Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: February 13, 2019 FILE: City Manager FROM: Annie Perez, CPPO Director of Procurem'-n SUBJECT: Recommendation for Approval to Award the Accessing of Miami -Dade County ("MDC") Contract No.: 3881-5/16-1 Body Work Repair (Collision Damage) Refurbishment and Painting Pre -Qualification Pool ENCLOSURES: RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends the accessing of MDC Contract No. 3881-5/16-1 Body Work Repair (Collision Damage) Refurbishment and Painting Pre -Qualification Pool, for General Services Administration ("GSA"). Contract Number/Title: MDC Contract No. 3881-5/16-1 Body Work Repair (Collision Damage) Refurbishment and Painting Pre -Qualification Pool Contract Amount: Approximately $1,000,000.00 per year Contract Term: Five (5) years, with an option to renew for one (1) additional five (5) year period, currently exercising the option to Renew. Recommended Vendor: Multiple Vendors (Pre -Qualified Pool) BACKGROUND: GSA requested Procurement issue a new solicitation for the provision of automotive and truck body repairs and painting services. However, market research revealed that MDC Contract No. 3881-5/16- 1 Body Work Repair (Collision Damage) Refurbishment and Painting Pre -Qualification Pool, which was competitively solicited under full and open competition, met all the City's needs. Consequently, approval of this recommendation is requested. Your signature below will indicate approval of this recommendation. Emilio T:onzalez, 'Ph.D., City Manager 'idgeman, CPA, Assistant City Manager, Chief Financial Officer Director, GSA 'on, CPPB, Assistant Director, Procurement ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: 3881-5/16-1 PROCUREMENT CONTRACTING OFFICER: Cristiane Lima DATE SUBMITTED: 1/7/2019 TITLE: Body Work Repair (Collision Damage) Refurbishment and Painting Pre -Qualified Pool Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package Award Summary Form for Director or City Manager (if applicable) Agenda Item Summary Form (for Commission Approval — if applicable) Z Resolution (for Commission Approval — if applicable) ® Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package ® Copy of Tally/Evaluation Results (score sheets, ranking or summary) • Copy of Contract's Advertisement & Distribution information Fl Copy of Contract/Solicitation Being Accessed Z Copy of Award Sheet/Approval Documents n Copy of Proposal/Bid (See below) NOTES: Bids are not included due to the volume of vendors in the pool. APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, polio es and procedures. nni P z,- C'PPO Director, Department of Procurement 1/24/18 CONTRACT NO. 3881-5/16-1 BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION ROADMAP Contract Overview: Pre -Qualification List that may be accessed by various County departments to obtain price quotations for the provision of Body Work Repair (Collision Damage) Refurbishment and Painting as needed. Contract Term: Procurement Contracting Officer: 02/01/2012 — 07/31/2022 Jacqueline Carranza Phone: 305-375-2173 Email: jacqueline.carranza a(�,miamidade.gov A. AWARDED (PREQUALIFIED) VENDORS 010617664-01 Auto Color & Collision Repair, Inc. roups 2 Zobeida R. Carricaburu Ph: 786-249-0011 Information Fax: 786-249-0013 luislc(a,fdn.com 113676868-01 Marlin Motors, Inc. Vydesh Ramjit Ph: 305-238-2660 Fax: 305-238-1511 marlinmotors a(�,comcast.net 201774955-01 Espana Body Shop, Inc. Maria E. Farinas Ph: 305-634-3745 Fax: 305-638-4308 info a(�,espana.bodyshop.com 208303835-01 Xtreme Care Body Shop Corp. Henry Laurido Ph: 305-255-5777 Fax: 305-255-5773 xtremecarebodysh(a,bellsouth.net 223973523-01 National Collision and Truck Center Paul Saintelus Ph: 954-200-2568 Fax: 954-615-1901 5425nct(a)gmail.com 260201172-01 AJV Collision Specialist III, Inc. Valeria S. Muino Ph: 754-281-6462 Fax: 305-635-7907 aivcollisionll I(a7gmail.com 270064345-01 Chino's Ink Wecks, Inc. Maria Chiong Ph: 305-262-2121 Fax: 305-262-2999 inkwerks(a,bellsouth.net 270905646-01 MCDE Body Shop, Inc. Dunia Perera Ph: 305-822-8233 Fax: 305-822-8235 mcdebodyshopinc(a,yahoo.com 460591793-01 Collision Specialist, Inc. Juan C. Escobar Ph: 305-696-6100 Fax: 305-696-6102: jc(a,miamicollisionspecialist.com 510472780-01 Trianon Tech Services Eneida Moran Ph: 305-688-7737 Fax: 305-688-7750 trianon4793 a(�,comcast.net 591362309-01 Molina Garage, Inc. Dani Medina Ph: 305-324-4203 Fax: 305-324-7390 molinasgarage(a,att,net 591402487-01 Palm Truck Centers, Inc. Vic Weiger Ph: 954-584-3228 Fax: 954-584-3228 info anpalmtruckrv.com 591695808-01 Horson Corp. Walfrido G. Jaime Ph: 305-331-2656 Fax: 305-887-9747 walfrido101(@,hotmail.com 592108282-01 World Motor Corporation Jorge Gonzalez Ph: 305-638-3040 Fax: 305-638-3270 worldmtr(a,bellsouth.net 592249640-01 Crony Body Works, Inc. Elia Falcon Ph: 305-325-0866 Fax: 350-324-8460 miamielia(7a,aol,com Page 1of7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION Groups 1 ;ontact Informat 592614613-01 Karts Automotive, Inc. X Jose Rafo Ph: 305-251-7909 Fax: 305-252-4189 karlsaut(a bellsouth.net 650353393-01 Finishing Touch Auto Works, Inc. dba/Basils Auto Repair & Body Shop X Raul Garcia Ph: 305-255-5533 Fax: 350-378-9316 basilsautona,bellsouth.net 650422049-01 Southeast Truck Specialist, Inc, X X Jose S. Guerrero Ph: 954-970-3651 Fax: 954-970-4201 setsl(a bellsouth.net 650456131-01 Pedro Hernandez dba/Santa Cruz Auto Sales X Pedro Hernandez Ph: 305-634-1053 Fax: 305-638-1683 Scas1993mh a(�msn,com 650724802-01 U S Body Shop, Inc. X Luckner Bruno Ph: 305-751-6084 Fax: 305-758-0818 brunopat2000(a,aol.com 650898137-01 Hi Tech Auto Body Inc. X Francisco Ron Fax: 305-825-5646 Ph: 305-825-9316 hitechautobodyincyahoo.com 650993249-01 Advanced Body & Frame, Inc. X Albert Font Ph: 305-694-9560 Fax: 305-694-9569 afont27936(c�aol,com 651144196-02 813872123-01 Fleet Technology & Maintenance Corp. dba/Truck City Body Company Bomnin Automotive LLC X X X Sergio Aguirre Ph: 305-863-9208 Craig Pearce Ph: 305-235-8200 Fax: 305-882-1700 maynor(@,truckfla.com sales(a,truckcityfla,com Fax: 305-256-3176 jm(a,bomninauto.com B. QUOTING: Per Section 2.29 — 2.35 All individual Request for Quotes should be reviewed for applicable measures prior to advertising. All quotations issued must be registered with SBD at the following link: https://intra3.miamidade.gov/ISD/SBD/Login.aspx. This link officially places your project on the Cone of Silence Report. Additionally the Office of the Commission Auditor (OCA) shall be copied at oca@miamidade.gov when quote is issued. The following terms / conditions are applicable to all Invitations to Quote (ITQs) issued under the contract. Applicable language (complete legislation or accurate reference to the solicitation and or legislation) should be included in each ITQ: 1. Cone of Silence 2. SBE Bid Preference 3. User Access Program C. METHOD OF AWARD: Per Section 2.6 • Group 1 Light and Medium Equipment • Group 2 Heavy Equipment 4. Local Preference 5. Office of the Inspector General 6. Insurance Compliance Pre -qualified Bidders will be accessed by the various County departments, as needed, to obtain spot market quotations. Bidders shall receive notification for a quotation, review the written specifications regarding the work to be accomplished, inspect the vehicle to be worked upon, and offer an itemized price based on their labor rate and the materials to be provided. The bidder presenting the best quotation in accordance with Section 2.35 shall be awarded that specific work assignment. The award to one vendor for a specific work assignment does not preclude the remaining pre -qualified vendors from submitting quotations for future services. Page 2 of 7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION D. HOW TO APPLY BID AND LOCAL PREFERENCE TO QUOTES, IF APPLICABLE. 1, Bid preferences shall be given to bidders that are identified as certified SBE/Micro, if applicable. The bid preference shall be calculated and subtracted from the total quote price or item for evaluation purposes only. The bid preference is used only to calculate an amount to be used in evaluating the quote and does not affect the final awarded price. 2. Whenever a quote contains both, Bid Preference (SBE/Micro) and Local Preference, departments must apply the bid preference first. Follow the Administrative Guidelines stated in the solicitation/contract document with regard to the applicable measure. The preference should be applied as listed in the table below based on the estimated value of the project and whether or not a set -aside or preference measure is applicable: SBE-MICRO Tier 1 SBE-MICRO Tier 2 SBE-MICRO Tier 3 Set -Asides Up to $100K (All SBE Goods and Services firms are eligible for Set -asides) Bid Preference 10% Bid Preference 5% Bid Preference 0% Set -Asides Over $100K $100K-$750K $750K to $2 Million $2M to $5 Million Bid Preference up to $100K (when not a set -aside) Bid Preference 10% Bid Preference 10% Bid Preference 5% Bid Preference over $100K to $1 Million All Tiers 10% Bid Preference Over $1 Million All Tiers 5% 3. Whenever a quote contains both Local and Locally Headquartered Firms: If the apparent low bidder is a non -local firm and the locally headquartered firm prices are within 15% of the low bidder, department must proceed to apply locally headquartered preference and proceed with following the "Best and Final" (BAFO) process. Similarly, if a Local firm is the lowest bidder and a locally headquartered firm is within 5% of the local firm lowest price, department must proceed to apply locally headquartered preference and obtain the BAFO in accordance with Section 2-8.5 of the Miami -Dade County Code. E. ITQ Pre -award Checklist Prior to finalizing any ITQ award under this solicitation departments are reminded of the following: • In accordance with ITB Section 1, paragraph and related legislation, obtain a signed Collusion Affidavit from the vendor being recommended for award. • Confirm the recommended is responsible, including checking the pre -award compliance items listed @ http://intra.miamidade.gov/procurement/vendor-compliance.asp • Verify there are no pending performance issued listed in the recommended Vendor's BTS profile. • Include the Clerk of the Board (clerkbcc@miamidade.gov) (COB) in the written notice of ITQ results. (Sample language: "In accordance with the referenced ITQ solicitation, and Section 2-8.4 of the Code of Miami -Dade County, you are hereby notified that the department recommends award of this ITQ No Page 3 of 7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 2-11.1(t) of the County Code.") • Allow for the three (3) day protest period, beginning the day after the ITQ award recommendation is posted with the COB. Confirm with COB that no protest was filed prior to issuance of County P0, F. EVENT LOG No. Date Issued Description Officer/ Associate 55 5/9/18 The following vendor was marked for deletion due to non-compliance for lack of required Hired Auto Coverage Insurance: DJ Auto Collision Center, Inc., FEIN 261234600 02 Jacqueline Carranza 54 8/11/17 National Collision and Truck Center, FEIN 223973523-01 has been added — Groups 1 and 2 Adriana Antolinez 53 6/14/17 Chinos Ink Wecks, Inc. FEIN 270064345 01 has been added — Groups 1 and 2 Adriana Antolinez 52 5/24/17 Pedro Hernandez dba Santa Cruz Auto Sales, FEIN 650456131 01 has been added — Group 1 Adriana Antolinez 51 5/15/17 Bomnin Automotive LLC, FEIN 813872123-01 has been added / Group Adriana Antolinez 50 02/24/17 The following vendors were marked for deletion until they update their registration with the County (ADPICS and/or Sunbiz): Polo Motors Corp (261284490 01) Green Zone Body Shop Inc. (273801674 01) Gus Paint & Body Shop Inc. (592060794 01) Navarro Communication (592509421 02) Grand Prize Chevrolet (650317423 04) Auto Body Tech Inc. (650340828 01) B & M Auto Collision (650845887 01) Countywide Collision Corp. (651096022 01) Adriana Antolinez 49 08/15/16 The following vendor was marked for deletion: 3 Points Paint & Body Work Inc. 591282529 01 48 07/15/16 The following vendor was marked for deletion and replaced with Suffix 02: DJ Auto Collision Center Inc. (261234600 01) Deleted Added DJ Auto Collision Center Inc. (261234600 02) 47 03/4/16 The following vendors were added to contract: Espana Body Shop Inc. (201774955 01) Hi Tech Auto Body Inc. (560898137 01) 46 10/15/15 The following vendor was marked for deletion: Truck City Body Company (651012714 01) 45 05/12/15 PerISD's FMD, Touch of Class Paint and Body Shop Inc. has requested to be removed from contract. 44 02/23/15 The following vendor was added to contract: Horson Corp. (591695808 01) Page 4 of 7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION No. Date Issued Description . - Officer/ , Associate 43 02/18/15 The following vendors were added to contract: MCDE Body Shop, Inc. (270905646 01) 42 02/04/15 Per ISD's FMD, remove Cubanshine Frame & Body from contract for abandonment because they are not providing service to the County 41 12/16/14 Award Sheet Addendum 27 posted to reflect a request from the following vendor to be removed from the contract: Aldo's Corner Corporation (650394572 01) Group 1 Armstrong Ford of Homestead (651065517 01) Group 1 G & T Shop, Inc. dba Keystone Body Shop (364639369 01) Group 1 Keystone Body Shop Inc. (650643820 01) Lourdes Betancourt 40 10/29/14 Per Damiancar, Inc. (650649741 01) request, remove them from the contract 39 08/13/14 Per Southern Automotive Dealer Group Corp. dba Homestead Chevrolet Cadillac's request (264511555 01) remove them from contract. See 8/13/2014's email from ISD's FMD. 38 04/14/13 Award Sheet Addendum 25 posted adding a vendor who has complied with insurance requirements to the current BPO's ABCW1200273 and ABCW1200274: MCDE Body Shop (270905646 01) Group 1 Lourdes Betancourt 37 11/16/12 The following vendor was added to contract through Addendum 24 AJV Collision Specialist III Inc. (260201172 01) Group 1 36 08/07/12 The following vendor was marked for deletion E S E F Inc. (592085893 01) 35 05/01/12 Award Sheet Addendum 22 posted adding vendors who have complies with insurance requirement: Trianon Tech Services (510472780 01) Marlin Motors Inc. (113676868 01) 34 02/01/12 Award Sheet Addendum 23 posted adding vendors who have complied with insurance requirements to the current BPO's ABCW1200273 and ABCW1200274: Crony Body Works (592249640 01) Groups 1 & 2 Xtreme Cars Body Shop (208303835 01) Group 1 Lourdes Betancourt 33 02/28/12 Award Sheet Addendum 21 posted to confirm the following change in the terms & conditions stated in Section 1, Paragraph 1.15 "Subcontracting" allowing the following services to be subcontracted: 1) Front End Alignment 2) Air Bags Replacement and/or Repair 32 02/16/12 Award Sheet Addendum 20 posted adding vendors who have complied with insurance requirements to the current BPO ABCW1200273: G&T Body Shop, Inc. dba Keystone Body Shop (364639369 01) Group 1 Finishing Touch Auto Works, Inc. dba Basils Auto Repair & Body Shop (650353392 01) Group 1 World Motor Corporation (592108282 01) Group 1 Lourdes Betancourt Page 5of7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION No. Date Issued Description Officer/ Associate 31 02/09/12 Award Sheet Addendum 19 posted adding vendors who have complied with insurance requirements to the current BPO ABCW1200273: Homestead Ford Inc. Dba/Armstrong Ford of Homestead (651065517 01) Group 1 Grand Prize Motors, Inc. Dba/Grand Prize Chevrolet (650317423 04) Group 1 Diamancar, Inc. (650649741 01) Group 1 Lourdes Betancourt 30 02/09/12 Award Sheet Addendum 18 posted adding vendors who have complied with insurance requirements to the current BP0 