Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: FB-00583 PROCUREMENT CONTRACTING OFFICER: Cristiane Lima DATE SUBMITTED: 8/23/2019 TITLE: Services Various Specialized Fire Equipment. 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) ® 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) VI Copy of Contract's Advertisement & Distribution information ® Copy of Contract/Solicitation Being Accessed ® Copy of Award Sheet/Approval Documents ® Copy of Proposal/Bid (See below) NOTES: 16 APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. 0 NOT laws, po POVED as a contract which was entered into pursuant to a competitive process in compliance with City d procedures. Annie z PO Dire or partment of Procurement 1/24/18 RFQ NO. RFQ TITLE Prep", ed ar: Verffied by: Verdred br: FH-0a6a3 Sa7vices for Various Speti0Fad Ftre Equipmne / w /1 ._ .- 1 /� /�` Alonzo Jauprr S,gortwe: C `(J./l 1/ �l /— wr: /// (Lv Una.au signatrae: -,.4- ( !' ink: .57/0( hssea Tyrree stgaaaxe• t i I) I { lk WC' \ ,, Date: V, i ; 1 Cf VENDOR NAME &cue Registered vendor es/ no) Felony Conviction Disclosure Affirmed Local Preference Affirmed Locally Headquartered Affirmed Local Certified Veteran Business Affirmed Indicate SBD certification Scrutinized Companies Affirmed Bid Submittal Signed Fair Subcontracting Practices affidavit completed Subcontracting Supplier Listing completed Due Diligence Affidavit Completed Collusion Affidavit Comp eted Violations Report Reviewed / Any Violations Found m O z American Safety Utility Corpwrtion 0 O z B. Bidder(s) shall assign a competent company representative(s) wham is cognizant of industry standards and d authored to discuss matters pertaining to the contracted services in order to provide the County with support and information. Bidder(s) are required to provide their designated company representative(s) name, office address, phone number. and e- mail address. Bidder(s) or bidders subcontractor must have demonstrated five (5) year experience in providing fire equipment inspection. testing, and/or certification pertaining to the contracted services. As evidence, provide at leas) two (2) letters of references from Metropolitan Fire Department clients. The letters shall contain the Fire Department's name. representative name. title, phone number. and e-mail address. The references shall ascertain to the County's satisfaction that the bidder has sufficient expertise. ❑ 0 z O O z in U 5 .- cc w j N 0 ft tu O = tu = L hem S A^nu0el uantiry Estimated Unit of Measure Description Unit Price Extended Price Unit Price Extended Prim 1 600.000 Per Foot insoecton, suing and certification services of venous sizes of 4e hose Eli z id z TOTAL: RANKING GROUP ADDITIONAL QUALIFICATION CRITERIA A- Per NFPA 1071 - Level II or III EVT Certification - — ❑ m 0 z o m O z OR B. Per NFPA 1911 - ISO/IEC 17020 Accreditation GROUP 2 FIRE APPARA TUB PUMP SERVICES kern. Annual ua^ttly ed Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 1 39 Each Fre,lpperaws Pump Inspection, Testing and r rtar.ii n wr*rac ❑ m 0 0 m 0 2 15 Each Fre Apparatus Pump Testing, Inspection, and Codification on an apparatus Mathes an engine thatdmes the pump and also drives a fixed power source TOTAL: tr=m J 0 O U zz<w No Additional Qualification Criteria for Group 3 Meets Qualification Criteria (Yes/No) Meets Qualification Criteria (YesMo) �O '• a=<g E lice_ A. Per NFPA f914 -Level II or III NDT Technician Certification 0 g 03 O O J K O < O Z Z < 9 NOTES: 'Vendor provided a statement indicating that they incidated "yes" in error and they are not a scrutinzied company. "Vendor was unable to provide the supporting documetation as detailed in the solicitation Qualification Criteria. "" Only one of the two letters provide meets the qualification criteria outline wihtin the solicitation. - THIS TALLY SHEET IS AN INDICATION OF PRICE ONLY AND IS NOT A DETERMINATION OF THE LOWEST RESPONSIVE/RESPONSIBLE BIDDER(S). RFQ NO. FIFO ITRF fR41eta] Services tar Yamloce Speciarastl Fire Equipment Prspa,ed q: Ateoan 4omat verFind Or: ur.aan Yenned by: Jeasrca Tyne l signiors: Signature: sin muse: oar. c`` 3 !, 1 VENDOR'S SUBMITTAL VENOOR NAME Fire Call LLC FrlOns FE1N TSuIOxi 20801494? 01 263946:59 Registered vendor ( s/ no) Yes Yes Felony Conviction Disclosurerrned No No Local Preference Affirmed No No Locally Headquartered Affirmed No No Local Certified Veteran Business Affirmed No No Indicate SSD unification, No No Scrutinised Com • anies ANrrmedl No yes' Bid Submittal Signed Yes Y.s Fair Subcontracting Practices affidavit completed! (es Yes Subcontracting Supplier Lrstin • completed Yes Yes Due Diligence Affidavit Completed Yes Yes Collusion Affidavit Completed Yes No Violations Report Reviewed 1Any Violations Found. Yes I No No QUALIFICATION CRITERIA TO BE COMPLETED BY ALL BIDDERS OR SUBMITTERS A Bidder(s) shall assign a competent company representative(s) whom s cognizant of industry standards and is authorized to discuss matters pertaining to the contracted services in order to provide the County with support and information. Biddet(s) are required to provide their designated company representative(s) name, office address. phone number. and e- mail address. Designated company representative(s) non`^' Marc T. Radecky Designated company representative(s) name: James Glans Office Address: 3250 W. Bigbeaver Rd Ste 544. Troy, WI 48084 Office Address: Drexel H71 PA Phone Number. 248.843-7200 Phone Number: 610-789-2188 E-mail address: mndeckv$frrecatt.com E-mail address: jimeiattso8reone.com B. Bidder(s) or bdders subcontractor must have demonstrated five (5) year experience in providing fire equipment inspection, testing. and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Metropolitan Fire Department clients. The letters shall contain the Fire Department's name. representative name, title, phone number, and e-mail address. The references shall ascertain to the Ccunty's satisfaction that the bidder has sufficient expertise. Yes No GROUP 1 FIRE HOSE SERVICES Item A Annual Estimated Quantity Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 1 500.000 Per Foot inspection, eseng sod cer5ication services of various sizes of ire hose $ 0.190 S 114.000.00 _ $ 0.344 $ 206,400.00 TOTAL: $ 114.000.00 $ 206.400.00 RANKING 1 2■ i i RECOMMENDED FOR AWARD 4.'.,,-,_psx,}4 dS1 LKz 1 �.r'�]7FH�, y GROUP 2 ADDITIONAL QUALIFICATION CRITERIA A Per NFPA 1071 - Level II or III EVT Certification 0 O z No" OR OR B. Per NFPA 1911 - ISO/IEC 17020 Accreditation No' OROUP2 FIRE APPARATUS PUMP SERVICES Item A Annual Estimated Quantity Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 1 39 Each Fie Apparatus Pump Inspection, Testing and ram lfrsfl ,n e.,w.e o m Z $ 495.00 $ 19,305.00 2 15 Each Fse Apparatus Pump Testing. Inspection, and Certification on an apparaWSlhai has an engine that drives he pump and also drives a :tied power souse $ 545.00 $ 8,175,00 TOTAL: $ 27,480.00 NOT RECOMMENDED" o.iwm u =O Q o g 1`, O¢ O�w [, m No Additional Qualification Cateria for Group 3 Meets Qualification Criteria (Yes/No) Meets Qualification Criteria (Yes/No) YES NO RECOMMENDED FOR AWARD NOT RECOMMENDED GROUP 4 ADDITIONAL QUALIFICATION CRITERIA O NDT Certification Level II or N/A Technician Name: N/A A Per NFPA 1914 -Level II or III NOT Technician Certification Om 2 Exaltation Date: N/A m NOT RECOMMENDED" NOTES: 'Vendor provided a statement indicating that they incidated "yes" in err "Vendor was unable to provide the supporting documetation as details "• Only one of the two letters provide meets the qualification criteria or - THIS TALLY SHEET IS AN INDICATION OF PRICE ONLY AND IS NOT A DETERMINATION OF TI RFQ NO. RFQ JtnE Prepared or Yenned br Yenned by: F9.00Sa3 Services ler varbus spedaroad Flee Equipment Aeve loupe Lmdm u xsace Tent, Signature: Oster 1/4/Ve VENDOR'S SUBMITTAL VENDOR NAME UL. LLC Waterway of Central Florida. LLC FEN / Suffix 94-1:92.tc4 0 •. S t-29d2520 01 Registered vendor (yes/ nol has Y1es Felony Conviction Disclosure