County Code . �• Miami -Dade County Employment Disclosure County Ordinance No, 90-133, amending Secfion 2.8-1(d) (2) of the County Code Z• Miami -Dade County Code of Business Ethics Article 1, Section 2-8.1(1) and 2-11(b) (i) of the County Code through (6) and (9) of the County Code and County Ordinance No 00-1 amending Section 2-11.1(c) of the County Code 3• Miami -Dade County Employment Drug -free Workplace Certification Section 2-8.f.2(b) f the County Code 8• Miami -Dade County Family Leave Article V of Chapter 11 of the County Code 4. Miami -Dade County Disability Non -Discrimination Article 1, Section 2-8.1.5 Resolution R182.-00 amending • R-385-95 g• Miami -Dade County Living Wage Section 2-8.9 of the County Code 5. Miami -Dade County Debarment Disclosure Section 10.38 of the County Code 10. Miami -Dade County Domestic Leave and Reporting Article 8, Section 1 IA-60 11A-67 of the County Code Printed Name of Affiant Printed Title of Affiant Name of Firm Address of Firm State Notary Public information Notary Public - State of County of Signature of Affiant Date Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me ❑ or has produced Identification ❑ Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal Page 1 of 3 Revised 1/12/12 J MIAMI-DADE COUNTY BID NO.: 8809-0/19 FAIR SUBCONTRACTING PRA►CT.ICES (Ordinance 97-35) In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.15 NO SUBCONTRACTORS WILL BE UTILIZED FOR MS CONTRACT Signature Date Page 2 of 3 Revised 2/11/11 MIAMI-DADE COUNTY SUBCONTRACTORISUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10.34) 8809-0/19 Name of Proposer: FEIN No, In accordance with Sections 2-8,1, 2-8,8 and 10,34 Proposers on County contracts for purchase of supplies, more, and all Proposers on County or Public Health awarded this contract shall not change or substitute materials to be supplied from those identified, except appropriate heading of this form if no subcontractors In accordance with Ordinance No. 11-90, an entity employees of all first tier subcontractors/suppliers. race, gender, and ethnic information is not reasonably of the Miami -Dade County Code, this form must be submitted as a condition of award by all materials or services, including professional services which involve expenditures of $100,000 or Trust construction contracts which involve expenditures of $100,000 or more. The Proposers who is first tier subcontractors or direct suppliers or the portions of the contract work to be performed or upon written approval of the County. The Proposers should enter the word "NONE" under the or suppliers will be used on the contract and sign the form below. contracting with the County shall report the race, gender and ethnic origin of the owners and In the event that the recommended Proposer demonstrates to the County prior to award that the available at that time, the Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by racelethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by racelethnicity) Gender Race/Ethnicity Gender Race/Ethnicity M F m Hispanic Asian/Pacific Islander Native American/ Native Alaskan o M F m e ej 0. z ASIanivacn!c IClancipr Native American/ Native Alaskan Other Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/Material slServices to be Provided by Supplier Princ'paI Owner (Enter the number of male and female owners by racelethnicity) Enter female employees of employees Employee(s)Enter the number of male and and the number by racelethnicity) Race/Ethnicity Gender Race/Ethnicity Gender M F Y m Hispanic Asian/Pacific Islander Native Americanl Native Alaskan d o M F Y m Hispanic As1anII'acltic Native American/ Native Alaskan 0 Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on-line to the Small Business Development of the Department of Regulatory and Economic Resources at http:llwww.miamidade.govlbusinesslbusiness- development-contracts.asp. As a condition of final payment, Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http:/Iwww.miamidade.govlbusinessllibrarvlforms!subcontractors-pavment.pdf. I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Signature of Proposer Print Name Print Title Date 3 of 3 SUB 100 Rev. 6/12