ABCW1200273: Southern Automotive Dealer Group Corp Dba/ Homestead Chevrolet Cadillac (26451155501) Group 1 Cubanshine Frame & Body Shop, Inc. (59143192901) Group 1 Aldo's Corner Corporation (650394572 01) Group 1 Southeast Truck Specialist, Inc. (650422049 01) Groups 1 & 2 Fleet Technology and Maintenance Corp Dba Truck City Body Company (65114419602 02)Groups 1 & 2 Advanced Body and Frame, Inc. (650993249 01) Group 1 US Body Shop, Inc. (650724802 01) Group 1 3 Points Paint & Body Work, Inc. (591282529 01) Groups 1 & 2 Palm Truck Centers, Inc. (591402487 01) Group 2 Lourdes Betancourt 29 02/01/12 OTR from 02/01/12 to 07/31/17 processed 28 01/23/12 Contract renewal finalized, BPO ABCW1200273 posted and Award (prequalification) Information published online. User Departments notified by e-mail Lourdes Betancourt 27 05/2/11 651144196-02 Fleet Technology & Maintenance Corp, Dba/ Truck City Body Co. Award Sheet Addendum No 16 issued to reflect name change from Mulholland Industries. Lourdes Betancourt 26 05/2/11 Mullholland Industries Inc. names changed to Fleet Technology and Maintenance Corp. dba Truck City Corp. (651012714 01) through Addendum 16 effective 5/2/11 25 04/30/10 The following vendor was removed from ADPICS: Auto Body Concepts, Inc. Km! Ra 24 01/25/10 Polo Motors Corp. (261284490 01) added to Group 1. Award Sheet Addendum No 5 issued Km! Ra 23 01/15/10 Auto Body Tech, Inc. (650340828-01) added to Group 1. Award Sheet Addendum No 4 issued Km! Ra 22 01/06/10 Xtreme Care Body Shop Corp (208303835 01) added to Group 1. Award Sheet Addendum No 3 issued Km! Ra 21 12/31/09 Southern Automotive Dealer Group Dba/ Homestead Chevrolet Cadillac (264511555 01) added to Group 1. Award Sheet Addendum No 2 issued Km! Ra 20 10/07/09 Southeast Truck Specialist, Inc. (650422049 01), added to Group 1. Award Sheet Addendum No. 1 issued. Km! Ra 19 03/13/09 BPO ABCW0900694 was created for transfer of $251,519.81 of MDPR's contract allocation Lourdes Betancourt 18 02/23/09 G & T Shop, Inc. dba Keystone Body Shop (364639369 01) added to contract through Addendum 15 effective 2/23/09 Page 6 of 7 BID NO.: 3881-5/16-1 BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) PRE -QUALIFICATION No, Date Issued Description O cer/ Associate 17 02/20/09 The following vendor was removed from ADPICS: Keystone body Shop, Inc., Pablo Martinez 16 09/30/08 ESEF, Inc. Dissolution of this corporation was done on 9/30/08 15 08/1/08 Auto Color & Collision Repair, Inc (010617664 01) added to contract's Group 1 through Addendum 14 effective 8/1/08 14 07/16/07 Cuban Shine Frame & Body Shop, Inc, (591431929 01) added to Group 1 Award Sheet Addendum No 13 issued. Marcelo Cam 13 05/17/07 3 Points Paint & Body Work, Inc. (591282529 01) added to Groups 1 & 2 Award Sheet Addendum No 12 issued. Marcelo Cam 12 04/17/07 Palm Truck Centers, Inc. (591402487 01) added to Group 1 Award Sheet Addendum No 11 issued. Marcelo Cam 11 03/19/07 Keystone Body Shop, Inc., (650643820 01) added to Group 1 Award Sheet Addendum No 10 issued. Marcelo Cam 10 03/16/07 S & W Auto Group Corp. dba B & M Auto Collision (650845887 01) added to contract through Addendum 9 effective 3/16/07 9 02/23/07 Mulholland Industries, Inc, dba Truck City Body Company (651012714- 01) added to Groups 1 and 2. Award Sheet Addendum No 8 issued. Marcelo Cam 8 02/20/07 Crony Body Works, Inc., (592249640-01) added to Groups 1 and Group 2, Award Sheet Addendum No 7 issued. Marcelo Cam 7 2/15/07 County Wide Collision Corp. (651096022 01) added to contract's group 1 through Addendum 6 effective 2/15/07 6 2/14/07 Gus. Paint & Body Shop, Inc. (592060794 01) added to contract's Group 1 and 2 through Addendum 5 effective 2/14/07 5 02/7/07 Contract BPO's ABCW0700358 online, Authorized User Departments notified. This initial contract award posting included the following prequalified vendors: US Body Shop, Inc. (650724802-01) Navarro Paint & Body Shop, Inc. dba Navarro Communications (592509421-02) ESEF, Inc. (592085893-01) Autobody Concepts, Inc. dba Olympia Body Shop (651133677 01) Km! Ra 4 2/7/07 World Motors Corporation (592108282 01) added to contract's Group 1 through Addendum 4 effective 2/7/07 3 2/6/07 Aldo's Corner Corporation (650394572 01) added to contract through Addendum 3 effective 2/6/07 2 2/6/07 Finishing Touch Auto Works Inc. dba Basils Auto Repair & Body Shop (650353393 01) added to contract's Group 1 through Addendum 2 effective 2/6/07 1 1/18/07 Advance Body & Frame, Inc (650993249 01) added to contract through Addendum 1 effective 1/18/07 Page 7 of 7 Miami -Dade Department of Procurement Management Vendors Notified of DPM Solicitations via Email Solicitation Number: 3881-5/16-OTR Title: Body Work Repair (Collision Damage) Refurbishment and Painting, Pre -qualification. Due Date: 9/13/2006 2:00:00 PM 3881516.pdf Date Sent: 8/16/2006 4:13:41 PM Commodities: AUTOMOTIVE BODY WORK (INCLUDING UNDERCOATI Total Enrolled Vendors Notified: 41 Enrolled Vendors Vendor Name Vendor No. Vendor Info ADVANCE AUTO PARTS / JUAN A. 11373 Address: 19563 NW 57TH AVENUE , MIAMI , FL, 33055 , US GARCIA Phone:(305) 796-9818 Fax:() Email: TUCKIE2775@AOL.COM Address: 4181 S.W. 8TH STREET , MIAMI , FL, 33134 , US Phone:(305) 4467000 Fax:(305) 4482670 Email: HUERTAJ@AUTONATION.COM Address: 9959 S.W. 173RD STREET , MIAMI , FL, 33157 , US Phone:(305) 2356235 Fax:(305) 2351206 Email: JESUS@PREMIERAUTOCOLLISION.COM 6103 Address: 110 SE 6TH ST , FORT LAUDERDALE , FL, 33301 , US Phone:(954) 7693662 Fax:(954) 7693100 Email: KELLYJ@AUTONATION.COM BLACK ECONOMIC DEVELOPMENT 1178 Address: 6015 NW 7TH AVENUE , MIAMI FL, 33127 , US COALITION Phone:(305) 751-8934 Fax:(305) 751-1619 Email: JANE@TFC.ORG CHRISTOPHER RAMESAR 10476 Address: 12419 NE 13 AVE' , NORTH MIAMI Phone:(305) 895-7171 Fax:(305) 895-6255 Email: CBCOLLISION@AOL.COM CITY OF SOUTH MIAMI CENTRAL 13056 Address: 6130 SUNSET DRIVE , SOUTH MIAMI , FL, 33143 , US Phone:(305) 663-6339 Fax:(305) 667-7806 Email: KVAZQUEZ@CITYOFSOUTHMIAMI.NET COLLISION ZONE 12869 Address: 12972 SW 87 AVE , MIAMI , FL, 33176 , US Phone:(305) 253-2353 Fax:(305) 378-2414 Email: FCROWLEY@BELLSOUTH.NET ANTHONY ABRAHAM CHEVROLET 2540 AUTO COLLISION SPECIALISTS 4922 AUTONATION SERVICES COURTESY FORD CYBERCOM SYSTEMS INC. DIAMANCAR INC DNL AUTO BODY SHOP EASTERN U.S. AUTOMOTIVE REPAIR 6861 EXPRESSWAY TOYOTA FAIRBANKS CHRYSLER JEEP DODGE SAWGRASS FAIRBANKS CHRYSLER JEEP DODGE SAWGRASS GOLDEN CONDOR ENTERPRISES, 8392 INC. GUS PAINT AND BODY SHOP, INC. HEADQUARTER TOYOTA HOMESTEAD FORD JOHHNY & MACK BY THE TRACKS, 6516 INC. LUIS PAINT & BODY SHOP MAROONE CHEVROLET OF MIAMI 10929 MAROONE TOYOTA 4908 2755 Address: 10344 SW 187 STREET , MIAMI , FL, 33177 , US Phone:(305) 2381121 Fax:(305) 2388115 Email: RNAPOLI@WORLDAUT0I.COM 8786 Address: P.O. BOX 833009 , MIAMI , FL, 33283 , US Phone:(786) 236-3034 Fax:(305) 357-7705 Email: CYBERCOMSYSTEMSINC@YAHOO.COM 8866 Address: 3655 NW 48TH ST , MIAMI , FL, 33142 , US Phone:(305) 6333304 Fax:(305) 6333320 Email: DIAMANCA@BELLSOUTH.NET 5176 Address: 230 NW 71 ST. , MIAMI , FL, 33150 , US Phone:(305) 758-9093 Fax:(305) 756-6725 Email: LACOSSE2000@YAHOO.COM Address: 9375 SW 40TH STREET , MIAMI , FL, 33165 , US Phone:(305) 225-3646 Fax:(305) 225-6230 Email: EUSAPT@BELLSOUTH.NET 7073 Address: 150 NW 79TH AVE. , MIAMI , FL, 33126 , US Phone:(305) 2612181 Fax:(305) 2676507 Email: SERVICE@EXPRESSWAYTOYOTA.COM 5640 Address: 5901 MADISON AVENUE , TAMARAC , FL, 33321 , US Phone:(954) 861-6250 Fax:(954) 861-6255 Email: PARTS@FAIRBANKSCJD.COM 8494 Address: 5901 MADISON AVE. , TAMARAC , FL, 33321 , US Phone:(954) 861-6231 Fax:(954) 861-6232 Email: PMARTINO@FAIRBANKSCJD.COM Address: 4001 NW 25 STREET , MIAMI , FL, 33142 , US Phone:(305)789-8917 Fax:(305) 789-8953 Email: ISRAEL.ALFONSO@BAKERNET.COM 14395 Address: 7150 NW 27 AVE , MIAMI , FL, 33147 , US Phone:(305) 836 7933 Fax:(305) 836 4623 Email: guspaintnbody@aol.com 10181 Address: 5895 NW 167TH ST. , HIALEAH , FL, 33015 , US Phone:(305) 364-9800 Fax:(305) 827-0169 Email: FLEET@HEADQUARTERTOYOTA.COM 3763 Address: 30725 S. FEDERAL HIGHWAY , HOMESTEAD , FL, 33030 , US Phone:(305) 242-5628 Fax:(305)2426325 Email: LEONARDOFOR@AOL.COM Address: 3249 SW 152 PL , MIAMI , FL, 33185 , US Phone:(305) 553-4648 Fax:(305) 223-4141 Email: MAUREENREBOREDO@ADELPHIA.NET 7944 Address: 441 NW 36 ST MIAMI , MIAMI , FL, 33127 , US Phone:(305) 573-4523 Fax:(305) 572-0078 Email: VALLEJOMX@COMCAST.NET Address: 4181 S.W. 8TH STREET, MIAMI , FL, 33134, US Phone:(305) 4467000 Fax:(305) 4482670 Email: HUERTAJ@AUTONATION.COM Address: 4050 WESTON RD , DAVIE , FL, 33331 , US Phone:(954) 325-1090 Fax:(954) 358-6586 Email: RODRIGUEZH1@AUTONATION.COM MICHAEL A PARKER 12155 Address: 7501 NW 26AVE , MIAMI , FL, 33147 , US Phone:(786) 290-7343 Fax:( ) Email: MICHAELAPARKER1@BELLSOUTH.NET MID AUTO SERVICE 4768 Address: 8901 SW 129 TER , MIAMI , FL, 33176 , US Phone:(305) 254-2544 Fax:(305) 251-8799 Email: CARLOS@PREMIERAUTOCOLLISION.COM MID AUTO SERVICE, INC. 4769 Address: 9959 BANYAN STREET , PERRINE , FL, 33157 , US Phone:(305) 235-6235 Fax:(305) 235-1206 Email: EFREM@PREMIERAUTOCOLLISION.COM MIDDAY AUTO REPAIRS. 4073 Address: 18697 SW 103 CT. , MIAMI , FL, 33157 , US Phone:(305) 254-2999 Fax:(305) 254-9204 Email: MIDDAY@BELLSOUTH.NET NOA LOGISTICS SERVICES CORP. 14008 Address: 3145 W. ATLANTIC BLVD. , POMPANO BEACH , FL, 33069 , US Phone:(954) 9709788 Fax:(954) 9709782 Email: NOAHOODS@NOATRUCKPARTS.COM PALMETTO FORD TRUCK SALES, 2808 Address: 7245 NW 36TH ST , MIAMI , FL, 33166 , US INC. Phone:(305) 5923673 Fax:(305) 4701397 Email: BOB@PALMETTOTRUCK.COM PALMETTO FORD TRUCK SALES, 1315 Address: 7245 NW 36TH STREET , MIAMI , FL, 33166 , US INC. Phone:(305) 5923673 Fax:(303) 4701397 Email: BOB@PALMETTOTRUCK.COM PERFECTION PAINT & BODY SHOP 2527 Address: 6900 CORAL WAY , MIAMI , FL, 33155 , US INC. Phone:(305) 663-1032 Fax:(305) 663-1035 Email: PERFECTIONBODYSHOP@YAHOO.COM PROBODY COLLISION CENTER 6701 Address: 7735 NW 53RD STREET , MIAMI , FL, 33166 , US Phone:(305) 599 2661 Fax:(305) 5999071 Email: PROBODY@BELLSOUTH.NET PUBLIC SAFETY USA CORP 12827 Address: 7500 NW 55TH ST , MIAMI , FL, 33166 , US Phone:(305) 986-1373 Fax:(305) 220-2779 Email: ALBERT@EMERGENCYVEHICLESERVICES.COM S & W AUTO GROUP 5340 Address: 5780 SW 68 STREET , MIAMI , FL, 33143 , US Phone:(305) 6610302 Fax:(305) 6614354 Email: BMAUTOCOLLISION@YAHOO.COM SANTA ROSA BODY SHOP 2807 Address: 500 SOUTH DIXIE HWY, HOLLYWOO , FL, 33020 , US Phone:(954) 927-0701 Fax:(954) 927-5571 Email: CAFFIB@BELLSOUTH.NET SOUTH AMERICAN PARTS CORP 10770 Address: 5220 NW 72 AVE #7 , MIAMI , FL, 33166 , US Phone:(305) 5942844 Fax:(305) 5992351 Email: ANDRES.00HOA@SAPCORP.NET VENAM TRADING 9827 Address: 3802 CURTIS PARKWAY , VIRGINIA GARDENS , FL, 33166 , US Phone:(305) 8717770 Fax:(305) 8717837 Email: MESPACORP@YAHOO.COM VIVA LIZ, INC. 14200 Address: 994 S.W. 69TH AVENUE , MIAMI , FL, 33144 , US Phone:(305) 264-8990 Fax:(305) 261-1946 Email: HENRY@VIVALIZ.COM VMM INVESTMENTS INC 7330 Z&C SERVICE CORP 1139 Total ADPICS Vendors Notified: 46 ADPICS Vendors Vendor Name Vendor No. 3 POINTS PAINT & BODY WORK INC 591282529 ABRAHAM CHEVROLET-MIAMI INC 650802822 ACCO INC 650182701 ADVANCED BODY & FRAME INC 650993249 ALDO'S CORNER CORPORATION 650394572 ALSON MANAGEMENT SERVICES INC 592837457 AMERICAN COLLISION INC 650569738 APACHE FUTURE INC AUTOBODY CONCEPTS INC 651133677 AUTOBODY CONCEPTS INC 651133677 BLAKE CHEVROLET & CADILLAC INC 590733653 COACI•ICRAFTERS INC 411525216 Address: 10115 NW 79 AVENUE , HIALEAH GARDENS , FL, 33016 , US Phone:(305) 825-3313 Fax:(305) 825-8913 Email: JOSE@SWMIAMI.COM Address: 2328 SW 20TH ST , MIAMI , FL, 33145 , US Phone:(305) 216-0160 Fax:(305) 859-9313 Email: FJC6@BELLSOUTH.NET Vendor Info Address: 3566 N.W. 32 STREET , MIAMI , FL, 33142 , Phone:(305) 6349741 Fax:(305) 6347989 Email: arnedo@bellsouth.net Address: 4181 SW 8 ST , MIAMI , FL, 33134 , Phone:(305) 446-7000 Fax:(305) 448-2670 Email: delmontel@autonation.com Address: 12539 SW 128 STREET, MIAMI , FL, 33186 , Phone:(305) 254-0088 Fax:(305) 378-6200 Email: acco12250@aol.com Address: 3041 E 10 AVE , HIALEAH , FL, 33013 , Phone:(305) 6949560 Fax:(305) 6949569 Email: afont27936@aol.com Address: 2500 NW 21 TERRACE , MIAMI , FL, 33142 , Phone:(305) 634-9497 Fax:(305) 634-1154 Email: tacobay@aol.com Address: 2390 NW 107TH AVENUE , MIAMI , FL, 33172 , Phone:(305) 597-5555 Fax:(305) 597-5559 Email: midasmia@juno.com Address: 3500 N.W. 54 STREET , MIAMI , FL, 33142 , Phone:() Fax:() Email: afont2793@aol.com 850373059 Address: 7126 E SHEA BLVD STE C & D , SCOTTSDALE , AZ, 85254, Phone:(480) 951-5997 Fax:(480) 951-9149 Email: apachefuture@msn.com Address: 7800 NW 53 ST , MIAMI , FL, 33166 , Phone:(305) 594-2261 Fax:(305) 594-5943 Email: autobody7800@aol.com Address: 7800 NW 53 ST , MIAMI , FL, 33166 , Phone:(305) 594-2261 Fax:(305) 594-5943 Email: autobody7800@aol.com Address: 30401 S FEDERAL HWY, HOMESTEAD , FL, 33030 , Phone:(305) 247-2121 Fax:(305) 247-5211 Email: cpearce@blakechevy.com Address: 27530 COUNTRY ROAD , TAVARES , FL, 32778 , Phone:(352) 742-8111 Fax:(352) 742-7311 Email: florida@coachcrafters.com COLLISION CENTER OF NORTH 650998325 Address: 1501 NE 130 STREET , NORTH MIAMI , FL, 33161 , DADE INC Phone:(305) 8910122 Fax:(305) 8914310 Email: ndcollision@aol.com CRONY BODY WORKS INC 592249640 Address: 724 NW 21 STREET , MIAMI , FL, 33127 , Phone:(305) 325-0866 Fax:(305) 324-8460 Email: boating247@aol.com E S E F INC 592085893 Address: 7910 WEST 25TH COURT , HIALEAH , FL, 330162701 , Phone:(305) 825-7633 Fax:(305) 825-7945 Email: pvd@esefinc.com EURO USA COLLISON CENTER CORP 061656223 Address: 7988 NW 56 STREET , MIAMI , FL, 33166 , Phone:(305) 639-2959 Fax:(305) 639-2964 Email: eurousacol@aol.com FILTER EQUIPMENT COMPANY INC 222095471 Address: 1440 Highway 34 , Wall Township , NJ, 07753 , Phone:(732) 9387440 Fax:(732) 9383312 Email: cdeutch@filter-equipment.com FINISHING TOUCH AUTO WORKS INC 650353393 Address: 10501 SW 185 TERR , MIAMI , FL, 33157 , Phone:(305) 255-5533 Fax:(305) 378-9316 Email: basilsauto@aol.com FORT LAUDERDALE LINCOLN 590573006 Address: 12 EAST SUNRISE BLVD , FT LAUDERDALE , FL, MERCURY INC 33304 , Phone:(954) 335-2000 Fax:(954) 779-2089 Email: gturner@holmanauto.com FRANKS COLLISION INC 650066354 Address: 12850 NW LEJEUNE ROAD , OPA-LOCKA , FL, 33054 , Phone:(305) 687-3746 Fax:(305) 687-8814 Email: frankscol@aol.com GFB ENTERPRISES LLC 522136189 Address: 10775 S DIXIE HWY , MIAMI , FL, 33156 , Phone:(305) 728-6802 Fax:(305) 728-6831 Email: croberts@lexusofkendall.com GLOBAL GROUP MARKETING & 650954677 Address: 11246 SW 160 CT , MIAMI , FL, 33196 , PERSONNER Phone:() Fax:(305) 383-6008 Email: globalgroup1999@aoicom GRAND PRIZE MOTORS INC 650317423 Address: 11701 SW 152 STREET, MIAMI , FL, 33177 , Phone:(305) 235-8200 Fax:(305) 235-8258 Email: louis@grandprizeonline.com GRAND PRIZE MOTORS INC 650317423 Address: 11701 SW 152 ST , MIAMI , FL, 33177 , Phone:(305) 235-8200 Fax:(305) 235-8258 Email: louis@grandprizeonline.com GUS PAINT & BODY SHOP INC 592060794 Address: 7150 NW 27 AVENUE , MIAMI , FL, 33147 , Phone:(305) 836-7933 Fax:(305) 836-4623 Email: guspaintnbody@aol.com HOMESTEAD FORD INC 651065517 Address: 30725 SOUTH FEDERAL HWY , HOMESTEAD , FL, 33030, Phone:(305) 2475112 Fax:(305)2426303 Email: billuc@msn.com LAWSON PRODUCTS INC 362229304 Address: 1666 EAST TOUHY AVE , DES PALINES , IL, 60018 , Phone:(847) 827-9666 Fax:(847) 296-6309 Email: amartinez@kent-automotive.com M A T EQUIPMENT RENTAL INC M T PAINT & BODY SHOP INC 592738812 METRO FORD INC 592300252 MIDDAY AUTO REPAIR INC 650205066 NAVARRO PAINT & BODY INC NU -WAY AUTO SERVICE 590686462 PALM TRUCK CENTERS INC 591402487 PERFECTION PAINT & BODY SHOP 592065545 INC PHOENIX WORLDWIDE INDUSTRIES 