Affirmed No No Local Preference Affirmed No No Locally Headquartered Affirmed No No Local Certified Veteran Business Affirmed No No Indicate SDD certification No No Scrutinized Companies Affirmed No No Bid Submittal SignedI Yes Yes Fair Subcontracting Practices affidavit completed! Yes Yes Subcontracting Supplier Luting completed! Yes Yes Due Diligence Affidavit Completed) NIA N/A Collusion Affidavit Completed) Yes WA Violations Report Reviewed / Any Violations Found) Yes No Yes No B. Bidder(s) shall assign a competent company representative(s) whom is cognizant of industry standards and is authorized to discuss matters pertaining to the contracted services in order to provide the County with support and information. Bidder(s) are required to provide their designated company representative(s) name, office address. phone number, and e- mail address. Bidders) or bidders subcontractor must nave demonstrated we (5) year experience in providing fire equipment inspection. testing, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references From Metropolitan Fire Department clients. The letters shall contain the Fire Department's name, representative name. title. phone number, and e-mail address. The references shall ascertain to the Coun 's satisfaction that the bidder has sufficient e •ertise. Designated company representative(s) James Johannessen Designated company representative(s) Gregory Pohodich Office Address: 333 Pfingsten Rd. Northbrook. IL 60062 Office Address: Groves. Unit 11109. Phone Number. 717-459-3391 Phone Number: 412-709-4473 E-mail address: James.iohannessen@ul.co E-mail address: Yes gpohadich@waterwavinc. No-" GROUP 1 FIRE HOSE SERVICES hem Pi Estimated Quantity Unit Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 5CO,C00 Per Fed Inspection. teeing snit certification services o1 various sues of `re hose O m O z O m z TOTAL: RANKING I GROUP2 ADDITIONAL QUALIFICATION CRITERIA A. Per NFPA 1071 - Level II or III EVT Certification O m z O m z OR B. Per NFPA 1911 - ISO/IEC 17020 Accreditation GROUP FIRE APPARATUS PUMP SERVICES Item a Annual Estimated Quantip Unit of Measure Doscription Unit Price Extended Pnce Unit Price Extended Price 1 39 Each ie?➢l elm. -Joy ctio Inspen, Testing and rnrfiseuh+n eervvne p p] O p m Z 2 15 Each Fie Apparatus Pump Testing, Inspection, and Certification on an apparatus that has an engine rat drives he pump and also dudes a foxed power Source TOTAL: k 0 a n.zW � t 2 j O O y No Additional Qualification Criteria for Group 3 Meets Qualification Criteria (Yes/No) Meets Qualification Criteria (Yes/No) YES NO RECOMMENDED FOR AWARD NOT RECOMMENDED GROUP 4 ADDITIONAL QUALIFICATION CRITERIA A. Per NFPA 1914 - Level II or III NOT Technician Certification NDT Certification Level Level 11 NOT Certification Level No" Technician Name: Fernando Dupldo Technician Name: N/A"' Expiration Date: 1/312022 Expiration Date: N/A - RECOMMENDED FOR AWARD NOT RECOMMENDED NOTES: "Vendor provided a statement indicating that they incidated "yes" in err "Vendor was unable to provide the supporting documetation as detaile eee Only one of the two letters provide meets the qualification criteria of - THIS TALLY SHEET IS AN INDICATION OF PRICE ONLY AND IS NOT A DETERMINATION OF TI RF0 NO. RF] TTTLE FrepatN ey. VerrfN by veraw by: J 00 . ie m 00 O W F8-0040 Setvices for Various 5peoaf o Ftre Egogment Amore lamp. Leman U Jessica Tyrree Siooatwe: Signavrr. i 4 VENDOR NAME FtIN 1 Suffix Registered vendor(es/ no) Felony Conviction Disclosure Affirmed Local Preference Affirmed Local Certified Veteran usiness Affirmed Indicate SBD certification Scrutinized Companies Affirmed Bid Submittal Signed Fair Subcontracting Practices affidavit completed Subcontracting Supplier Listing comp eted Due Diligence Affidavit Completed Collusion Affidavit Corn feted A. 9. Violations Report Reviewed / Any Violations Quid Bidder(s) shall assign a competent company representative(s) whom is cognizant of industry standards and is authonzed to discuss matters pertaining to the contracted services in order to provide the County with support and information. Bidder(s) are required to provide their designated company representative(s) name. office address. phone number, and e- mail address. Bidders) or bidders subcontractor must have demonstrated five (5) year expenence in providing fire equipment inspection, testing, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Metropolitan Fire Department clients. The letters shall contain the Fire Departments name. representative name. title, phone number. and e-mail address. The references shall ascertain to the County's satisfaction that the bidder has sufficient expertise. South Dade Beatrice( Supply 0 O z a Z Sunset Survival 6 Fast Aid, Inc- 0 m Z m 0 GROUP 1 FIRE HOSE SERVICES hem N MnuQau mod antity Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 1 5C0.000 Per Fool Inspect on. tesmg and cernficafion serncen of venous Sees of ire hose O m z 0 m z TOTAL: RANKING GROUP 2 ADDITIONAL QUALIFICATION CRITERIA A. Per NFPA 1071 - Level II or III EVT Certification 0 m 0 z 0 m 0 z OR B. Per NFPA 1911 - ISO/IEC 17020 Accreditation GROUP 2 FIRE APPARATUS PUMP SERVICES Item N Annual Estimated Quantity Unit of Measure Description Unit Price Extended Price Unit Price Extended Price 1 33 Each =re Appeaais ?ump Inspection. Teswngand re,rfi arinn eeroree CI m 0 O m Z 2 15 Eam Fre Apparatus Pump Testing, Inspection. and Cerro(canon on an apparatus mat has 3n engine that Mves Ile pump and also dines a fixed power scurce TOTAL: n O re W azietp Q 0 0 j R 0< S 0 0 J n No Additional Qualification Criteria for Group 3 Meets Qualification Criteria (YeslNo) Meets Qualification Criteria (YeslNo) 0 m Z 0 O Z GROUP 4 ADDITIONAL QUALIFICATION CRITERIA A. Per NFPA 1914 - Level II or III NOT Technician Certification O m 0 0 m 0 NOTES: 'Vendor provided a statement indicating that they incidated "yes" in err "Vendor was unable to provide the supporting documetation as detaile r" Only one of the two letters provide meets the qualification criteria of - THIS TALLY SHEET IS AN INDICATION OF PRICE ONLY AND IS NOT A DETERMINATION OF TI Supplier Notification Report - Bid #FB-00583 Miami -Dade County Vendors that have been notified for Bid FB-00583 - Services for Various Specialized Fire Equipment Org Name Sprinklermatic AFS, Inc Sunmtitt Forests, Inc. Mobius Onvia GreMark Consultancy, Inc. South Florida Emergency Vehicles LLC Firelce Solutions, LLC Phone ST First Viewed 954-327-3686 FL OR 456-465 8975 AL WA 555-4418 CT 239-267-5300 FL 801-839-2687 MIS May 5, 2017 3:59:01 PM EDT May 5, 2017 4:10:21 PM EDT May 5, 2017 4:59:29 PM EDT May 5, 2017 9:03:28 PM EDT May 5, 2017 10:43:19 PM EDT May 6, 2017 7:4434 AM EDT play6,20178.19:17AMEDT Last Viewed May 17, 2017 2:28:51 PM EDT May 5, 2017 4:10:21 PM EDT May 25, 2017 10:40:26 PNI EDT May 26, 2017 12:56:35 AM EDT May 23, 2017 12:22:15 AM EDT May 24, 2017 10:38:57 AM EDT lay 16, 2017 4:5143 PM EDT Affordable Auto & Truck Glass Barry Simms inc. kenworth of south Florida M.E. GLOBAL SUPPLIES INC Bennett Fire Products Co., Inc. TechnicalRescue.com,Inc CoCoMoConstruction Sunset Survival & First Aid, Inc. Delia Coolridge Inc. iSqFt SOUTH DADE ELECTRICAL SUPPLY Ten-8 Fire Equipment Inc. City Fire Inc AMERICAN SAFETY UTILITY CORP. Cardiac Life Products Medgluv.Inc. TOTAL TRUCK PARTS Siemens Industry Inc. Emergency Equipment LEE RYDER LAMINATION FLORIDA APPARATUS SALES HEADQUARTERS INDEPENDENT HARDWARE INC Nextran Corporation Azcue FireOne Advanced Problem Solving LLC (APS) GIW Minerals Dana Safety Supply EXPERT DIESEL Manuel Gomez & Associates, Inc W.S. Darley & Co. PINE Florida Bid Reporting Miami Breaker The Blue Book FireCatt FLORIDA KEYS FIRE PROTECTION INC RFx Analyst Defense Equipment Company, Inc Access Specialty Group 305-534-7365 FL May 6, 2017 10:07:48 AM EDT 715-612-0002 WI Mav 6, 2017 12:39:37 PM EDT 954-5235484 FL May 6, 2017 2:07:16 PM EDT 786-546-7216 FL May 6, 2017 6:13:58 PM EDT 770-402-9910 GA May 6, 2017 8:18:33 PM EDT 954-818-7121 FL May 7, 2017 1:18:11 PM EDT 727-442-2141 FL May 7, 2017 2:04:26 PM EDT 714-369-8096 CA May 8, 2017 2:01:52 AM EDT 698-5544 NJ May 8, 2017 3:08:35 AM EDT AZ May 8, 2017 4:37:27 AM EDT 305-238-7131 FL May 8, 2017 6:36:08 AM EDT 941-756.7779 FL May 8, 2017 7:40:40 AM EDT 954-987-1338 FL May 8, 2017 7:58:09 AM EDT 704-482-0601 NC May 8, 2017 8:32:19 AM EDT NY May 8, 2017 8:35:06 AM EDT 866-633-4588 FL May 8, 2017 8:40:33 AM EDT 305-599-6272 FL May 8, 2017 8:52:37 AM EDT 954-364-6600 FL May 8, 2017 9:14:45 AM EDT 630-240-4190 IL May 8, 2017 9:20:27 AM EDT 305-893-22762 FL May 8. 