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