592375232 INC PRISON REHAB INDUSTRIES & DIV 592167018 ENTERP INC PUBLIC SAFETY USA CORP R & L ACOSTA INC RECHTIEN INTERNATIONAL TRUCKS 592044408 INC SECOND TO NONE AUTO COLLISSION INC STERLING TRUCKS OF TAMPA LLC 912051231 TRUCKMAX INC 650731268 650224691 Address: 7752 NW 54TH STREET , MIAMI , FL, 33166 , Phone:(305) 718-3635 Fax:(305) 5911944 Email: chomatk@cs.com Address: 5091 A NW 79 AVE , MIAMI , FL, 33166 , Phone:(305) 591-3307 Fax:(305) 591-4473 Email: mttruckcenter@aol.com Address: 9000 NW 7TH AVENUE , MIAMI , FL, 33150 , Phone:(305) 751-9711 Fax:(786) 472-7036 Email: emanso@metroford.com Address: 18697 SW 103TH CT , MIAMI , FL, 33157 , Phone:( ) Fax:( ) Email: midday@bellsouth.net 592509421 Address: 2390 WEST 78TH STREET , HIALEAH , FL, 33016 , Phone:(305) 823-9922 Fax:(305) 823-7437 Email: npbshop@aol.com Address: 551 N.W. 71 STREET , MIAMI , FL, 33150 , Phone:(305) 757-5526 Fax:(305) 759-2734 Email: david@nuwayautosince1947.com Address: 2441 SOUTH STATE ROAD #7 , FORT LAUDERDALE , FL, 33317 , Phone:(954) 584-3200 Fax:(954) 584-3228 Email: info@palmtruckrv.com Address: 6900 CORAL WAY , MIAMI , FL, 33155 , Phone:(305) 663-1032 Fax:(305) 663-1035 Email: perfectionbodyshop@yahoo.com Address: 10780 SW 190 ST , MIAMI , FL, 33157 , Phone:(305) 238-0477 Fax:(305) 238-7125 Email: drat@phoenixworldwide.com Address: 223 MORRISON ROAD , BRANDON , FL, 33511 , Phone:(813) 890-2133 Fax:(727) 570-3449 Email: bids@pride-enterprises.com 562563551 Address: 7500 NW 55TH STREET SUITE # 102 , MIAMI , FL, 331664220, Phone:(305) 986-1373 Fax:(305) 220-2779 Email: aag@raddeveloper.com 650847788 Address: 10115 NW 79 AVE , HIALEAH GARDENS , FL, 33016 , Phone:(305) 8253313 Fax:(305) 8258913 Email: ralphie002@aol.com Address: 7227 NW 74TH AVE. , MIAMI , FL, 33166 , Phone:(305)888-0111 Fax:(305) 885-9230 Email: jbrady@rechtien.com 651137078 Address: 13370 NW 42ND AVE. , OPA LOCKA , FL, 33054 , Phone:(305) 681-1987 Fax:(305) 681-3077 Email: aroque@whrise.com Address: 7530 US HWY 301 N , TAMPA , FL, 33637 , Phone:(813) 262-0890 Fax:(813) 262-0983 Email: cchasteen@sterlingtrucksoftampa.com Address: 6000 NW 77 COURT , MIAMI , FL, 33166 , Phone:(305) 777-9000 Fax:(305) 777-9077 Email: bdollar@truckmax.com TT OF COMMERICAL INC 651104396 Address: 5901 MADISON AVENUE , TAMARAC , FL, 33321 , Phone:(954) 861-6200 Fax:(954)861-6233 Email: pmartino@fairbankscjd.com U S BODY SHOP INC 650724802 Address: 195 NW 71 ST , MIAMI , FL, 33150 , Phone:(305) 751-6084 Fax:(305) 758-0818 Email: brunopat2000@aol.com WORLD MOTOR CORPORATION 592108282 Address: 3905 NW 37TH CT. , Miami , FL, 33142 , Phone:(305) 6383040 Fax:(305) 6383270 Email: worldmtr@bellsouth.net BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS• CERTIFICATE OF COMPETENCY: EQUIPMENT LIST• EXPEDITED PURCHASING PROGRAM (EPP) INDEMNIFICATION/INSURANCE • LIVING WAGE: PRE -BID CONFERENCE/WALK-THRU: MEASURES: SAMPLES/INFORMATION SHEETS: SECTION 3 - MDHA• SITE VISIT/AFFIDAVIT: USER ACCESS PROGRAM: WRITTEN WARRANTY: OPENING: 2:00 P.M. WEDNESDAY September 9, 2006 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING, PRE -QUALIFICATION. THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: N/A N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.11 N/A N/A SEE SECTION 2.0, PARA. 2.2 N/A N/A SEE SECTION 2.0, PARA. 3.8 SEE SECTION 2.0, PARA. 2.21 SEE SECTION 2.0, PARA. 2.19 FOR INFORMATION CONTACT: Diane LeRay, CPPB at 305-375-5330, or at leray@miamidade.gov IMPORTANT NOTICE TO BIDDERS: N/A MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASING DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 26 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 26 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 3881-5/16-OTR Title: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING, PRE -QUALIFICATION Sr. Procurement Contracting Agent: Diane LeRay, CPPB Bids will be accepted until 2:00 p.m. on September 6, 2006 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and three copies of the Bid Submittal, plus attachments if applicable. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated in this solicitation document. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE. THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 1 GENERAL TERMS AND CONDITIONS 1.1. DEFINITIONS Bid - shall refer to any offer(s) submitted in response to this solicitation. Bidder - shall refer to anyone submitting a Bid in response to this solicitation. Bid Solicitation - shall mean this solicitation documentation, including any and all addenda. Bid Submittal Form - defines the requirement of items to be purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space on each page. County - shall refer to Miami -Dade County, Florida DPM - shall refer to Miami -Dade County's Department of Procurement Management, Purchasing Division. Enrolled Vendor - EFFECTIVE JULY 8, 2002, shall refer to a Finn that has completed the necessary documentation in order to receive Bid notifications from the County, but has not yet registered. Registered Vendor - shall refer to a firm that has completed the Miami - Dade County Business Entity Registration Application and has satisfied all requirements to enter in to business agreements with the County. For additional information about on-line vendor enrollment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1" Street, 13's Floor, Miami, FL 33128, Phone 305-375-5773. EFFECTIVE JULY 1, 2002, vendors will be able to enroll and register online by visiting our web site at http://miamidade.gov and click on "Business". 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 eneaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. Vendors may enroll with the County to be included on a mailing list for selected categories of goods and services. To be eligible for award of a contract (including small purchase orders), Bidders must complete a "Miami -Dade County Business Entity Registration Application". Only Registered Vendors can be awarded County contracts. Vendors are encouraged to register with the County anytime by contacting the Vendor Information Center at 305-375-5287. The County endeavors to obtain the participation of all qualified minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, at 111 N.W. 1 Street, I9's Floor, Miami, FL 33128-1844, or telephone at 305- 375-3111. County employees wishing to do business with the County are referred to Section 2-11,1(d) of the Miami -Dade County Code. B. Vendor Registration To be recommended for award the County requires that vendors complete a Miami -Dade County Business Entity Registration Application with all required disclosure affidavits. The Miami -Dade County Business Entity Registration Application must be returned to the Department of Procurement Management (DPM), Purchasing Division within Fourteen (14) days of notification of the intent to recommend for award. In the event the Miami -Dade County Business Entity Registration Application is not properly completed and returned within the specified time, the County may award to next lowest responsive Bidder. The Bidder is responsible for obtaining the Miami -Dade County Business Entity Registration Application and all affidavits by downloading from DPM's website at http://miamidade.gov and click on "Business" or from the Vendor Assistance Unit at l I 1 N.W. 1" Street, Miami, FL In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its knowledge of and commitment to comply with the following: 1. Disclosure of Employment - pursuant to Section 2-8.1(d) of the County Code. 2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d) of the County Code. 3. Drug -Free Affidavit - pursuant to Section 2-8.1.2(b) of the County Code. -I- 4. W-9 and 8109 Forms - The vendor must furnish these forms as required by the Internal Revenue Service. 5. Social Security Number - The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.I.N.). 6. Americans with Disabilities Act (A.D.A.) Affidavit - It is the policy of the County to comply with all requirements of County Resolution R 132-00 and the A.D.A. 7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant to Section 2-8.1 (c) of the County Code. 8. Conflict of Interest and Code of Ethics - pursuant to Sections 2- 8.1(i) and 2-11.1(b) (1) through (6) and (9) of the County Code and County Ordinance No. 00-1 amending Section 2-11.1(c) of the County Code. 9. Cade of Business Ethics - pursuant to Section 2-8.1(i) of the County Code. 10. Debarment Disclosure Affidavit - pursuant to County Code 10-38. 11. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 12. Minority and Disadvantaged Business Enterprises. The County endeavors to obtain the participation of all minority and disadvantaged business enterprises pursuant to Sections 2-8.2, 2- 8.2.3 and 2-8.2.4 of the County Code and Title 49 of the Code of Federal Regulations. 13. Individuals and Entities Doing Business with the County not current in their obligations to the County - pursuant to Sections 2- 8.1 (h) and 2-I 1.I(b)(8) of the County Code. 14. Nondiscrimination pursuant to Section 2-8.1.5 of the County Code. 15. Family Leave - Pursuant to Section I IA-30 of the County Code. 16. Living Wage - Pursuant to Section 2-8.9 of the County Code. 17. Domestic Leave - Pursuant to Section l 1A-60 of the County Code. 18. Antitrust Laws - By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida. C. PUBLIC ENTITY CRIMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. D. Request for Additional Information 1. Pursuant to Section 2-1L1(t) of the County Code, all Bid Solicitations, once advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Silence". Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the Procurement Agent identified on the front page of the solicitation. Such inquiries or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet with Bidder's facsimile number. The requestor must also Ole a copy of this written request with the Clerk of the Board, I I 1 NW Street, 17a' Floor, suite 202, Miami, Florida 33128-1983 or email clerkbcc@miamidade.gov. 2. The Department of Procurement Management may issue an addendum in response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions Revised 9/30/05 MIIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 1 GENERAL TERMS AND CONDITIONS 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' Responstbtllties 1. it is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Pleas of ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. 2. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order. Federal, State and local. 3. 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 written a letter received by the DPM Bids and Contracts Division prior to the Bid opening date may withdraw a bid. A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Within The Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid 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 Teams and Conditions. H. 1. Prompt Payment Terms 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. Alt payments due from the County or the Public Health Trust, and not made within the time specified by this section, shall bear interest from: thirty (30) days after the due date at the rate of one percent (I%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or her designee(s), not later than sixty (60) 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. 1.3. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and must be completed and submitted with the Bid Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and 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 fonn. FAILURE TO SIGN THE BID SUBMITTAL FORM SHAI L 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. 1.4. CANCELLATION OF RID SOLICITATION Miami -Dade County reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the County. 1.5. AWARD OF BID SOLICITATION A. This Bid may be awarded to the responsible Bidder meeting all requirements as set forth in the solicitation. The County reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re -advertise for all or any part of this Bid Solicitation as deemed in its best interest. The County shall be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the County's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Miami -Dade County. Finns domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Occupational License. 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 Revised 9/30/05 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 1 GENERAL TERMS AND CONDITIONS appropriately sized self-addressed stamped envelope. Bid results will not be given by telephone or facsimile. Please allow ten (10) calendar ((aye after Bid opening for mailing. H. The Bid Solicitation, any addenda and/or properly executed modifications, the purchase order, and any change order(s) than constitute the contract. L in accordance with Resolution R-1574-88 the Director of Bids and Contracts Division will decide all tie Bids. I. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. 1.6. CONTRACT EXTENSION A. Tito County reserves the right to exercise its option to extend a contract for up to one hundred -eighty (180) calendar days beyond the current contract period and will notify the contractor in writing ofthe extension. B. This contract may be extended beyond the initial one hundred. eighty (180) day extension period upon annual 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 suoeesaful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.& ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based on the County's anticipated needs and/or uaage 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 resnhing 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 mmmer it sees fit, including but not limited to: award of other contracts, uae of any contractor, or perform the work with its own employees. 1.10. LOCAL PREFERENCE The evaluation of competitive bids is subject to Section 2-8,5 of the Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. A local business shall be defined as: I. a business that has a valid occupational license, matted by Miami -Dade County at least one year priorto bid or proposal subnrisaion, that is appropriate for the goods, services or construction to be purchased; 2. a business that has physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business. Pout Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3. a business that contributes to the economic development and well-being of Miami -Dade Courtly in a verifiable and measurable way. This may include but not he 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 hid or proposal subniiasion date stated in the solicitation: (a) vendor has at lest ten (10) permanent feu time employees, or part time employees equivalent to 10 ITE ("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 some other verifiable and measurable contribution to the economic development and well-being of Miami - Dade County. When there is a responsive bid front a Miami -Dade local business within 10% of the lowest price submitted by a responsive non -local business, the local business and the non -local low bidder shall have the opportunity to submit a hest and final bid equal to or lower than the amount of the low bid previously aubmitted by the non -local business. (e) At this time, there is an interlace! agreement in effect between Miami - Dade and Broward Counties until September 2006. Therefore, a vendor which meets the requirements of (1) and (2) above for Broward County shall be considered a local business pursuant to this Section. 1.11. CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period ahall, unless terminated by mutual written agreement between the County and the successful Bidder, continue turtil completion at the same prices, terms and conditions. 