2017 9:31:00 AM EDT 5617468515 FL May 8. 2017 957:18 AM EDT 2159255306 PA May 8, 2017 10:56:58 AM EDT 305-883-8506 FL May 8, 2017 12:35:26 PM EDT 954-597-7602 FL May 8, 2017 1:42:47 PM EDT 6107892188 PA May 8, 2017 1:47:45 PM EDT 909-241-6403 CA May 8, 2017 2:55:08 PM EDT 863-608-4961 FL May 8, 2017 4:58:28 PM EDT 813-348-4866 NC May 9, 2017 9:49:35 AM EDT 954-583-2400 FL May 9, 2017 10:25:37 AM EDT 786-542-0129 FL May 9, 2017 11:47:20 AM EDT 630-735-3516 IL May 9, 2017 12:55:10 PM EDT 954-533-0242 FL May 9, 2017 3:14:57 PM EDT 539-7522 FL May 10, 2017 9:16:13 AM EDT 786-336-5780 FL May 10, 2017 9:53:42 AM EDT 800-431-2584 NY May 10, 2017 11:26:35 AM EDT 643-7200 hli May 10, 2017 11:48:33 AM EDT 305-294-3473 FL May 10, 2017 1:30:04 PM EDT 310-9229.7461 DE May 11, 2017 5:09:I6 AM EDT 6785221013 GA May 11, 2017 6:01:58 PM EDT 305-619-2464 FL May 15, 2017 11:57:29 AM EDT May 6, 2017 I0:09:47 AM EDT May 24, 2017 12:42:47 PM EDT May 6, 2017 2:09:11 PM EDT May 8, 2017 4:06:49 PM EDT May 6, 2017 8:18:33 PM EDT May 7, 2017 1:18:11 PM EDT May 7, 2017 2:04:26 PM EDT May 8, 2017 2:06:58 AM EDT May 8, 2017 3:08:54 AM EDT May 8. 2017 4:37:27 AM EDT May 8, 2017 6:39:22 AM EDT May 8, 2017 7:40:40 AM EDT May 8, 2017 7:58:09 AM EDT Mav 8. 2017 8:51:43 AM EDT Mav 8, 2017 8:35:06 AM EDT May 8. 2017 8:40:33 AM EDT May 8, 2017 8:52:37 AM EDT May 8, 2017 9:14:45 AM EDT May 16, 2017 5:17:57 PM EDT May 9, 2017 11:39:23 AM EDT May 24. 2017 1:08:10 PM EDT May 8, 2017 10:56:58 AM EDT May 8, 2017 12:35:26 PM EDT May 8, 2017 1:45:43 PM EDT May 25, 2017 2:29:37 PM EDT May 8, 2017 2:55:08 PM EDT May 8, 2017 4:59:03 PM EDT May 9, 2017 9:49:35 AM EDT May 9, 2017 10:25:37 AM EDT May 9, 2017 11:47:20 AM EDT May 9, 2017 12:55:10 PM EDT May 11, 2017 1:04:35 PM EDT May 10, 2017 2:52:33 PM EDT May 25, 2017 2:47:47 PM EDT May 10, 2017 11:26:35 AM EDT May 25, 2017 11:44:30 AM EDT May 10, 2017 1:30:04 PM EDT May 26, 2017 2:21:52 PM EDT May 16. 2017 6:55:04 PM EDT May 15, 2017 11:57:42 AM EDT 7/24/2019 p. 1 Supplier Notification Report - Bid #FB-00583 Miami -Dade County Dan Enterprises Team LLC Wayne Automatic Fire Sprinkler Hydraulic Sales & Service SOS SAFETY INTL. Construction Bid Source North America Procurement Council Sliamidade 1 COSMOS CONSTRUCTION MANAGEMENT LLC ITSo!. LLC Thermofisher Scientific Creativecustomz Korona Safety, LLC ES&LVS Classroom Outfitters. LLC 786-450-1555 407.288.9494 305-542-2618 561-237-4247 209-613.8357 3022-450.1923 305-375-5289 954-702-3102 765-1224 352-256-4925 305-774-1071 954-372-5159 786-463.9242 786-235.9105 FL Slay 15, 2017 1:54:30 PM EDT FL May 15, 2017 5:04:48 PM EDT FL May 16, 2017 6:27:35 AM EDT FL May 16, 2017 10:24:05 AM EDT CA May 16, 2017 3:44:13 PM EDT CO May 17, 2017 12:59:07 AM EDT FL Slay 17, 2017 12:35:04 PM EDT FL May 19. 2017 10:02:34 A\l EDT FL Slav 22, 2017 11:26:21 AM EDT PA May 22, 2017 1:37:09 PM EDT FL May 24, 2017 12:47:27 PM EDT FL May 25, 2017 7:23:25 AM EDT FL May 26, 2017 12:33:44 PM EDT FL May 26, 2017 12:35:50 PM EDT Slay 24. 2017 7:44:42 AM EDT Slay 15. 2017 5:04:48 PM EDT May 16. 2017 6:27:35 AM EDT May 22, 2017 11:23:56 AM EDT May 24. 2017 2:58:05 PM EDT May 22, 2017 11:28:55 AM EDT May 26. 2017 12:44:54 P\I EDT Slay 19. 2017 10:0234 AM EDT May 22, 2017 12:17:37 PM EDT May 22, 2017 1:37:09 PM EDT May 24. 2017 12:47:27 PM EDT May 25, 2017 7:23:25 AM EDT May 26, 2017 12:33:44 PM EDT May 26, 2017 12:35:50 PM EDT NAME EMAIL FAX SENT DATE SENT 7/24/2019 p. 2 Supplier Notification Report - Bid #FB-00583 Miami -Dade County Org Name FireCatt FireOne Email mradeckv, c' 2firecart com fireone@rcn.com com Name Marc Radecky Phone 22436437200 James E Glatts 6107892188 ST Date \Q May 16.2017 4:49 44 PM EDT PA \lav 16. 2017 4:49:50 PM EDT Failed NA_\IE EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #FB-00583 Miami -Dade County IOrg Name FireCatt FireOne Email mradecky tcfirecatt.com fireone:3t,rcn.com Name Phone ST Date Marc Radecky 2486437200 NCI May 17, 2017 2:23:36 AM EDT James E Glans 6107892188 PA May 17. 2017 2:23:40 AM EDT Failed NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #FB-00583 Miami -Dade County laid Invite Emai Org Name FireCatt Email MRADECKY @FIRECATT.COM mradecky refirecatt.com Name Phone MARC RADECKY (248) 643-7200 Marc Radecky 2486437200 ST Date MI May 6, 2017 7:2433 AM EDT k Q May 6, 2017 8:23:07 AM EDT Failed NAME EMAIL FAX SENT DATE SENT Supplier Notification Report - Bid #FB-00583 Suppliers Successfully Invited: 8049 Successful Invitation Qualification Totals: A&E(46) DESIGN BUILD(38) Successfully Responded Qualification Totals: A&E(2) DESIGN BUILD(2) Miami -Dade County Miami -Dade County Solicitation FB-00583 Solicitation FB-00583 Services for Various Specialized Fire Equipment Solicitation Designation: Public Miami -Dade County 5/5/2017 12:40 PM p. 1 Miami -Dade County Solicitation FB-00583 Solicitation FB-00583 Services for Various Specialized Fire Equipment Solicitation Number FB-00583 Solicitation Title Services for Various Specialized Fire Equipment Solicitation Start Date In Held Solicitation End Date May 26, 2017 6:00:00 PM EDT Question & Answer End Date May 15, 2017 3:00:00 PM EDT Solicitation Contact Solicitation Contact Contract Duration Contract Renewal Prices Good for Item Quantity Unit Price Delivery Location Description See Bid Documents Sasha Socarras Procurement Contracting Officer ISD 305-375-1620 sasham@miamidade.gov Basia Pruna 305-375-5018 bpruna@miamidade.gov See Bid Documents See Bid Documents See Bid Documents Item Response Form FB-00583-01-01 - Services for Various Specialized Fire Equipment 0 See Bid Documents f Miami -Dade County No Location Specified Qty 0 5/5/2017 12:40 PM p. 2 miamidade.gov June 8, 2018 18JiM-8 fill o, 45 All Responding Vendors (See Distribution List) INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1ST Street • Suite 1300 Miami, Florida 33128 -1974 SUBJECT: BID NO.: FB-00583 TITLE SERVICES FOR VARIOUS SPECIALIZED FIRE EQUIPMENT Dear Vendors: In accordance with Section 1.12 of the above -referenced solicitation, and Section 2-8.4 of the Code of Miami -Dade County, you are hereby notified that the County Mayor or designee recommends award of this contract to: Group 1 - Fire Hose Services: Fire Catt, LLC. Group 2 - Fire Apparatus Pump Services: None Recommended Group 3 - Ground Ladder Services: Fire Catt, LLC. and UL, LLC. Group 4 - Aerial Device Services: UL, LLC. Vendor(s) not considered for award: Azcue American Safety Utility Corporation FireOne South Dade Electrical Supply Sunset Survival & First Aid, Inc. Waterway of Central Florida, LLC The 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. The Procurement Management Services Division of the Internal Services Department appreciates the participation of all vendors who responded to the subject action. If you have questions, please contact Alonzo Joseph at 305-375-2774 email: Alonzo Joseph. Sincerely, v \f Alonzo Joseph J Procurement Contracting Officer Miami Dade County, Florida Distribution: Azcue American Safety Utility Corporation Fire Catt, LLC. FireOne South Dade Electrical Supply Sunset Survival & First Aid, Inc. UL, LLC Waterway of Central Florida, LLC cc: Clerk of the Board File Miami -Dade County Solicitation FB-00583 BID NO.: FB-00583 Services for Various Specialized Fire Equipment May 26, 2017 MIAMI-DADE COUNTY, FLORIDA INVITATION TOBID TITLE: Services for Various Specialized Fire Equipment FOR INFORMATION CONTACT: Sasha Socarras 305-375-1620 sasham@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON -RESPONSIVE. 