1.12. BID PROTEST A. A reconunendafion for contract award or rejection of award may be protested by a Bidder in accordance with the procedures contained in Sections 2-8,3 and 2-8.4 of the County Code, as amended, and as established in Administrative Order No.3-21. B. To initiate a Bid protest, the protester theft present to the Clerk of the Board a non-refundable thing fee, payable to the Clerk of the Board, in accordance with the schedule provided below: Award Amount Minn Fee 525,000-8100,000 $500 8100,0014500,000 $1,000 $500,001-$5 million $3,000 Over $5 minion $5,000 in the event a Bidder wishes to protest any part of the General Conditions, Special Conditions and/or Technical Specifications contained in the Bid Solicitation it must file a notice of protest in writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation. Failure to file a timely notice of protest will constitute a waiver of proceedings. C. For award recommendations greater than $100,000 the following shall apply: When a letter of intent to award a Bid Solicitation has been communicated (mail, faxed or emaited) to each competing Bidder Revised 9/30/05 MIAMi=DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 1 GENERAL TERMS AND CONDITIONS and filed with the Clerk of the Board, a Bidder wishing to protest said award recommendation shall file a protest with the clerk of the Board within ten (10) working days of the date of award recommendation letter. Within two (2) days of that filing, the protester shall provide the County Attorney and each Bidder with a copy of each document that was filed with the protest. Failure to timely file the written protest shall constitute a waiver of the right to protest the award recommendation. D. For award recommendations from $25,600 to $100,000 the following shall apply: Each Monday, in the lobby of the Stephen P. Clark Center, located at 111 N.W. la Street, award recommendations are posted. Participants may also call the Awards Line at 305-375- 4724, or 800-510-4724, or the contact person as identified on the cover page of the Bid Solicitation. Any Bidder wishing to protest such recommendations shall file a protest with the Clerk of the Board within five (5) working days of the posting and submit a $500 non-refundable filing fee. 1.13. RULES, REGULATIONS AND LICENSES The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state and local laws that may in affect the goods and/or services offered. 1.14. PACKAGING Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with Resolution No. 738-92. 1.15. 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. 1.16. ASSIGNMENT The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. 1.17. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.18. RESPONSIBILITY AS EMPLOYER The employee(s) of the successfhl Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder to remove any employee it deems unacceptable. All employees of the successful Bidder shall wear proper identification. 1.19. 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 attomey's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 1.20. COLLUSION Where two (2) or more related parties, as defined herein, each submit a Bid for any contract, such Bids shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such Bids. Related parties shall mean Bidder or the principals thereof which have a direct or indirect ownership interest in another Bidder for the same contract or in which a parent company or the principals thereof of one (1) Bidder have a direct or indirect ownership interest in another Bidder for the same contract Furthermore, any prior understanding, agreement, or connection between two or more corporations, firms, or persons submitting a bid for the same materials, supplies, services, or equipment shall also be presumed to be collusive. Bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive Bidding may be terminated for default. 1.21. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contract, purchase order, change order or award sheet, as appropriate. 1.22. TERhIINATION 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." 1.23. TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and conditions stated herein. The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be borne by the successful Bidder. 1.24. FRAUD AND hIISREPRESENTATION Pursuant to Section 2-8.1.4 of the Miami -Dade County Code, any individual, corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 1.25. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services or other auditor of the County's choosing at the Contractor's expense. The Contractor shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. Revised 9/30/05 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 1 GENERAL TERMS AND CONDITIONS The Contractor shall retain all records pertaining to this Agreement and upon request make them available to the County for three years following expiration of the Agreement. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and fnianciai standards. 1.26 OFFICE OF THE INSPECTOR GENERAL Miami -Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing 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(cx8) of the County Code. 1.27 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 rapable of performing the requirements of this bid solicitation. 1.28 PROPRIETARY/CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part o1; or in support of bid submittals will be available for public inspection after opening of bids in compliance with Chapter 119 of the Florida Statutes; popularly know as the "Public Record Law." The bidder shall not submit any information in response to this invitation, which the bidder considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this invitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to the bidder. In the event that the bidder submits information to the County in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the bid as protected or confidential, the County shall endeavor to redact and return that information to the bidder as quickly as possible, and if appropriate, evaluate the balance of the bid. The redaction or return of information pursuant to this clause may render a bid non -responsive. 1.29. 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 (EMI) 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: I. 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 iIIII/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. 1.30. CIIARTER 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 Ivliami-Dade County are used to pay for all or some part of the cost of this contract, no award of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a multi -department contract, nor an award of a contract solely for the use of Transit/Public Works shall be effective and thereby give rise to a contractual relationship with the County for Transit/Public Works purchases unless and until both the following have occurred: I) 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 Transit/Public Works in this contract, or, ii) in response to the CTIT's disapproval, the County Commission reaffirms Transit/Public Work's inclusion in the contract by two-thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. 1.31 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2-11.1(s) of the Cede of Miami -Dade County, after May, 16, 2003, no person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. B) A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which is dependant on or in any way contingent upon the passage, defeat, or modification of I) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Manager or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision - making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a County board or committee. 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds. Revised 9/30/05 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING 2.1 PURPOSE: TO PRE -QUALIFY BIDDERS The purpose of this Invitation to Bid (ITB) is to pre -qualify potential bidders for future bidding through the submission of documents and forms which verify to the County that the bidder meets or exceeds minimum requirements. Those bidders who meet or exceed the requirements established in this ITB shall be placed on a Pre -Qualification List that may be accessed by various County departments to obtain price quotations for the provision of Body Work Repair (Collision Damage) Refurbishment and Painting, as needed, when needed. 2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: SIXTY (60) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the sixty (60) month period. 2.5 OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEAR(S): (Maintain Same Prices) The initial contract prices resultant from this solicitation shall prevail for a five (5) year period from this contract's initial effective date. Prior to, or upon completion, of that initial term, the County shall have the option to renew this contract for an additional five (5) year(s) period. The vendor shall maintain, for the entirety of the stated additional 1 MI_ANII-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS period (s), the same prices, terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative may be exercised only when such continuation is clearly in the best interest of the County Should the vendor decline the County's right to exercise the option period, the County will consider the vendor in default which decision shall effect that vendor's eligibility for future contracts. NOTE: IF MULTIPLE VENDORS ARE INVOLVED UNDER A GIVEN CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO THE SPECIFIC ITEMS OF WORK INITIALLY AWARDED TO ANY SPECIFIC VENDOR. 2.6 METHOD OF AWARD: PRE -QUALIFIED BIDDERS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES Approved bidders will be placed on a "Pre -qualified Bidders List" which will be accessed by the various County departments, as needed, to obtain spot market quotations. When a need is identified by a County department, pre -qualified bidders shall receive notification for a quotation, review the written specifications regarding the work to be accomplished, inspect the vehicle to be worked upon, and offer an itemized price based on their labor rate and the materials to be provided. It will be the County department's prerogative to contact the pre -qualified bidders to request a quotation as outlined in Section 2.0, para. 2.31. The pre -qualified bidders may participate in periodic work assignments that are identified by the County on an as -needed when needed basis. The vendor then presenting the quotation awarded in accordance with Section 3.0 para. 2.35 shall be awarded that specific work assignment. The award to one vendor for a specific work assignment does not preclude the remaining pre -qualified vendors from submitting quotations for future services. It shall be the sole prerogative of the County as to the total amount of pre -qualified bidders on this contract. During the term of this contract, the County reserves the right to add pre -qualified bidders, or delete bidders as it deems necessary. In addition to other County and contract requirements, all bidders shall meet or exceed the following and the requirements of Section 2.0, para. 2.43 to qualify for this contract: a. Maintain an office staffed by competent company representatives authorized to discuss matters pertaining to the contracted services, who can provide pertinent information and who are cognizant of the industry and industry standards. Your submittal must include a list of firm's key personnel, which must include no less than four (4) full time employees. 2 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS b. The office shall be equipped with modern office equipment, a dedicated facsimile (FAX) machine, telephone, and internet contact abilities, to provide immediate technical support and expedite noticed quotations. c. Shall be engaged in the business of providing automotive collision body, paint, and repair services. d. Provide all the information required in Section 4 of this solicitation. e. Vendor shall not have any unresolved performance issues with the County. The vendor's performance as a prime Contractor or Sub -contractor with previous County contracts shall be taken into consideration at the evaluation of the vendor's submittal for this solicitation. County departments may be surveyed during the bid evaluation period to ascertain that the bidder does not have any unresolved unsatisfactory performance issues. Miami -Dade County reserves the right to reject the vendor's submittal based on its assessment of the bidder's performance. Vendors submitting bids for Group 1 Pre -qualification must be in compliance with the above mentioned criteria to include the following: ® Have a facility with a minimum size of 3,750 square feet which will allow four (4) standard size* vehicles to be worked on completely inside. O The facility shall provide security in the form of a fenced, locked lot, or the inside of a secure building, for no less than six (6) standard sized* vehicles simultaneously. ® The facility must be equipped with frame and uni-body, and front end measuring and alignment equipment, a color -matching computer, air bag test equipment, a DERM approved spray booth of appropriate size to include sufficient walk around room when spray booth is closed and large enough to accommodate all Group 1 vehicles, proper welding equipment (Gas/Arc) and sandblasting capability. *Note: For the purposes of this solicitation, a standard size vehicle will be defined as a Ford Crown Victoria. Vendors submitting bids for Group 2 Pre -qualification must be in compliance with the above mentioned to include the following: ® Have a facility with a minimum size of 3,750 square feet which will allow a refuse packer 35 feet long, 12 '/z' high x 9 '/z' wide or a trailer 42' long x 12 1/2' high x 8' wide to be worked on completely inside. 3 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS ® The facility shall provide security in the form of a fenced, locked lot, or the inside of a secure building, for at least one (1) refuse packer and one (1) trailer sized vehicle simultaneously. ® The facility must be equipped with frame and uni-body, and front end measuring and alignment equipment, a color -matching computer, an air bag test equipment, a DERM approved spray booth of appropriate size to include sufficient walk around room when spray booth is closed and large enough to accommodate a refuse packer or a trailer, sized as noted above non - simultaneously, proper welding equipment (Gas/Arc) and sandblasting capability. 2.6.1 This contract shall be closed for pre -qualification of additional bidders for a period of one (1) month from the implementation date in order to establish the contract. After that time, new bidders may make application to be wait listed for award under this contract. To qualify for wait listing, the potential bidder shall be a vendor in good standing with the County and meet the group or groups criteria established in Section 2.0 para. 2.6. 2.6.2 The County reserves the right to approve pre -qualification criteria for any or all bidders presently approved under Bid No. 3881-4/06 provided any additional criteria listed in this solicitation is satisfied within ninety (90) days of award. 2.7 PRICES SHALL BE ESTABLISHED IN ACCORDANCE WITH TECHNICAL SPECIFICATIONS: If the vendor is awarded a contract under this solicitation, the prices offered by the vendor shall be accepted in accordance with the provisions established in Section 3 of this solicitation entitled "Technical Specifications" and Section 2.0, para. 2.34 and 2.35 2.8 INSPECTION OF VEHICLE(S) AT VARIOUS SITES (RECOMMENDED) Prior to submitting a quotation and in conjunction with Section 2.0 para. 2.29 — 2.38, and Section 3, it is required that the vendor inspect the vehicle to be worked upon (see Section 2.0, para. 2.42) to become familiar with the vehicles and its materials and labor requirement. The vendor is also advised to examine carefully the specifications and to become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the work to be performed. No additional allowances will be made because of lack of knowledge of these conditions. For site visitation for vehicle inspection appointment and scheduling, contact County representative Robert Julian at 305-468-2518.. NOTE: Pursuant to Section 1.11.1 (t) "Cone of Silence" of the County Code, under no circumstances should the above identified contact person be contacted for any other reason other than the stated. 2.9 INTENTIONALLY OMITTED 2.10 INTENTIONALLY OMITTED 4 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 ,SPECIAL CONDITIONS 2.11 INDEMNIFICATION AND INSURANCE (2) - TOWING AND AUTOMOTIVE REPAIR SERVICES Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The vendor shall furnish to the Vendor Assistance Section, Department of Procurement Management, Bids and Contracts Division, 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: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Garage Liability Insurance including Garage Keepers Legal Liability in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than `B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division or 5 NHAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. NOTE: DADE COUNTY SOLICITATION NUMBER AND TITLE OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE. CERTIFICATE HOLDER NIUST READ: MIAMI-DADE COUNTY 111 NW 1sT STREET SUITE 2340 MIAMI, FL 33128 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this solicitation, the vendor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the vendor fails to submit the required insurance documents in the manner prescribed in this solicitation within twenty (20) calendar days after Board of Commission approval, the vendor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the vendor may be prohibited from submitting future Proposal to the County in accordance with Section 1.6 of this solicitation. The vendor shall be responsible for assuring that the insurance certificate required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the vendor in accordance with Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the contractual period, the vendor shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the solicitation; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendars days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the vendor in accordance with Section 1.0, paragraph 1.10B of this solicitation. 6 MIAMI-DADE COUNTY BID NO.: 3881-5/16-0 T R SECTION 2 SPECIAL CONDITIONS 2.12 INTENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED 2.15 METHOD OF PAYMENT: MONTHLY INVOICES AND ITEMIZED INVOICES FOR EMERGENCY WORK A. GSA/Fleet Management Division: The successful vendor shall submit an invoice with each completed job at the time the said job is redelivered to the County. Invoices will be directed to the attention of the shop facility supervisor that assigned the work. B. Other County Agencies: The successful Bidder(s) shall submit monthly invoices which reflect the basic information set forth below by the tenth (10) calendar day of each month. These invoices shall be submitted to the County user department(s) that requested the service through a purchase order. The invoices shall reflect standard service specified in the contract and provided to the County in the prior month. In addition, the successful Bidder shall submit a separate invoice to the County department that has requested emergency service not specified in the contract. The date of the invoice shall not exceed thirty (30) calendar days from the completion of the emergency service. The invoice for emergency service shall itemize all costs of labor and materials. All invoices shall contain the following basic information: I. Vendor Information: The name of the business organization as specified on the contract between Miami -Dade County and vendor Date of invoice Invoice number Vendor's Federal Identification Number on file with Miami -Dade County II. County Information: Miami -Dade County Release Purchase Order or Small Purchase Order Number 7 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 ASPECIAL CONDITIONS III. Pricing Information: • Unit price of the goods, services or property provided Extended total price of the goods, services or property Applicable discounts IV. Goods or Services Provided per Contract: Description Quantity V. Delivery Information: Delivery terms set forth within the Miami -Dade County Release Purchase Order • Location and date of delivery of goods, services or property VI. Failure to Comply: 2.16 INTENTIONALLY OMITTED 2.17 INTENTIONALLY OMITTED 2.18 INTENTIONALLY OMITTED 2.19 GUARANTEE REQUIREMENTS All labor, materials, supplies, paints, parts, etc. supplied by the awarded bidders shall conform to the requirements of Section 2.0 para. 2.30 and shall be covered by a one year unconditional guarantee in addition to guarantee listed below: 2.19.1 All collision damage repairs or refurbishment work, including paint, shall be guaranteed for one (1) year against cracking, peeling, fading, or not maintaining OEM quality, chipping, rusting fillers coming loose, and other defects in materials or workmanship. Any such repairs, work, paint, or material becoming defective shall be redone to Miami -Dade County's satisfaction at no charge. 2.19.2 Refusal of the vendor to honor the above guarantee, when requested, shall be considered justifiable grounds for irrevocable termination of the pre -qualified status of that bidder. 8 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS 2.20 CONTACT PERSONS: For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Diane LeRay, CPPB, at (305) 375-5330 email — lerav@ miamidade. go v. 2.21 COUNTY USER ACCESS PROGRAM (UAP) User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi - governmental or not -for -profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. 9 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 2.22 ADDITIONAL FACILITIES MAY BE ADDED FOR INSPECTION Although this solicitation and resultant contract identifies specific facilities which may have vehicles to inspect for quotations (see Section 2.0 para. 2.42), it is hereby agreed and understood that any other County facility may be added to this contract for vehicle inspections at the option of the County. 2.23 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the requirements of Section 2.0 para. 2.30 and guarantee requirements of Section 2.0, para. 2.19 regardless of project completion status. All corrections shall be made within seven (7) calendar days after such rejected defects, deficiencies, and/or non -conformances are reported to the vendor by the County's project administrator, who shall confirm all such reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within ten (10) calendar days of receipt of the notice. If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. 2.24 DELETION OF FACILITIES FOR INSPECTION Although this solicitation and resultant contract identifies specific facilities which may have vehicles to inspect for quotations (see Section 2.0, para, 2.42), it is hereby agreed and understood that any County facility vehicle inspection site may be deleted at the option of the County. 2.25 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE VENDOR Unless otherwise provided in Section 3 (entitled "Technical Specifications"), or in the statement of work required for the vehicles to be quoted upon, the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall 10 MIAI\1I-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 2.26 LICENSES, PERMITS AND FEES 2.27 The vendor shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the vendor for failure to obtain required licenses, permits or fines shall be borne by the vendor. COMPLIANCE WITH ACCEPTED STANDARDS All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), the National Fire Protection Association (NFPA), American National Standards Institute (ANSI) and American Society of Engineers (ASE).All work performed will be of the highest quality so as to assure that the finished job conforms to OEM standards. 2.28 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN MIAMI-DADE AND BROWARD COUNTIES Bids will only be accepted from bidders which have both office and service facilities located in Miami -Dade, or Broward Counties) which can provide the needed parts, supplies, services and repairs. 2.29 QUOTATION REQUESTS IDENTIFIED BY THE COUNTY All quotation requests during the contract period will be on an "as needed" basis, complying with notification requirements as stated in Section 2.0 para. 2.31. Bidder shall assume no guarantees as to the number or frequency of work assignments or the amount of payments under the terms of this contract. 2.30 REPAIR STANDARDS As no two (2) contractors perform their work just alike, they may not see damage to a vehicle in the same degree, causing their quotations of labor and parts to vary. However, the quality of the finished work shall equal all of the best standards of the collision repair industry as to preparation of metals for repair, primer, and paint standards and finished quality of repairs. The successful awarded bidder shall be required to consistently produce the best quality of work using modern facilities, methods, paints, and repair techniques performed by individuals knowledgeable and skilled in collision repairs so the repair(s) conform with the original body alignment and contours as well as matching 11 MIAMI-D ADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS existing paint textures and colors in a manner consistent with Original Equipment Manufacturer (OEM) work quality.. Where collision damage has caused structural damage or frame/chassis misalignment of any nature, the successful bidder shall be required to align the frame using equipment currently used in the industry, with trained personnel, to factory new standard frame/chassis/unibody alignment. 2.31 NOTIFICATION FOR A QUOTATION Notification shall be made in either or both of the following manners as deemed necessary by the facility supervisor assigning the work and the volume of work to be assigned by the location. A. Prearranged inspection for schedule i.e. Inspection every Monday and Thursday morning at 8:00 a.m. B. Notification for a quotation from a minimum of five (5) pre -qualified bidders on a rotational schedule. 2.32 TIME LIMIT FOR MAKING INSPECTION Pre -qualified bidders shall make their inspection within the time designated after being notified of work to be inspected. Not making an inspection within the required time can cause the job to be awarded to the bidder meeting this requirement at the sole discretion of the Shop Supervisor. 2.33 TIME LIMIT FOR RETURNING QUOTATIONS A. Locations using prearranged inspection schedules will post or notify pre -qualified bidders of the required quotation return schedule. The schedule will require return no less than twenty-four (24) hours, or more than sixty (60) hours, from scheduled vehicle inspection, unless such return schedule is modified by the Shop Supervisor overseeing the quotations and repairs.. B. When called for a quotation, pre -qualified bidders shall return their quotation using Miami -Dade County's "Estimate of Repair Cost" Form, or other appropriate form supplied by the County within the time limit designated, after being notified of work to be inspected. Failure of the pre -qualified bidder to submit the quotation within the time limit designated from notification will be considered "no quote" and the pre -qualified bidder will not be eligible for consideration of award of that repair. The time limit requirement may be waived in specific instances at the sole discretion of the shop supervisor when deemed in the best interest of Miami -Dade County. 2.34 QUOTING VEHICLES A. Labor Rate Per Hour 12 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS For the purpose of quoting work the pre -qualified bidders shall submit bid proposals to Miami -Dade County, itemizing costs and charges and giving their labor rate per hour. B. Fabrication Materials Miami -Dade County does not require that new materials be used, provided the used materials equal the materials used in the original vehicle, and match the original contours of the vehicle being repaired as to fit and alignment. The bidders shall take this into consideration when bidding on this type work. The pre -qualified bidders may bid new materials if they wish, but this decision will be left up to the bidders' professional judgment, remembering that all repairs must meet the guarantee (See Section 2.0 para. 2.19) requirements of these specifications and the standards in Section 2.0 para. 2.30. Miami -Dade County, at its sole discretion, may furnish parts or materials to be used in the repair of quoted vehicles the County will identify at the time of the quote. The pre -qualified bidder shall furnish the labor (to be included with their quote) to properly install and finish the items supplied as well as any other parts, labor, supplies, etc. necessary to produce a finished job. NOTE: Miami -Dade County reserves the right to specify product, types/brand names of parts and materials to be used in vehicle repairs when requesting quotes. C. SPECIALI7ED VEHICLES AND EQUIPMENT Miami -Dade County reserves the right to have special vehicles repaired by other than pre -qualified bidders when the County believes its best interest will be served in that manner. NOTE: Special vehicles shall be construed as custom fabricated vehicles such as: Fire Pumpers, Bomb Disposal Vehicles, Rescue Ambulances, Command Centers, etc. 2.35 AWARDING QUOTES Each job shall be quoted by the pre -qualified bidder after notification or at the scheduled time. Miami -Dade County shall furnish the bidder with appropriate forms for submittal of the quotation. Miami -Dade County shall give the bidders detailed descriptions of work to be performed and allowable days of "down time" to complete and return work. The pre -qualified bidders shall state in their quote, in number of days, the reasonable number of days it will take to repair the vehicles quoted on ("down time"). This 13 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS "down time" in number of days, shall be included in writing on the appropriate form supplied by the County, and shall be a part of the quotation. In addition to the price quoted, the Shop Supervisor shall use the bidder's "down time" quote as well as the bidder's past history of conforming to quoted "down time", quality of finished work, history of additional costs and additional "down time" and current quantity of vehicles being repaired by quoting bidder in their decision to award the work. Miami -Dade County reserves the right to weigh different factors appropriately to the type of vehicle being quoted and its priority for being returned to County service at the sole discretion of the Shop Supervisor. 