5/5/2017 12:40 PM p. 3 Miami -Dade County Solicitation FB-00583 MIAMI-DADE SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r16-3.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance 5/5/2017 12:40 PM p. 4 Miami -Dade County Solicitation FB-00583 with all specifications contained in the solicitation electronically. 5/5/2017 12:40 PM P. 5 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment =mno oaayaranceetwmazasamemantisareemmia SECTION 2 — SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is to establish a service contract to provide all necessary labor, transportation, material and equipment to furnish a comprehensive system for the inspection, testing and certification of various specialized fire rescue equipment for Miami -Dade County (County). The resultant contract will ensure that all fire rescue equipment utilized by the County will have the proper qualifications to comply with the recommended American Society for Nondestructive Testing (ASNT), National Fire Protection Association (NFPA) Standards, Occupational Safety and Health Administration (OSHA), and Manufacturers' Recommendations. This solicitation will also establish a pool of pre -qualified submitters. Entry into the Pre -qualification pool is not a contract between the County and any member of the pool, but rather an acknowledgement that the pool member satisfies the pre -qualification criteria. Pre -qualified submitters will be invited to participate in future spot market competitions, such as a Request for Quote (RFQ). The pool shall remain open for the term of the contract, enabling submitters to qualify at any time after the initial solicitation opening date. It shall be the sole prerogative of the County as to the number of Submitters who will be included under this group. During the term of this contract, the County reserves the right to add or delete Submitters as it deems necessary and in its best interests. DEFINITIONS A. American Society for Nondestructive Testing (ASNT) — A professional organization that is devoted to promoting knowledge of nondestructive testing. B. Emergency Vehicle Technician (EVT) Certification — a nonprofit corporation dedicated to improving the quality of emergency vehicle service and repair throughout the United States and Canada by means of a certification program that will provide technicians recognition for the education, training, and experience they have in the service and repair of emergency vehicles. C. National Fire Protection Association (NFPA) — a United States trade association, albeit with some international members, that creates and maintains private, copyrighted standards and codes for usage and adoption by local governments. D. Nondestructive Testing (NDT) Certification — In order to determine competency, this certification has been devised to ensure that NDT personnel have the proper training, have passed written and practical examinations, and have enough experience to properly perform NDT tasks using the applicable test method or technique. Personnel that have met all three of these requirements are said to be "qualified," and once qualified they can be certified, which is defined in several different ways under the various NDT systems. E. Occupational Safety and Health Administration (OSHA) — an agency of the Unites States Department of Labor that assures safe and healthful working conditions for working men and women by setting and enforcing standards and by providing training, outreach, education, and assistance. F. Request for Quote (RFQ) — An invitation where pre -qualified Submitters are invited to quote on a specific product or service. 2.2 TERM OF CONTRACT This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Internal Services Department, Procurement Management Division; and 5/5/2017 12:40 PM p. 6 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment Ina ICS,Arn....61.1...191•Sztffit...,,idafauesadlift-Awnigrall..31telarV-1.1,,s1s11,,s1s, contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the 12 (twelve) month period. 2.3 OPTIONS TO RENEW The initial prices resulting from Group(s) 1 and 2 of this solicitation, shall remain fixed and firm for no less than one (1) year from the award of the contract. Prior to, or upon completion, of that initial term, the County shall have the option to renew this contract for an additional five (5) one (1) year periods on a year-to-year basis. Prior to completion of each exercised contract term, the County may consider an annual price adjustments based on the Consumer Price Index (CPI) published by the U.S. Department of Labor, Bureau of Labor Statistics for All Urban Consumers, All Items, Miami -Fort Lauderdale, FL area. It is the bidder's responsibility to request any pricing adjustment under this provision. For an adjustment to commence on the first day of any exercised option, the bidder's request for adjustment should be submitted 90 days prior to the anniversary of the contract term. The bidder adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the bidder, the County will assume that the bidder has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The County reserves the right to negotiate lower pricing for the additional term(s) based on market research information or other factors that influence price. The County reserves the right to apply any reduction in pricing for the additional term(s) based on the downward movement of the applicable index, The County reserves the right to reject any price adjustments submitted by the bidder and/or to not exercise any otherwise available option period based on such price adjustments. The County reserves the right to reject any price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial term, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative will 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 may consider the vendor in default which decision may impact that vendor's eligibility for future contracts. 2.4 METHOD OF AWARD GROUP 1 — FIRE HOSE SERVICES This group will be utilized by the County for inspection, testing, certification and/or associated record keeping services of fire hose and fire hose appliances. GROUP 2 — FIRE APPARATUS PUMP SERVICES This group will be utilized by the County for inspection, testing, certification and/or associated record keeping services of fire apparatus pumps and corresponding equipment. Award of Group(s) 1 and 2 will be made to the lowest priced responsive, responsible bidder on a group -by - group basis. To be considered for award, the bidder shall offer prices for all items within the group. If a bidder fails to submit an offer for any item within the group, its offer for that group may be rejected. The County will 5/5/2017 12:40 PM p. 7 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment • sure, an rl11181,1•04-125161VE115.8111C, award the bidder, per group, whose offer represents the lowest grand total and who meets the qualification criteria as listed below. If, the awarded Bidder fails to perform in accordance with the terms and conditions of the contract, the Bidder may be deemed in default. If the awarded Bidder defaults, the County shall have the right to negotiate with the next responsive, responsible Bidder. Failure to provide proof of compliance to the qualification criteria, as specified by the County, may result in the bidder bid being deemed non -responsive. The County shall be sole judge of the bidder's conformance to the qualification criteria and its decision shall be final. GROUP 3 — GROUND LADDER SERVICES This pre -qualification pool will be utilized by the County for inspection, testing, certification and/or associated record keeping services of ground ladders. GROUP 4 — AERIAL DEVICE SERVICES This pre -qualification pool will be utilized by the County for inspection, testing, certification and/or associated record keeping services of aerial devices. 