2.36 AUTHORIZATION TO BEGIN WORK AFTER AWARD The Shop Supervisor shall review all written quotes and shall return a signed copy of the approved quotation to the bidder awarded the job. This shall be the authorization to pick up the vehicle and begin repairs. Vehicles not picked up the business day after award notification, will be deemed forfeited and re -awarded unless the pick up time has been specifically waived by the Shop Supervisor. NOTE: If none of the quotes received are within the limit of days of allowable "down time", the County reserves the right to waive its specified "down time" on that quote in lieu of the "down time" quoted by the awarded bidder. 2.37 EXCEEDING "DOWN TIME" If the pre -qualified bidder exceeds the "down time" requirement quoted, Miami -Dade County reserves the right to have the vehicle returned to Miami -Dade County's facility twenty-four (24) hours after the expiration of "down time". The removal of the vehicle from the bidder's facility and return to Miami -Dade County shall be at the expense of the awarded bidder. If this option is exercised by Miami -Dade County, Miami -Dade County's only liability shall be to pay for work already performed. 2.38 ADDITIONAL COST AND ADDITIONAL "DOWN TIME" The pre -qualified bidder, after being awarded work, shall notify the Shop Supervisor, (identified as the user departments authorized representative at a supervisory level) within forty-eight (48) hours of pickup of the awarded job, of any additional labor, parts cost, or "down time" that may be required to repair previously hidden damages. The pre - qualified bidder shall not perfoini, or bill for, any additional costs until they receive the Shop Supervisor's prior approval. Should the Shop Supervisor not agree with the bidder's projected charges or ("down time" for hidden repairs) Miami -Dade County may at its sole discretion, remove the vehicle from the bidder's repair facility and have the vehicle re -quoted. Miami -Dade County's only liability in this occurrence shall be for work already performed. Approved additional costs shall be itemized on an invoice, separate from the original quote and plainly labeled "hidden damages". Work for 14 MIAMII-DADS COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS "hidden damages" is not authorized until such separate quote labeled "hidden damages" has been signed by the Shop Supervisor. 2.39 WORK ACCEPTANCE The repaired equipment shall be inspected by the Shop Supervisor to determine acceptance of the work and compliance with work specifications and repair standards listed in Section 2.0, para. 2.30 2.40 RANGE OF NON -SPECIALITY VEHICLES TO BE REPAIRED The successful bidder will be expected to perform the required to the following sample type vehicles. Pre -qualified bidders may bid one group or both as is appropriate to their operation, facilities, and ability to repair. GROUP I — LIGHT AND MEDIUM EQUIPMENT Passenger Cars Police Cars Station Wagons Jeep Type Vehicle both 2/4 Wheel Drive Pick up Trucks (up to and including 10,000 lbs. G.V.W.R.) Trucks up to five (5) ton (with/without special tailgate body assemblies) Vans (Passenger/Cargo up to and including 10,000 lbs. G.V.W.R.) Buses (School Bus Type up to and including 10,000 lbs. G.V.W.R.) Utility Trailers (up to and including 10,000 lbs.) Other Similar Equipment up to and including 10,000 lbs. G.V.W.R. GROUP 2 — HEAVY EQUIPMENT Vans (over 10,000 lbs. G.V.W.R.) Buses (School Bus type over 10,000 lbs. G.V.W.R.) Sanitation Trucks Trash Trucks Truck Tractors Truck Trailers Semi Trailers Assorted Utility Trailers (over 10,000 lbs. G.V.W.R.) Dump Truck (Flat bed and others) Hydro Cranes Other Similar Heavy Equipment (on road) Construction Equipment Other Off Road Heavy Equipment Other vehicles over 10,000 lbs. G.V.W.R. 15 MIAAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 2 SPECIAL CONDITIONS 2.41 PICK UP AND DELIVERY OF VEHICLES The awarded bidder is responsible for the safe transport of the vehicle to be repaired from Miami -Dade County's facilities to the repair location. The bidder shall return the repaired vehicle to the Miami -Dade County facility from which the work was generated, not more than twenty-four (24) hours after completion of the awarded work, unless directed otherwise by the Shop Supervisor. NOTE: The Shop Supervisor may waive the pickup and delivery requirements for Group 1 or Group 2 vehicles on a case by case basis, at his sole discretion, when it is to be in the best interest of the County. 2.42 SHOP LOCATIONS Miami -Dade County has many facilities and divisions which may call/arrange for collision repair damage quotes. The pre -qualified bidders on this contract are encouraged to familiarize themselves with County operations and locations prior to placing their pre - qualification request. Several SAMPLE locations are listed below: GSA/FLEET MANAGEMENT: Shop 1 701 N.W. 25th Street Shop 2 6100 S.W. 87th Avenue Shop 3 8801 N.W. 58th Street NOTE: At present the Fleet Management Division has centralized work to be performed under this contract at the Shop 3 location listed above. Present volume is approximately 20-25 vehicles weekly although no guarantee as to quantities or dollar value of repairs are expressed or implied herein. PARKS AND RECREATION South 22200 S.W. 137th Avenue North 200 West 74th Place (Hialeah) Kendall 11395 S.W. 79th Street AVIATION Mobile Shop, Miami International Airport, Building 2083 6750 N.W. 19th Street MIAMI-DADE WATER AND SEWER South Miami Heights — 20900 S.W. 117`h Avenue 16 MIAMI-DADE COUNTY BID NO.: 3881-5/16-0 T R SECTION 2 SPECIAL CONDITIONS MIAMI-DADE TRANSIT Metrobus Northeast Division Metrobus Central 0 & I Garage Metrobus Support Services Garage Metrobus Coral Way Division MIAMI-DADE FIRE Fire Shop Station 13 360 N.E. 185th Street 3300 N.W. 32nd Avenue (West end of the yard) 3300 N.W. 32nd Avenue (East end of the yard) 2700 S.W. 72nd Avenue 6100 S.W. 87th Avenue 6000 S.W. 87th Avenue NOTE: Other County agencies may access this contract, therefore the above listing should not be considered all inclusive. 2.43 COMPETENCY REQUIREMENTS FOR MOBILE EQUIPMENT PARTS AND SERVICE SUPPLIERS The County may conduct a pre -award site inspection or hold a pre -award qualification hearing to determine if the bidder is capable of performing the contract if awarded. As part of the determination of the bidders suitability for award, the following criteria will be considered. 1. Bids will only be considered from firms who are regularly engaged in the business of providing the goods and/or services required by this solicitation, in the quantity needed. The bidder must be able to demonstrate a good record of performance and have sufficient financial resources, facilities, service equipment, employees and organization to ensure that they can satisfactorily provide to the County the goods and/or services required herein. The terms "sufficient financial resources, facilities, service equipment, employees and organization" shall additionally be construed to mean a fully equipped and well -established company in line with the best practices used in the industry. 2. The County may consider any evidence available regarding the financial, technical, or other qualifications and abilities of the bidder, including past performance and the bidders record of satisfactorily completing prior awards with the County, or any other governmental or private entity in determining competency for award consideration. 3. Award consideration will not be afforded any bidder whose business is not domiciled within Miami -Dade or Broward counties or does not have a commercial building location with a matching current Occupational License. 17 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 3 TECHNICAL SPECIFICATIONS BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING 3.1 SCOPE: This is a pre -qualification bid set forth to identify bidders to perform body work repair (collision damage) refurbishment and painting to the County's automotive Fleet as stipulated in Section 2.0 of this Invitation to Bid. 3.2 SAMPLE DESCRIPTION OF REQUIRED REPAIRS The following is a sample listing of the types of repair services required including but not limited to the following repairs and repair practices, and supplying materials as required. 3.2.1 Mask, protect, or remove all chrome, glass, lighting equipment, and any other vehicle components or accessories that could be damaged while making repairs. 3.2.2 Protect mechanical, hydraulic, or any attached lifting, hoisting, or other devices that could be damaged while making repairs to the vehicle. 3.2.3 Make all necessary adjustments; align doors, hood decks, trunks, fenders, or other body components such as hinges, latches,. etc. that are not damaged but would require such labor to produce a finished job. 3.2.4 Align frame when structural or other damage has affected the alignment of same. 3.2.5 Align front and/or rear ends (caster, clamber, and toe -in, etc.) when collision damage has affected them. 3.2.6 Remove and replace all items furnished by Miami -Dade County as part of or supplemental to the collision repairs. 3.2.7 Reapply rust proofing and undercoating in any repaired areas which originally had this type of protection. 3.2.8 Recover seat(s), arm rest(s), headliner, etc. if so requested by Shop Supervisor originating the work. 3.2.9 Where applicable, reset and/or repair or restore any active or passive restraint systems such as seat and shoulder harnesses, air bag systems and/or ABS braking systems to fully functional OEM new equipment factory standards. 3.2.10 Provide quotes on general refurbishment as requested. 18 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 3 TECHNICAL SPECIFICATIONS 3.2.11 The County reserves the right to refuse award of any work quoted if deemed in its best interest. 3.2.12 The County reserves the right to do any portion, or all of the work available under this contract itself. 19 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 September 6, 2006 BID NO.: 3881-5/16-OTR INVITATION TO BID SECTION 4 BID SUBMITTAL FORM PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued DPM Date Issued: This Bid Submittal Consists of by: Purchasing Division Pages 20 through 26 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 DPM, Purchasing Division, Vendor Assistance section at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING, PRE -QUALIFICATION. A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE UNRESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 928-19 SR. PROCUREMENT AGENT: Diane LeRay FIRM NAME: RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES ONLY FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 26 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 26 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE 20 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR BID SUBMITTAL FOR: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING FIRM NAME: We, the bidder/vendor intend to provide services as stated below in accordance with the Terms and Conditions, and Technical Specifications herein: PLEASE CHECK THE APPROPRIATE SELECTION(S) GROUP 1— LIGHT AND 1VIEDIUM EQUIPMENT As per Section 2.0 para. 2.40 Yes, I wish to Participate No, I do not wish to Participate. GROUP 2 VEHICLES — HEAVY EQUIPMENT As per Section 2.0 para. 2.40 Yes, I wish to Participate No, I do not wish to Participate. 21 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR BID SUBMITTAL FOR: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING FIRM NAME: CHECKLIST FOR REQUIRED ATTACHMENTS: This checklist must be completed by all bidders. Refer to the details in Paragraph 2.6 and its sub -paragraphs to verify that the information provided will suffice as proof of meeting the requirements. Reference: Summarized Requirement: Initial As Completed: Paragraph 2.6.a. Provide complete office address: Paragraph 2.6.a. Attach a list of your firm's key personnel four (4) or more, including their roles and contact information. Paragraph 2.6.b. Enter your firm's dedicated facsimile (FAX) machine number, including area code: Fax No. Telephone No.: E-mail address: 22 MI= NII-DADE COUNTY BID NO.: 3881-5/16-OTR BID SUBMITTAL FOR: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING FIRM NAME: CHECKLIST TO DETERMINE COMPLIANCE Vendors submitting bids for Group 1 Pre -qualification must be in compliance with the following: Paragraph 2.6 Do you have a facility with a minimum size of 3,750 square feet which will allow four (4) standard size* vehicles to be worked on completely inside? Yes No Paragraph 2.6 Do you have a facility with security in the form of a fenced, locked lot, or the inside of a secure building, for no less than six (6) standard sized* vehicles simultaneously? Yes No Paragraph 2.6 > Does your facility have a DERM approved spray booth large enough to accommodate all Group 1 type vehicles which includes sufficient walk around room when spray booth is closed? > Is your facility equipped with frame, uni- body, and front-end measuring, and alignment equipment? > Is your facility equipped with color- matching computer? > Is your facility equipped with air -bag test equipment? *Note: For the purposes of this solicitation, a standard size vehicle will be defined as a Ford Crown Victoria Police Car. Yes No Yes No Yes No Yes No 23 MIAMI-D ADE COUNTY BID NO.: 3881-5/16-OTR BID SUBMITTAL FOR: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING FIRM NAME: CHECKLIST TO DETERMINE COMPLIANCE Vendors submitting bids for Group 2 Pre -qualification must be in compliance with the following: Paragraph 2.6 Do you have a facility with a minimum size of 3,750 square feet which will allow a refuse packer 35 feet long, 12 1/2' high x 9 1/2' wide or a trailer 42' long x 12 1/2' high x 8 wide to be worked on completely inside? Yes No Paragraph 2.6 Does your facility have security in the form of a fenced, locked lot, or the inside of a secure building, for no less than one (1) refuse packer and one (1) trailer sized vehicle simultaneously? Yes No Paragraph 2.6 - Does your facility have a DERM approved spray booth large enough to accommodate a refuse packer and a trailer, sized as noted above, which includes sufficient room when spray booth is closed? Is your facility equipped with frame, uni- body, and front-end measuring, and alignment equipment? Is your facility equipped with color -matching computer? Is your facility equipped with air -bag test equipment? Yes No Yes No Yes No Yes No 24 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SECTION 4 BID SUBNIITTAL FOR: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: f NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: 25 I\/IIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR M IA I•DADE BID SUBMITTAL FORM .Bid Title: BODY WORK REPAIR (COLLISION DAMAGE) REFURBISHMENT AND PAINTING 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- 1 1 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. 2-1 l.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 Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here to affirm compliance with this disclosure requirement. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary and the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No and B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is ❑, or is not E. a local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference. Firm Name: Street Address: Mailing Address (if different): Telephone No. Fax No. Email Address: FEIN No. / - / / / / / / Prompt Payment Terms: % days net days *"By signing this document the bidder agrees to all Terms (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract" Signature: (Signature of authorized agent) Print Name: Title: Failure to sign this page shall render your Bid non -responsive. 