2.4.1 QUALIFICATION CRITERIA FOR ALL GROUPS A. Bidder(s) shall assign a competent company representative(s) whom is cognizant of industry standards and is authorized to discuss matters pertaining to the contracted services in order to provide the County with support and information. Bidder(s) are required to provide their designated company representative(s) name, office address, phone number, and e-mail address. B. Bidder(s) or bidder's subcontractor must have demonstrated five (5) year experience in providing fire equipment inspection, testing, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Metropolitan Fire Department clients. The letters shall contain the Fire Department's name, representative name, title, phone number, and e-mail address. The references shall ascertain to the County's satisfaction that the bidder has sufficient expertise. 2.4.2 ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 2 Bidder(s) or bidder's subcontractor must submit ONE of the following along with their bid submittal: A. Per NFPA 1071 — Level II or III EVT Certification -OR- B. Per NFPA 1911 — ISO/ IEC 17020 Accreditation 2.4.3 ADDITIONAL QUALIFICATION CRITERIA FOR GROUP 4 Bidder(s) or bidder's subcontractor must submit the following along with their bid submittal: A. Per NFPA 1914 — Level II or III NDT Technician Certification 5/5/2017 12:40 PM p. 8 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment All licenses, certificates and qualifications shall remain current during the contract period. Should personnel be replaced during the contract period; the new personnel must meet the same qualifications and credentials as those identified in this section. 2.5 ADDITIONAL GROUPS The County reserves the right to add additional groups (with applicable qualification criteria) to the contract, which are not listed within this solicitation. The Internal Services Department, Procurement Management Division will solicit the industry and award said group on a competitive basis. It is hereby agreed and understood that although this solicitation identifies specific groups, equipment, and services, additional groups, equipment, and/or services may be added to this contract at the County's option. 2.6 ADDITIONAL SERVICES Bidder(s) under this contract shall be invited to submit price quotes for additional services. If these quotes are determined to be fair and reasonable, then the additional work will be awarded to the current contract bidders that offer the lowest acceptable pricing. The County may determine to obtain price quotes for the additional services from other bidders in the event that fair and reasonable pricing is not obtained from the current contract bidders, or for other reasons at the County's discretion. 2.7 METHOD OF PAYMENT In addition to the terms and conditions stated in Section 1.2.H. Prompt Payment Terms and 1.35 Invoices; No invoices shall be approved for payment unless the County has received all required reports listed in Section 3.4 — Final Test Documentation. 2.8 OMISSIONS FROM THE SPECIFICATIONS The apparent silence regarding any details omission from the specification of a detailed description concerning any point shall not negate or infringe on the prime objective of this contract, which is to have all equipment in operating condition, in accordance with the recommended ASNT, NFPA Standards, OSHA, and Manufacturers' Recommendations. Only the best industrial prices are to prevail, and only materials and professional workmanship of the highest quality are to be used. All interpretation of these specifications shall be made upon the basis of this understanding. 2.9 CLEAN-UP All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the County. 2.10 COMPLIANCE AND REGULATIONS A. Standards: All bidders performing under this contract shall conform to the most current edition of applicable fire NFPA standards, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be born solely by the responsible successful bidder. 5/5/2017 12:40 PM P. 9 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment B. Accident Prevention and Barricades: Precautions shall be exercised at all times for the protection of persons and property. All bidders performing services under this contract shall conform to all relevant OSHA, State and County regulations during the course of such effort. Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be born solely by the responsible successful bidder. Barricades shall be provided by the successful bidder when work is performed in areas traversed by persons, or when deemed necessary by the County Department Project Manager. C. Protection of Property: All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted services at all times by the successful bidder(s) during the term of this contract. The successful bidder(s) shall be held responsible for repairing or replacing property to the satisfaction of the County should it be damaged by reason of the bidder's operation on the property. 2.11 SUBCONTRACTING Successful bidder(s) will be permitted to subcontract under this solicitation. The sub -contractors are the responsibility of the successful bidders and not the County. All sub -contractors performing work for the County shall be licensed prior to commencement of any work during the contract period. Successful bidders shall be fully responsible to the County for acts and omissions of the sub -contractors and persons employed by them, as they are for acts and omissions of persons directly employed by them. Any work or service to be performed by a subcontractor must have the prior approval of the County. The County reserves the right to approve, disapprove or dismiss any sub -contractors. Rejection of any subcontractor shall not entitle the successful bidder adjustment of bid prices. The successful bidder shall inform the County prior to scheduling any subcontractor's visit to any County facility. Failure by the successful bidder to have a subcontractor approved by Miami Dade County will not relieve the bidder of the responsibility to meet, comply with, and fulfill all of the terms and conditions of this contract. Nothing contained in this bid solicitation shall be construed to create any contractual relationship between any sub -contractor and the County. 2.12 MIAMI-DADE COUNTY LIVING WAGES If the total contract value, per year, exceeds $100,000 the provisions of Section 2-8.9 (Living Wages) of the Code of Miami -Dade County (Code) as amended by Ordinance (Governing Legislation), will apply. A copy of this Code Section may be obtained online at ww,v.miamidade.gov. A copy of the Administrative Order may be obtained online at httr://www.miamidade.qov/aoodfdoc/aoodf/pdffiles/A03-3p.pdf. 2.13 LIMITATION OF OPERATIONS No work shall be done between the hours of 6:00 P.M. and 6:00 A.M except when such work is necessary for the proper care and protection of the services already performed, and when permission to do such work is secured from the County designee, project manager and/or representative. 2.14 NOTIFICATION PRIOR TO COMMENCEMENT OF WORK The County will give a minimum lead time of ten (10) business days to the successful bidder(s) prior to the desired starting date for any specific assignment; provided however, that such notification shall be superseded by any emergency work that may be required in accordance with provisions included elsewhere in this solicitation and resultant contract. When possible, longer lead times will be given. 5/5/2017 12:40 PM p. 10 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment SECTION 3 — TECHNICAL SPECIFICATIONS 3.1 SERVICE LOCATIONS All services for all groups under the resultant contract shall be completed at the provided site addresses unless otherwise indicated: Miami -Dade County Fire Rescue Department North Fire Shop 8010 NW 80th Street Miami, FL -OR- Miami-Dade County Fire Rescue Department South Fire Shop 6000 SW 87th Avenue Miami, FL 3.2 MIAMI-DADE COUNTY RESPONSABILITIES A. Service location will include a water source, if needed. B. Any known defects or possible hazards will be disclosed to the awarded bidder(s). 3.3 SERVICES Group 1: Fire Hose Services The awarded bidder shall provide all fire hose services requested as set forth by the NFPA that are pertinent to fire hose testing such as, but, not limited to: • NFPA 1961: Standard on Fire Hose • NFPA 1962: Standard for the Care, Use, Inspection, Service Testing, and Replacement of Fire Hose, Couplings, Nozzles, and Fire Hose Appliances • NFPA 1963: Standard for Fire Hose Connections The awarded bidder shall, at a minimum, perform all fire hose services following all aforementioned NFPA standards, as well as the following: 1. Provide all pertinent equipment necessary to inspect, test and/or repair fire hoses 2. Establish and provide all components necessary for a hose inventory and service record system for all hoses serviced under the contract. The applied inventory & records system shall be a universal waterproof bar code label utilized to identify the equipment by unit and station number. The bar code shall also provide as a permanent record to track inspection and service test data. *NOTE: Under no circumstances will the awarded bidder handwrite an inventory system on the equipment 3. Perform a visual inspection of all hoses prior to testing for signs of fraying or other imminent failure. Any hoses failing visual inspection, the awarded bidder shall notify the County in order to determine whether to proceed with a repair, testing, and/or removing the hose from service. 4. Unload hose off of fire apparatus before testing services commence and roll/re-rack hose back onto fire apparatus upon hose testing completion. 5/5/2017 12:40 PM p. 11 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment 5. Unload stock supply hose from the County pallets, test, and roll/re-rack and place back on pallets upon hose testing completion. The County will be responsible for moving/transporting of pallets. 6. Conduct a physical pressure test. No hose shall be tested over 400 PSI (pounds per square inch). 7. Check all couplings for proper amount of lubrication and lubricate as needed. Lubrication must be 100% silicone and approved by the hose manufacture. 8. Check and replace all gaskets as needed 9. While the inspection and testing services are in progress, notify the County of any fire hose failing standard requirements in order to determine whether to repair, re -test, or remove from service. If the County determines that a hose should be removed from service, the awarded bidder is to roll and re - rack the hose onto a pallet labeled "Discard" that will be provided by the County. 10. Provide tags and all other components necessary in order to tag and remove from service all hoses failing standard requirements. Group 2: Fire Apparatus Pump Services The awarded bidder shall provide all fire apparatus services requested as set forth by the NFPA that are pertinent to fire apparatus pump testing such as, but, not limited to: • NFPA 1901: Standard for Automotive Fire Apparatus • NFPA 1911: Standard for the Inspection, Maintenance, Testing, and Retirement of In -Service Automotive Fire Apparatus • NFPA 414: Standard for Aircraft Rescue and Fire -Fighting Vehicles The awarded bidder shall, at a minimum, perform all fire apparatus services following all aforementioned NFPA standards, as well as the following: 1. Provide all pertinent equipment necessary to inspect, test and/or repair fire apparatus pumps 2. Test three (3) units per day 3. Test and calibrate gauges twenty-four (24) hours prior to apparatus pump testing 4. Check that pump transmission engages and that the engine transmission is in the proper gear 5. If the engine that drives the pump also drives a fixed power source, that engine needs to be able to power the fixed power source at a minimum of 50 percent of its rated capacity while the pump is operating at rated capacity. Older fire apparatus might or might not have the engine horsepower to run both simultaneously. When the same engine drives both the pump and the fixed power source, the capability to run both should be examined so the County will know the capability of the apparatus. 6. Check packings for leakage and correct as needed 7. Check all discharges for leakage (under pressure) 8. Check for leaks in all valves, drains, pipes and fittings 9. Check that all intake strainers are present and in proper condition 10. Check that pump transfer valve is functional 11. Determine if the pressure relief control system is functioning properly 12. Check pump transmission oil and primer oil level 13. Check if all pressure gauges are displaying within 10 PSI of actual pressure 14. Check primer operation with a dry vacuum test 15. Supply and provide the County with "Pump Test Worksheet" which will list any out of service equipment or suspected malfunctions that are detected. 16. While the inspection and testing services are in progress, notify the County of any fire apparatus pump failing standard requirements in order to determine whether to repair, re -test, or remove from service. 5/5/2017 12:40 PM p. 12 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment Group 3: Ground Ladder Services Submitters under this prequalification pool will be utilized to provide inspection, testing and/or certification services on ground ladders on an as needed basis as set forth by the following NFPA, but not limited to: • NFPA 1911: Standard for the Inspection, Maintenance, Testing, and Retirement of In -Service Automotive Fire Apparatus • NFPA 1932: Standard on Use, Maintenance, and Service Testing of In -Service Fire Department Ground Ladders (2010) Group 4: Aerial Device Services Submitters under this prequalification pool will be utilized to provide inspection, testing and/or certification services on aerial devices on an as needed basis as set forth by the following NFPA, but not limited to: • NFPA 1914: Standard for Testing Fire Department Aerial Devices 3.4 FINAL TEST DOCUMENTATION The awarded bidder shall provide at a minimum: 1. Implement, provide and maintain all records and reports resulting from the testing, inspection and/or certification of fire equipment and shall provide said documentation to the County upon request. Documentation shall be provided in a Data File Program such as Microsoft Excel or Equivalent Microsoft Compatible File. Should an Equivalent Microsoft Compatible File be used, the Awarded Bidder must obtain approval by the County prior to any commencement of service. 2. An electronic "Completion of Test Report/Certificate of Inspection" shall be provided to the County within twenty-four (24) hours upon testing and inspection service completion. This report shall indicate, but not be limited to the following: • Listed determination of "Pass" or "Fail" of equipment • Make/Model/Year of Equipment • Equipment Serial No. • Assigned Miami -Dade County Equipment/Asset Number • Date of inspection/test (Month, Date, and Year) • Condition of the equipment • Service test pressure • Diameter (Where Applicable) • Length (Where Applicable) • Recommended minor/major repairs necessary during the term of the contract. • Itemize any replacement parts required for the repairs and indicating unit prices. Any repairs and replacement of parts shall require approval of the department prior to proceeding with the work. • List recommendations addressing irregularities observed that may or may not be addressed in the pertinent NFPA standard, but are believed to violate industry standards or compromised safe operating practices. 3.5 RE -INSPECTING AND/OR RE -TESTING Should any device require re -inspection and/or re -testing due to minor defects which were not disclosed by the awarded bidder(s) while the initial inspection/test was in progress, at no additional cost to the County. 