26 APPENDIX AFFIDAVIT'S FORMAL BIDS NIIANII-DADE COUNTY BID NO.: 3881-5/16-OTR MIAMI-DADE COUNTY BID AFFIDAVITS ■ DISABILITY NONDISCRIMINATION AFFIDAVIT (Resolution R-385-95) I, being duly first sworn, state that this firm, corporation, or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this contract complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining. to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The Americans with Disabilities Act of 1990 (ADA). Pub. L. 101-336, 104 Stat 327,42 U.S.C. Sections 225 and 611 including Title I, Employment; Title II, Public Services: Title III, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Rehabilitation Act of 1973, 29 U.S.C. Section 794 The Federal Transit Act, as amended 49 U.S.C. Section 1612 The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631 ■ MIIAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT (Ordinance 93-129) See Section 1 (1.3H) I, being duly first sworn, upon oath deposes and says that the bidder of this contract or his agents. officers, principals, stockholders, subcontractors or their affiliates are not debarred by Miami -Dade County. ■ NIIAMI-DADE COUNTY COLLECTION OF TAXES, FEES AND PARKING TICKETS AFFIDAVIT (Ordinance 95-178) Section 1 (1.3 E) I, being first duly swam state that in compliance with the procedures contained in Section 2-8.1(c) of' the Code of Miami -Dade County, and as amended by Ordinance 95-178, this firm hereby certifies that the foregoing statements are true and correct. That all delinquent and currently due fees or taxes (including, but not limited to, real and personal property taxes, convention and tourist development taxes, utility taxes, and occupational license taxes) collected in the normal course by the Miami -Dade County Tax Collector and County issued parking tickets for vehicles registered in the name of the above firm, have been paid. • AFFIDAVIT RELATING TO INDIVIDUALS AND ENTITIES ATTESTING BEING CURRENT IN THEIR OBLIGATIONS TO MIAMI-DADE COUNTY (Ordinance 99-162) See Section 1 (1.3 N) I, being first duly sworn state that in compliance with County Ordinance 99-162, the bidder is not in arrears in any payment under a contract, promissory note or other loan document with the County, or any of its agencies or instrumentalities, including the Public Health Trust (hereinafter referred to as "County"), either directly or indirectly through a firm, corporation, partnership or joint venture in which the individual or entity has a controlling financial interest as that term is defined in Section 2-11.1(b)(8) of the County Code. Page 1 of 8 Revised 10/24/01 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR MIAMI-DADE COUNTY DOMESTIC VIOLENCE LEAVE AFFIDAVIT (Ordinance 99-5 & Resolution R-185-00) That in compliance with Ordinance No 99-5, Resolution No. R-185-00 and the Code of Miami -Dade County, Florida, the following information is provided and is in compliance with all items in the aforementioned legislation. As an employer having, in the regular course of business, fifty (50) or more employees working in Miami -Dade County for each working day during each of twenty (20) or more calendar work weeks in the current or preceding calendar year, do hereby certify to be in compliance with the Domestic Leave Ordinance, codified at 11A-60 et. Seq., of the Miami - Dade -County Code, and that the obligation to provide domestic violence leave to employees shall be a contractual obligation. BY SIGNING AND NOTARIZING THIS PAGE YOU ARE ATTESTING TO AFFIDAVITS ON PAGES 1 AND 2 By: MIAMI-DADE COUNTY AFFIDAVITS SIGNATURE PAGE Signature of Affiant 20 Date / - / / / / / / / Printed Name of Affiant and Title Federal Employer Identification Number Printed Name of Firm Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20 He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Serial Number Print or Stamp Name of Notary Expiration Date Notary Public — State of Page 2 of 8 Revised 10/24/01 NIIANII-DADE COUNTY BID NO.: 3881-5/16-OTR LIVING WAGE AFFIDAVIT (County Ordinance 99-44) I, being first duly sworn hereby state and certify that in compliance with Section 2-8.9 of the Miami -Dade County Code, by accepting award of this contract, the bidder or proposer agrees to pay the living wage required by County Ordinance 99-44 to all employees assigned to this contract. The bidder or proposer further understands that the current living wage applied to this contract is $9,81 per hour phis health benefits as described in the ordinance, or $11.23 per hour without health benefits. The Living Wage required by Ordinance 99-44 is subject to indexing as set -forth in Section "C" (Indexing). By: 20 Signature of Affiant Date - / / / / / / / Printed Name of Affiant and Title Federal Employer Identification Number Printed Name of Firm Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20! He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Serial Number Print or Stamp Name of Notary Expiration Date Notary Public — State of Page 3 of 8 8/15/.05 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY AFFIDAVIT (Code of Miami -Dade County Section 2-8.1.5) (Ordinance No. 98-30) I, being duly first sworn, hereby state that the bidder of this contract: ❑ has a current Affirmative Action Plan and Procurement Policy, as required by Section 2-8.1.5 of the Code of Miami -Dade County, processed and approved for filing with the Miami -Dade County Department of Business Development (DBD) under the file No. and the expiration date of ❑ had anneal gross revenues in excess of $5,000,000.00 for the previous year and does not have a current Affirmative Action Plan and Procurement Policy as required by Section 2-8.1.5 of the Code of Miami -Dade County, processed and approved for filing with the Miami -Dade County DBD. I will contact DBD at 305-375- 3111 regarding this requirement. ❑ had annual gross revenues less than $5,000,000.00 for the previous year; therefore Section 2-8.1.5 of the Code of Miami -Dade County is not applicable. However, I will contact DBD at 305-375-3111 in order to submit the required affidavit and exemption request. Witness: Signature Signature Witness: By: Signature Legal Name and Title The foregoing instrument was acknowledged before me this day of , 20 FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT: By: FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE: By: having the title of with ❑ a corporation ❑ partnership ❑ joint venture PLEASE NOTE: Section 2-10.4(4)(a) of the Code of Miami -Dade County (Ordinance No. 82-37) requires that all properly licensed architectural engineering, landscape architectural, and land surveyors have an wive action plan on file with the County. Section 2-81.5 of the Code of Miami -Dade County requires that firms that have annual gross revenues in excess of five (5) mullion dollars have an affunuaiive action plan and procurement policy on file with the County. Firms that have a Board of Directors that are representative of the population make-up oldie nation may be exempt For questions regarding these requirements, please contact the Miami -Dade County Department of Business Development at 305--375 3111. Page 4 of 8 Revised 11/8/04 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR CODE OF BUSINESS ETHICS Code of .Miami -Dade County Section 2-8.1(i) I, being duly sworn, hereby state and certify that this firm has adopted a Code of Business Ethics that is fully complaint with the requirements of Section 2-8.1(i) of the Code of Miami -Dade County as amended. I further acknowledge that failure to comply with the adopted Code of Business Ethics shall render any contract with Miami -Dade County voidable, and subject this firm to debannent from County work pursuant to Section 10-38(h)(2) of the Code of Miami -Dade County as amended. 1 further acknowledge that failure to submit this affidavit shall render this fim1 ineligible for contract award. By: 20 Signature of Affiant Date Printed Name of Affiant and Title Federal Employer Identification Number Printed Name of Firm Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20 He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Serial Number Print or Stamp Name of Notary Expiration Date Notary Public — State of Page 5 of 8 Revised 08/23/01 ?vHANII-DADE COUNTY BID NO.: 3881-5/16-OTR FAIR SUBCONTRACTING PRACTICES (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 THIS CONTRACT Signature Date Page 6 of 8 Revised 01/15/04 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR SUBCONTRACTOR/SUPPLIER LISTING (Ordinance 97-104) Firm Name of Prime Contractor/Respondent: Bid No.: Title: This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. A bidder or respondent who is awarded the contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to he supplied from those identified, except upon written approval of the County. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub form 100 in those instances where no subcontractors or suppliers will be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsultant Principal Owner Scope of Work to he Performed by Subcontractor/Subconsultant (Principal Owner) Gender Race Business Nanie and Address of Direct Supplier Principal Owner Supplies/Materials/Services to he Provided by Supplier (Principa Gender Owner) Race I certify that the representations contained in this Subcontractor/Supplier Listing are to the best of my knowledge true and accurate Prime Contractor/Respondent's Signature Print Name (Duplicate if additional space is needed) Page 7 of 8 Print 'fine Date FORM 100 Revised 01/15/(14 MIAMI-DADE COUNTY BID NO.: 3881-5/16-OTR MIAMI-DADE COUNTY 4Plit CERTIFICATION OF RECYCLED ENVIRONMENTALLY ACCEPTABLE PACKAGING tab, PRODUCT CONTENT RESOLUTION (R-738-92) MINIMUM CERTIFIED CONTENT Bid Item Number RECYCLED PRODUCTS RECOVERED MATERIALS RECYCABLE PRODUCTS o/o Composition Type of Material ° o Composition Type of Material °io Composition Type of Material DEFINITIONS "Recycled Material.' shall be defined as any waste material or by-products that have been recovered or diverted from solid waste. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. "Recyclable Product" shall be defined as the ability of a product and its packaging to be reused, reconditioned for use, or recycled through existing recycling collection programs. "Waste Reducing Product" shall be defined as any product which will result in less waste generated due to its use rather than another product designed to serve the same function with a greater waste generation rate. This shall include, but not limited to those products that can be reused, refilled or have a longer life expectancy and contain a lesser amount of toxic constituents. I have the knowledge to certify and do so by certify that the Minimum Materials Content in our product(s) are as specified on this form and conform with the definitions as shown above. NAME ADDRESS CITY STATE ZIP SIGNATURE TITLE Page 8of8 Revised 08/23/01 Date: July 6, 2017 To: Memorandum Honorable Chairman Esteban L. Bovo, Jr, and Members, Board o-ounty Commissioners From: Carlos A. Gime Mayor Subject: Request for Additional Time and Expenditure Authority to Prequalificati.on Pool No. 3881- 5/16-1, Body Work Repair (Collision Damage) Agenda Item No. 8(F)(3) Recommendation It is recommended that the Board of County Commissioners (Board) authorize this request to extend Prequallfication Pool No. 3881-5/16-1, Body Work Repair (Collision Damage), for five (5) additional years and increase expenditure authority by $11,167,000. This pool was approved by the Board for a five-year term, with one (1), five-year option to renew term pursuant to Resolution No. R-1430-06 on December 19, 2006. The pool is used by multiple County departments, as needed, to purchase automotive body repairs following a collision, refurbishment and painting services for the County's automotive fleet, Vehicle types under this pool consist of light and medium equipment, such as passenger and police cars, and heavy .equipment, such as trash trucks and truck tractors, The requirements and terms and conditions of the pool would not change if a replacement solicitation were to be issued. It is anticipated that the same vendors would prequalify for the replacement solicitation. Additional qualified vendors may be added to the pool at any time during the term of the pool, subject to bi- annual ratification by the Board. During this term, no additional vendors were added. Outreach to registered firms was conducted to increase the number of prequalified firms, This prequalification pool will remain advertised on the County's Internal Services Department website to encourage additional participation, it is in the best interest of the County to modify the existing pool for an additional five-year term so departments may continue to receive automotive body work repair services. Scope The impact of this item is countywide in nature. Fiscal Impact/Funding Source The current term expires on July 31, 2017, The pool has a current cumulative allocation of $30,432,000. If this request is approved, the pool will have a modified cumulative value of $41,599,000 and will expire on July 31, 2022. The requested allocation for the extension period is based on anticipated expenditures, Department Existing Cumulative Allocation Additions( Allocation Requested Modified Allocation Funding Source Contract Manager Aviation $2 310,000 $ 0 $2,310,000 Proprietary Funds Neivy Garcia Fire Rescue 1,575,000 830,000 2,405,000 Fire District Ma a 8etaancouaurt Internal Services 20,600,000 8,000,000 28,600,000 Internal Service Funds Rey Llerena Medical Examiner 6,000 0 6,000 General Fund Aylin Concepcion Parks, Recreation and Open Spaces 577,000 252,000 829,000 General Fund Lluis Gorgoy Transportation and Public Works 1,880,000 448,000 2,328 000 DTPW Operating Fund Jesus Valderrama Honorable Chairman Esteban L. Bova, Jr. and Members, Board of County Commissioners Page 2 Unallocated 46,000 0 46,000 Water and Sewer 3,438,000 1,637 000 5,075,000 Proprietary Funds • Susan H. Pascul Total: $30,432,000 $11,167,000 $41,599,000 Track Record/Monitor Basia M. Pruna, CPPB, of the Internal Services Department is the Procurement Contracting Manager. Delegated Authority The County Mayor or the County Mayor's designee will have the authority to exercise al provisions of any resultant contract pursuant to Section 2-8 1 of the County Code and. Implementing Order 3-38, The County Mayor or the County Mayor's designee may add qualified vendors to the pool at any during the term of the pool, subject to ratification by the Board on a bi-annual basis, The County Mayor or the County Mayor's designee will also have the authority to solicit pricing and award contracts up to an aggregate contract amount of the allocation authorized by the Board, Prequatified Vendors There are currently 20 prequalified local vendors, of which 18 are Miami -Dade County vendors and two (2) are Broward County vendors. See the attached table. Due Diligence Pursuant to Resolution No, R-187-12, due diligence was conducted in accordance with the Internal Services Department's Procurement Guidelines to determine contractor responsibility, including verifying corporate status and review of performance and compliance issues through various vendor responsibility lists and a keyword internet search. The lists referenced include convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There are no adverse findings relating to ,contractor responsibility, Applicable Ordinances and Contract Measures • The two (2) percent User Access Program provision applies where permitted by the funding source, • The Small Business Enterprise Bid Preference and Local Preference ordinances are applied at the time of spot market