5/5/2017 12:40 PM p. 13 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment SECTION 4 — BID SUBMITTAL FORM FIRM NAME: QUALIFICATION CRITERIA TO BE COMPLETED BY ALL BIDDERS OR SUBMITTERS Refer to Section 2.4.1 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Bidder Or Submitter Requirements 2.4.1.A Designated company representative(s) name: Office Address: Phone Number: E-mail address: 2.4.1.E Bidder(s) or bidder's subcontractor must have demonstrated five (5) year experience in providing fire equipment testing, inspection, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Fire Department clients. The letters shall contain the Metropolitan Fire Department's name, representative(s) name, title, phone number, and e-mail address. ❑ Acknowledgment: Yes, my firm has 5 + years of experience and has provided at least two (2) letters of reference from Fire Department clients. ADDITIONAL QUALIFICATION CRITERIA TO BE COMPLETED BY GROUP 2 BIDDERS — FIRE APPARATUS PUMP SERCVICES Refer to Section 2.4.2 to ensure that your firm's responses and attachments comply with solicitation requirements. Bidder(s) must submit ONE of the following: Reference Bidder Requirements 2.4.2.A Bidder must be a Level II or III EVT Technician Technician Name: Certification Date: Expiration Date: Copy of the certification shall be provided with the bid submittal -OR- 2.4.2.6 Bidder must be accredited by the ISO/IEC 17020 Certificate Number: Valid To Date: Copy of the accreditation shall be provided with the bid submittal 5/5/2017 12:40 PM p. 14 Miami -Dade County Solicitation FB-00583 SOLICITATION TITLE: Services for Various Specialized Fire Equipment ADDITIONAL QUALIFICATION CRITERIA TO BE COMPLETED BY GROUP 4 SUBMITTERS — AERIAL DEVICE SERVICES Refer to Section 2.4.3 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Submitter Requirements 2.4.3 A Submitters must be a Level II OR III NDT Technician Technician Name: Expiration Date: Copy of the certification shall be provided with the bid submittal TO BE COMPLETED BY GROUP 1 BIDDERS — FIRE HOSE SERVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION UNIT PRICE 1 600,000 Per Foot Inspection, testing and certification services of various sizes of fire hose $ Per Foot TOTAL: $ TO BE COMPLETED BY GROUP 2 BIDDERS — FIRE APPARATUS PUMP SERCVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION UNIT PRICE 1 39 Each Fire Apparatus Pump Inspection, Testing and Certification services $ Per Each 2 15 Each Fire Apparatus Pump Testing, Inspection, and Certification on an apparatus that has an engine that drives the pump and also drives a fixed power source $ Per Each TOTAL: $ 5/5/2017 12:40 PM p. 15 Miami -Dade County Solicitation FB-00583 Miami -Dade County Procurement Management Services Solicitation Submittal Form 111 NW 1` Street, Suite 1300, Miami, FL 33128 Solicitation No. FB•00583 Solicitation Title: Services for Various Specialized Fire Equipment Legal Company Name (include d/b/a if applicable): Federal Tax Identification Number: If Corporation • Date Incorporated/Organized: State Incorporated/Organized: I I Company Operating Address: City Zip Code State Remittance Address (if different from ordering address): City State Zip Code I Company Contact Person: Email Address: Phone Number (include area code): Fax Number (include area code): Companys Internet Web Address: r 1 Pursuant to Miami -Dade County Ordinance 94-34, any individual, corpo ation, 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 only if the Bidder has such conviction to disclose to comply with this requirement. ()CAI PRFFFRFNCF (:FRTIFICATION• For the purpose of this certification, a "local business' is a business located within the limits of Miami -Dade the two counties) that has a valid Local Business Tax Receipt, issued of Miami -Dade County from which business is performed; and way. This may include, but not be limited to, the retention and tax base. for Local Preference. Failure to complete this certification at this Local Preference. County (or Broward County in accordance with the Interlocal Agreement between by Miami -Dade County; has a physical business address located within the limits contributes to the economic development of the community in a verifiable and measurable expansion of employment opportunities and the support and increase to the County's .(] Place a check mark here only if affirming the Bidder meets the requirements time (by checking the box above) may render the vendor ineligible for LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION:_ For the purpose Business whose 'principal place of business" is in Miami -Dade County or Broward counties. D Place a check mark here only if affirming the Bidder meets requirements complete this certification at this time (by checking the box) may render The address of the Locally -headquartered of this certification, a "locallyheadquartered business" is a Local County in accordance with the Interlocal Agreement between the two for the Locally -Headquartered Preference (LHP). Failure to the vendor ineligible for the LHP. office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local to bid submission is certified by the State of Florida Department of of the Florida Statutes. Veteran Business Enterprise. A copy of the certification business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior Management Services as a veteran business enterprise pursuant to Section 295.187 El Place a check mark here only if affirming the Bidder is a Local Certified must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) 5/5/2017 12:40 PM p. 16 Miami -Dade County Solicitation FB-00583 A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is your firm a Miami -Dade County Certified Small Business Enterprise? Yes E] No El If yes, please provide your Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space:( . In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed an the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. By.submitting a bid pursuant to this solicitation, you agree thatall such materials may_b.e_considered to be_public records. .The Bidder ghall not submit any information in resoonse to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date Type or Print Name Type or Print Title THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date I Type or Print Name 5/5/2017 12:40 PM p. 17 Miami -Dade County Solicitation FB-00583 Type or Print Title 5/5/2017 12:40 PM p. 18 Miami -Dade County Solicitation FB-00583 MIAMI•DADE FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2.8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date 5/5/2017 12:40 PM p. 19 Miami -Dade County Solicitation FB-00583 SUBCONTRACTOR/SUPPLIER LISTING (Mami-Dade County Code Sections 2-8.1, 2-8.8 end 1034) Name of Bidder/Proposer. I FBN No. n accordance with Sections 2-8.1 2 -83 and 10.34 of :he Miami -Dace County Cale. this form nest oe submitted as a "_odibon of award by all 3ideersProposers on Canty contracts for purchase ncNdng proressonal sennces which involve expenditures of S100.000 N more. and al Proposers on County or Public Health Trust construction contracts which mvole expenditures of $100.000 or awarded this contract shall not change or subsltue first tier subcontractors or direct suppliers or the portions of the contract work to he performed of materials to be supplied from those identified. :ounly, The Bidder/Proposer should enter the word 'NONE' under the appropnate heading or this form 1 no subcontractors a suppliers will be used on the contract and sign the form below. In accordance with Crdinance No. 11.90. an entity contracting with the County shal report the race. gender and ethnic origin of the owners and employees of al first tier subcontractas/suppliers. Bidder:Proposer demonstrates to the County ono to award that the race. gender. and ethnlb information is not reasonably evadable el that time. the BidderP,cooser shad be oblicaled :o exercise Agent or supplies. matena1s or services. more. The Bidder/Proposer who except upon wntten approval of the In the event Mal by recommended