competition where permitted by the funding source. • The Living Wage Ordinance does not apply. Attachment Edward Deputy May cei %l' t-c-'t Mar uez •r Request for Additional Time and Expenditure Authority Prequalification Pool No. 3881-5/16-1, Body Work Repair (Collision Damage) ATTACHMENT 1— PREQUALIFIED VENDORS Vendor Principal Address Local Address Principal Advanced Body & Frame Inc, 3041 East 10 Avenue Hialeah, FL Same Julie Font AJV Collision Specialist III, Inc. 2185 NW 27 Avenue Miami, FL Same Valeria Silvina Muino Auto Color & Collision Repair, Inc. 13135 SW 124 Avenue Number 102 Miami, FL Same Zobeida Carricaburu Crony Body Works, Inc. 724 NW 21 Street Miami, FL Same George J. Falcon DJ Auto Collision Center, Inc. (DBE, SBE) 17080 NW 3 Avenue North Miami Beach, FL Same Delawrence A. Moore Espana Bodyshop, Inc. 2282 NW 22 Avenue Miami, FL Same Maria Elena Farinas Finishing Touch Auto Works, Inc..dba Basil's Auto Repair and Body Shop 10501 SW 185 Terrace Miami, FL Same Raul Garcia Fleet Technology and Maintenance, Corp. dba Truck City Body Ca. 8500 NW 64 Street Miami, FL Same Sergio Aguirre HI -Tech Auto Body, Inc. 1777 W 39 Place Hialeah, FL Same Michele I. Perez Horson Corporation 18 East 21 Street Hialeah, FL Same Serafin W. Jaime Karls Automotive, Inc, 10482 SW 186 Terrace Miami, FL Same Karl Hosang, Jr, Marlin Motors, Inc. 10716 SW 188 Street Miami, FL Same Vydesh Ramjit MODE Body Shop Inc. 4201 E10 Lane Hialeah, FL Same Dunia Perera Molina Garage, Inc. 2091 NW 7 Avenue Miami, FL Same Gloria Molina Palm Truck Centers, Inc. 2441 S State Road 7 Fort Lauderdale, FL Same David A. Weiger Southeast Truck Specialists, inc. 2407 Hammondville Road Pompano Beach, FL Same Jose C. Guerrero Trianon Tech Services, Inc, 4793 E 10 Court Hialeah, FL Same Eneida Moran U.S. Body Shop, Inc. 195 Miami, FL 71 Street Same Luckner Bruno World Motor Corporation 3905 NW 37 Court Miami, FL Same Jorge L. Gonzalez Xtreme Care Body Shop, Corp.Bay 12596 SW 128 Street 7-6 Miami, FL Same Ernesto Menendez ATENTORANDITIVI (Revised) TO: Honorable Chairman Esteban L. Bovo, sr. and Members, Board of County Commissioners FROM: . iga rnee- Conn ttorn.ey DATE: July 6, 2017 SUBJECT: Agenda Item No. Please note any items checked. "3-Day Rule" for coxnm.ittees applicable if raked 6 weeks required between first reading and public hearing 4 week notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing - No committee review Applicable legislation requires more than a majority vote (Le., 2/3's , 3/5's , unanimous ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required 9 Approved Mayor Agenda Item No. 8 (F) (3 ) Veto 7-6-17 Override RESOLUTION NO. RESOLUTION AUTHORIZING ADDITIONAL TIME OF FIVE YEARS AND EXPENDITURE AUTHORITY IN A TOTAL AMOUNT UP TO $11,167,000.00 FOR PREQUALIFICATION POOL NO. 3881-5/16-1 FOR PURCHASE OF BODY WORK REPAIR FOR COUNTY DEPARTMENTS; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO SOLICIT PRICING, AWARD CONTRACTS, EXERCISE ALL PROVISIONS OF THE SOLICITATION DOCUMENTS AND ANY RESULTING CONTRACTS PURSUANT TO SECTION 2-8.1 OF THE COUNTY CODE AND IMPLEMENTING ORDER 3-38, AND ADD VENDORS TO THE POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE BOARD ON A BI-ANNUAL BASIS WHEREAS, this Board desires to accomplish the purpose outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes additional time of five years and expenditure authority in a total amount up to $11,167,000.00 for prequalification pool 3881-5/16-1 for the purchase of body work repair for County departments and authorizes the County Mayor or the County Mayor's designee to (a) solicit pricing and award contracts up to the aggregate amount of the allocation authorized by the Board, (b) exercise all provisions of the solicitation documents and any resulting contracts pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38, and (c) add vendors to the pool at any time, during the term of the pool, subject to ratification by the Board on a bi-annual basis. Agenda Item No. 8 (F) (3 ) Page No. 2 A copy of the solicitation document and the contracts once awarded are on file with and available upon request from the Internal Services Department, Procurement Management Services Division. The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Esteban L. Bovo, Jr., Chairman Audrey M. Edmonson, Vice Chairwoman Bruno A. Barreiro Daniella Levine Cava Jose "Pepe" Diaz Sally A. Heyman Barbara J. Jordan Joe A. Martinez Jean Monestime Dennis C. Moss Rebeca Sosa Sen. Javier D. Souto Xavier L. Suarez The Chairperson thereupon declared the resolution duly passed and adopted this 6th day of July, 2017. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this Resolution and the filing of this approval with the Clerk of the Board. MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS HARVEY RUVIN, CLERK By: Deputy Clerk Approved by County Attorney as to form and legal sufficiency. Hugo Benitez voiliPoniATIoN 1. Memorandum To: Honorable Chairman Esteban Bovo, Jr. and Members, Board of County Commissioners From: Charles Scurr, Executive Director CAen Date: June 16, 2017 Re: CITT AGENDA ITEM 5C: RESOLUTION BY THE CITIZENS' INDEPENDENT TRANSPORTATION TRUST RECOMMENDING THE BOARD OF COUNTY COMMISSIONERS (BCC) AUTHORIZE ADDITIONAL TIME OF FIVE YEARS AND EXPENDITURE AUTHORITY IN A TOTAL AMOUNT UP TO 8448;000.00 FOR PREQUALIFICATION POOL NO. 3881-5/16-1 FOR PURCHASE OF BODY WORK REPAIR FOR COUNTY DEPARTMENTS; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S* DESIGNEE TO SOLICIT PRICING, AWARD CONTRACTS, EXERCISE ALL PROVISIONS OF THE SOLICITATION DOCUMENTS AND ANY RESULTING CONTRACTS PURSUANT. TO SECTION 2-8.1 OF THE COUNTY CODE AND IMPLEMENTING ORDER 3-38., AND ADD VENDORS TO THE POOL AT ANY TIME, SUBJECT TO RATIFICATION BY THE BOARD ON A BI-ANNUAL BASIS (DTPW — BCC. Legislative File No. 170985) On June 15, 2017, the CITT voted (8-0) to forward a favorable recommendation to the Board of County Commissioners (BCC) for the approval of the above referenced item, CITT Resolution No. 17-046. The vote was as follows: cc: Hon. Anna E. Lightfoot -Ward, Ph.D., Chairperson — Aye Glenn J. Downing, CFP®, 1st Vice Chairperson — Aye Joseph Curbelo, 2nd Vice Chairperson — Absent Oscar Braynon Absent Peter L. Forrest — Absent Prakash Kumar Aye Alicia Menardy, Esq. — Absent Paul J, Schwiep, Esq. Aye L. Elijah 8tiers, Esq. Aye Aiina Hudak, Deputy Mayor. Bruce Libhaber, Assistant County Attorney Melissa Dynan Absent Alfred Holzman —Aye Jonathan Martinez —Aye Miles E. Moss, P.E. Aye Marilyn Smith — Absent Hon. Linda Zilber — Absent CONTRACT AWARD SHEET INTERNAL SERVICES DEPARTMENT BID NO.: 3881-5/16-1 PREVIOUS BID NO.: TITLE: BODY WORK REPAIR(COLLISION DAMAGE)PREQ CURRENT CONTRACT PERIOD: 02/01/2012 THROUGH 07/31/2022 TOTAL # OF OTRs: 1 CONTRACT AMOUNT: REQUISTION NO.: $27,104,845.25 Living Wage: N Other Applicable Ordinances: UAP: Y IG: N SECTION #2 — CONTRACT MEASURES Local Preference: N Small Business Enterprise (SBE): N Miscellaneous: Micro Enterprise: N PTP Funds: N Full Federal Funding: N Partial Federal Funding: N Performance Bond: N Insurance: N Name . Phone : Fax . Email . Debra Butler 305-375-5663 Debra. Butler©MIAMI DADS. GOV 1. ABCW1200273 Commodity ID Commodity Name 928-19 AUTOMOTIVE BODY WORK (INCLUDING Department Department Allocation MT****** $1,432,500.00 PR****** $528,671.79 Ws****** $3,437,700.00 AV****** $1,210,000.00 FR****** $1,655,000.00 ID****** $18,790,070.23 ME****** $3,000.00 BCC Award: BCC Date: DPM Award: DPM Date: Additional Items Allowed: Agenda Item No.: Special Conditions: N 07/06/2017 N 04/18/2017 Page 1 Bid No. 3881-5/16-1 Award Sheet SECTION #6 — VENDORS AWARDED 1. Vendor Name: AUTO COLOR & COLLISION REPAIR INC DBA: FEIN: 010617664 Suffix: 01 Street: 13135 SW 124 AVE #102 City: MIAMI State: FL Zip: 33186 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: 786-249-0012 Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 Fax Email Address ZOBEIDA R CARRICABURU 786-293-3100 786-249-0012 786-293-3444 AUTOCOLORCOLLISION@GMAIL. COM 2. Vendor Name: MARLIN MOTORS INC DBA: FEIN: 113676868 Suffix: 01 Street: 10716 SOUTH WEST 188TH STREET City: MIAMI State: FL Zip: 33157 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Selection Factor: Assigned Measures Bid Pref.: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address VYDESH RAMJIT 305-2382660 305-2381511 3. Vendor Name: ESPANA BODY SHOP, INC. DBA: FEIN: 201774955 Suffix: 01 Street: 2282 NW 22 AVE City: Miami State: FL MARLINMOTORS@COMCAST.NET Page 2 Bid No. 3881-5/16-1 Zip: 33142 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Award Sheet Name Phone 1 Phone 2 Fax Email Address Maria E Farinas 305-6343745 4. Vendor Name: XTREME CARE BODY SHOP CORP DBA: FEIN: 208303835 Suffix: 01 Street: 12596 SW 128 ST City: MIAMI State: FL Zip: 33186 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-6384308 info@espanabodyshop.com Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 Fax Email Address HENRY LAURIDO 305-255-5777 - 305-255-5777 XTREMECAREBODYSH©BELLSO UTH. N ET 5. Vendor Name: NATIONAL COLLISION & TRUCK CENTER INC DBA: FEIN: 223973523 Suffix: 01 Street: 5425 N POWERLINE ROAD City: FT LAUDERDALE State: FL Zip: 33309 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor Assigned Measures SBE: Set Aside: Bid Pref.: Micro Ent.: Selection Factor: Goal: Other: Vendor Record Verified? Page 3 Bid No. 3881-5/16-1 Contact Details Award Sheet Name Phone 1 Phone 2 Fax Email Address RICHARD WILLIAM 954-615-1900 954-615-1901 5425NCT@GMAIL.COM 6. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details AJV COLLISION SPECIALIST III INC 260201172 01 2185 NW 27TH AVE MIAMI FL 33142 DEST N ET30 305-8711769 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address VALERIA S MUINO 7. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 754-2816462 DJ AUTO COLLISION 305-8711769 CENTER INC 261234600 02 3588 NW 52ND STREET MIAMI FL 33142 DEST NET14 305-6357907 Set Aside: Selection Factor: ajvcollisioniii@gmail.com mail.com Assigned Measures Bid Pref.: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address LASHINDA S MOORE 786-4577774 - 305-6547979 LASHINDA.MOORE@DJBODYSHO P.COM 8. Vendor Name: DBA: FEIN: Suffix: Street: City: CHINOS INK WECKS INC 270064345 01 7218 SW41 ST MIAMI Page 4 Bid No. 3881-5/16-1 State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details FL 33155 DEST NET30 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address MARIA M CHIONG 9. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent.: Other: Contact Details 305-2622121 MCDE BODY SHOP INC 270905646 01 4201 EAST 10 LANE HIALEH FL 33013 DEST NET30 305-2622999 inkwerks©bellsouth.net Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address DUNIA PERERA 305-822-8233 - 305-822-8235 MCDEBODYSHOPINC©YAHOO.0 OM 10. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: TRIANON TECH SERVICES 510472780 01 4793 E 10TH COURT HIALEAH FL 33013 DEST NET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Page 5 Bid No. 3881-5/16-1 Contact Details Award Sheet Name Phone 1 Phone 2 Fax Email Address ENEIDA MORAN 305-688-7737 305-688-7750 TRIANON4793@COMCAST.NET 11. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details MOLINA GARAGE INC 591362309 01 2091 nw 7 ave Miami FL 33127-4605 DEST N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Dani Medina 12. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-3244203 PALM TRUCK CENTERS INC 591402487 01 2441 SOUTH STATE ROAD #7 FORT LAUDERDALE FL 33317 DEST NET30 305-3247390 molinasgarage@att.net Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address DAVE WEIGER 13. Vendor Name: DBA: FEIN: Suffix: Street: City: 954-584-3200 HORSON CORP 591695808 01 18 east 21 street HIALEAH 954-584-3228 FHELFRICH@PALMTRUCK.COM Page 6 Bid No. 3881-5/16-1 State: FL Zip: 33010 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Award Sheet Name Phone 1 Phone 2 Fax Email Address WALFRIDO G JAIME 305-3366812 866-5582048 WALFRID0101 @HOTMAIL.COM 14. Vendor Name: WORLD MOTOR CORPORATION DBA: FEIN: 592108282 Suffix: 01 Street: 3905 NW 37TH CT. City: Miami State: FL Zip: 33142 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Salin Gonzalez 305-6383040 15. Vendor Name: CRONY BODY WORKS INC DBA: FEIN: 592249640 Suffix: 01 Street: 724 NW 21 STREET City: MIAMI State: FL Zip: 33127 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: 305-6383270 worldmtr@bellsouth.net Certified Vendor Assigned Measures SBE: Set Aside: Bid Pref.: Micro Ent: Selection Factor: Goal: Other: Vendor Record Verified? Page 7 Bid No. 3881-5/16-1 Contact Details Award Sheet Name Phone 1 Phone 2 Fax Email Address GEORGE FALCON 305-325-0866 16. Vendor Name: KARLS AUTOMOTIVE INC DBA: FEIN: 592614613 Suffix: 01 Street: 10482 SW 186TH TERRACE City: MIAMI State: FL Zip: 33157 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-324-8460 Set Aside: Selection Factor: BOATING247@AOL.COM Assigned Measures Bid Pref.: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address WAYNE HOSANG 305-251-7909 305-252-4189 KARLSAUT@BELLSOUTH.NET 17. Vendor Name: FINISHING TOUCH AUTO WORKS INC DBA: BASILS AUTO REPAIR & BODY FEIN: 650353393 Suffix: 01 Street: 10501 SW 185 TERR City: MIAMI State: FL Zip: 33157 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Selection Factor: Assigned Measures Bid Pref.: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address RAUL R GARCIA - PRES 305-255-5533 - 305-378-9316 BASILSAUTO@BELLSOUTH.NET 18, Vendor Name: SOUTHEAST TRUCK SPECIALIST INC DBA: FEIN: 650422049 Suffix: 01 Street: 2407 HAMMONDVILLE RD City: POMPANO BEACH Page 8 Bid No. 3881-5/16-1 State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details FL 33069 DEST N ET30 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name JOE S GUERRERO Phone 1 954-970-3651 Phone 2 Fax 954-970-4201 Email Address 19. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details PEDRO HERNANDEZ santa cruz auto sales 650456131 01 3274 nw 30 st miami FL 33142 DEST NET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address pedro hernandez 20. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: 305-9655176 , U S BODY SHOP INC 650724802 01 195 NW 71 ST MIAMI FL 33150 DEST N ET30 800-300-8717 305-6982306 scas1993mh@msn.com Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Page 9 Bid No. 3881-5/16-1 Contact Details Award Sheet Name Phone 1 Phone 2 Fax Email Address LUCKNER BRUNO - PRES 305-751-6084 800-300-8717 305-758-0818 BRUNOPAT2000@AOL.COM 21. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details HI TECH AUTO BODY INC 650898137 01 1777 WEST 39TH PLACE HIALEAH FL 33012 DEST N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address FRANCISCO RONQUILLO 305-825-9316 - 305-825-5646 hitechcollisionmiami@gmail.com 22. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details ADVANCED BODY & FRAME INC 650993249 01 3041 E 10 AVE HIALEAH FL 33013 DEST 2%10NET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address ALBERT FONT- PRES 305-6949560 - 305-6949569 AFONT27936@AOL.COM 23. Vendor Name: DBA: FEIN: Suffix: FLEET TECHNOLOGY & MAINTENANCE CORP TRUCK CITY BODY COMPANY 651144196 02 Page 10 Bid No. 3881-5/16-1 Award Sheet Street: 10660 NW SOUTH RIVER DRIVE City: MEDLEY State: FL Zip: 33178 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address SERGIO AGUIRRE 305-863-9208 305-882-1700 SALES@TRUCKCITYFLA.COM 24. Vendor Name: BOMNIN AUTOMOTIVE LLC DBA: BOMNIN CHEVROLET WEST KENDALL FEIN: 813872123 Suffix: 01 Street: 11701 SW 152 STREET City: MIAMI State: FL Zip: 33177 FOB Terms: DEST Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address CRAIG PEARCE 305-2358200 305-2563171 cp@bomninauto.com Details: Item # Description Qty. Unit Price No Items Awarded Page 11