is efforts to obtain that information Ind provide die same to the County not Mier than ten (101 d ys after it becomes available and, m any event, pmar to final payment under Ile =tract . Vaasa duelicate this ror-r if additional Space 0 needed 1 Business Name and Address or Frei Tie grecl Supplier OMn�ci Supplies/ Materials/ Services to be Provided by Supplier Principal owner (Enter the number of male and female owner y raeaMhnicity) Employee(s) (Enter the number of male and female employees end the number of employees by mcelethnicilyl M F White 01act Fespanic AsieNPenfic Islander Neale American/ Native Alsscen Other M F While Black Hispanic kswWecc& blender Nerve American/ Native Alesken CAN I ! f f- f- f- (Enter (Enter 3usir.azs Name and Address of First Tier Subcontractor/ Subconsultant Principei Owner Scope of Work m be Performed by Subcontractor/ Suheonsullalnl le and I Owner the number of male and 1 male owners y ncelethnicky) Empl0 cp) the number of male and female employees end the number of I dethmci emp oye by rr tel M F While Black Kspanic Asien/Pmfic blander Wave American/ Nedve Alaskan Clher M F White Black Hispanic Asm1Psd¢ blander Name American/ Wive Alaskan Olhi I ( I I I. I I I LIMark here if race. gender and ethnicity information is not available and will be provided al a later dale. This data may be submitted to contracting department or on-line to the Smell Business Development of the Internal Services Department at nonlhrnw.niamadaa ambusinessNusia deaelopmenl-contrects.esp. As condition of final payment, Bidder/Proposer shell provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at hitp'rtavow.miemtdede.govibusiness/libreryRarms/subconirecton.peyment.pol I candy that the representations containedin this Subcoubaclor,Supplier listing are to the best of my knowledge rare and accurate. Signature of Bidder/Proposer Print Name Print Title Date 5/5/2017 12:40 PM p. 20 Miami -Dade County Solicitation FB-00583 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: Federal Employer Identification Number (FEIN): f r Printed Name of Affiant Name of Firm Address of Firm Notary Public - State of Printed Title of Affiant Signature of Affiant State Notary Public Information County of Date Zip Code Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 5/5/2017 12:40 PM p. 21 Miami -Dade County Solicitation FB-00583 Question and Answers for Solicitation #FB-00583 - Services for Various Specialized Fire Equipment iiltiAtA Overall Solicitation uestions- There are no questions associated with this Solicitation. 5/5/2017 12:40 PM p. 22 INSURANCE REQUIREMENTS Bid No.: TERiM CONTRACT ❑ SINGLE ACQUISITION CONTRACT Procurement Agent/Technician: Debra Butler at 305-375-5663 ** Bid Title: Services For Various Specialized Fire Equipment (340-56) Date: July 2. 2019 AFFIDAVITS -❑YES - ❑NO Contract Value: S 150.000.001 New Bid❑ OTR® Contract Period: 7/1 /20 I 9 through 6130/2020 ❑UPON COMPLETION BCC Approval Date: MD Approval Date: 7/112019 PERFORMANCE BOND AMOUNT: S INSURANCE TYPE: * 1(Oue) Firm FED ID # Ins A rvd PB PB S Amount Apprvd Fire Catt LIc 2080I4947 V '7'taiq N S UI LIc 943282454 V N S $ S S $ $ ' $ S $ $ S S $ S Remarks: ❑ BID REQUIREMENTS FOR THIS DID HAVE (c-b1ds and contracta`trtr leters'euturante rawest duel ISD Risk Management- Insurance Certificates Page 1 of 1 ISD Risk Managernent Insurance Certificates ►.) Main Mann View Contract Coverage Data See Cov Note31Remarks &Print * Contract Number: FB 005:833 !Services for Various Specialized Fire Equipment Type: I I Rating: NEWA- Active: fJ Expiration: i /30/2019 i Department: 012JPROCUREMENT MANAGEMENT SERVICES DIII Contractor Number. 13528 'Fire Catt, tl.0 Coverage Status: 1)Act e 0Inactive Active: E328973 Clause BOC ins. Agent Ins. comp" mp. Rating Corr. Start cw. Fad Ptev. Stab Prev. End TUpdadvd Updated .�u 3 l` irw"72 i id2b,12919 ACR= Axl Ci,�ii/Yfl'<il—-��42:3i t t +S'Si Qd O az „ACRU2 Ax] ,^L'iLr2fliil 32 rCQQ i}ac�3Z �i/2E/201g ACRUZ `axt �Oiii1/?4� pt42:3s Cancel http://s0143970/InsCertiTracking/VEW CTRACOVDetail.aspx?atg1=28973&arg2=FB-00._ 7/212019 FAML953O V5. 1 LINK TO: M I A.M I -DADE COUNTY 5.1 ONLINE FAM I S SYSTEM VENDOR MA I L CODE 07/02/2019 2:02 PM VENDOR NUMBER: VENDOR SUFFIX: MAIL CODE HEADER STATUS: A ATTN LINE 1 : ATTN LINE 2 : ATTN LINE 3 : STREET CITY COUNTRY REGION COUNTY CONTACT NAME : E-MAIL PHONE FAX : TOLLFREE • F 1-IIELP F; -DETAI L G014 - RECORD FOUND FIRE CATT LLC PURCILRSE ORDER CREATE DATE: CREATED BY : DETAIL STATUS: A DPM REGISTER: A UPDATE DATE: UPDATED BY : 01/28/2015 RUTHL 01/28/2015 RUTHL STATE: .: ZIP: 480S4 C\TIED STATES LAST BID LAST PO : 11/28/2018 F2-SELECT FED TAX/SSN: * * * : * -r FED TAX IND: * F3-DELETE F4-PRIOR FY-LINK F10-SAVE F5-NEXT F6-HEADER F11-MORE 1~ AMLO33O 4 5. 1 LINK TO: M I AM I -DADE COUNTY 5.1 OIL I NE FAM I S SYSTEM VENDOR MAIL CODE 07/02/2019 2:03 PM VENDOR NUMBER: VENDOR SUFFIX: MAIL CODE : HEADER STATUS: A'ITN LINE 1 : ATTN LINE 2 : AI'IN LINE 3 : STREET CITY COUNTRY REGION COUNTY CONTACT NAME : E-MAIL PHONE FAX _ TOLLFREE t 1-IIELP Ft -DETAIL G014 - RECORD FOUND • • 1 UL LLC PURCHASE ORDER DETAIL STATUS: A UNITED STATES F2-SELECT F3-DELETE FD-LINK CREATE DATE: CREATED BY DPM REG I STER : A UPDATE DATE: UPDATED BY : STATE: f', ZIP: 60t)6_ LAST BID LAST PO : 03/05/2019 FED TAX/SSN: ********* FED TAX IND: * F4-PRIOR F 1O--SAVE 09/13/2012 HV I CK I 06/ 12l2014 ALIC F5-NEXT F6-HEADER Fi I -MORE Miami -Dade County , Procurement Management Page 1 of 1 Project Administration (Roslyn H. Alic-Batson online) Application. ► ; Requisitions ► Award ► ; Modifications ► Contact Us j Log Off t1t3a�stiFd�tibgal► osaav OTR Processing C r__a_t_ F&00583 i Req ®i71 $4: A6v Value--$000, 00 Title _SERVICES FOR VARIOUS SPECIA iED-Fi to El:AIL tEN7 Awd Value , $150,000.00 Elf Date . 07/01/2018 Exp Date 06/3O/20'i9 _-_ _ Agent Name . Debra Butter- _ .j Gurr Va(t a 5150,1300.00 Current Option Term : r 0 of 5 Having a term of 12 MontNs} each Send Notifications Cit Here to view Refuting ljstro Regort OTR Response OTR Details Attachments Apptosels __ .Routed to Roslyn H. Aac-Batson by Jeanise Cummings-Latxssiere on Tfti2019 4 52.19 PM . Approved by Lydia Osborne on 7r1r2019 3'52:29 PM Department FRIFire tiser Liaran-eia Beancourt Stat is Pf9Cfisen?6fi: 7dS,..• Date Date Notified Responded Pending 5,/17:2019 8;6=1913259 3-3S 13 Pt.1 PM Select Department t.iasons to Notify Department Audit InfvTi' Send NotiScaBon Click here to see Notification Alerts( ..) Name: Horne Priv3ev Sj3remert I D=sdaimer I Using Oi,,r Sate ( About W I Prime D+rk. I mac"► w Us O 2007 Mini -Dade County. A,1 rights reserved https://intra8.miarnidade.govlApps/ISD/eProcurementfOTRProcessing.aspx?Bid Nam.. 712/2019 Miami -Dade County , Procurement. Management Page 1 of 1 Project Administration (Roslyn H. Alic-Batson online) Appllcatron ► Requisrt,ons ► ; A,var 1 ► ; M dtrications ) p Contac+ Us ! Log Off OTR Processing c"tra:t_s F0-00583 Reg q 101700084 Aar. Value' 3930.000 00t Title • SERVICES FOR VARIOUS SPECIALI7Fn FIRE EQUIPMENT Amid Value : S150,000.00 Ef.Cate 07/0112018 Exp. Cate . 06130/2015 Agent Name : Detra Butter Curr.Vau:e . S 150 00G 00. Current Option Term • 0 of 5 Having a term of 12 1MAonl! s each Send Ncaficatiors OTR Response OTA Coeds CtiCk tent: fo mew Routn..t4 Attachments Apprarats — Department -- -I Fire Ma^ neisg+vtncour. $150.00000 .— $117.740.00 1150.00000 $150.000 00 Appuosied Unallocated 10.00 Totals $150,000.00 5117,740.00 S150,000.00 S150,000.00 I Unalloloce ed Flouts SO00 t Total: 3150.000.00 : Audi info-1 Response Department' Response: Funding Source Comments Approval Allocation : I ' Funding Source : Chi heta to view item; Selected Funding Source : ' Justification : Allocations ' Allocation • Notes User tare Reg. Atloc reion Save Additional Allocation ° Reduced Alkxatmn "I Sae ! Au0it Info. j Hama I Rrrractl 5!iiTrrre"-t i Pf.scW77 A64t0.U4 +9ti�Ott4 t f i M is20071Aisrrn-Oade County Ai nips me us& M https://intra8.miamidade.goviApps/ISD/eProcurement/OTRProcessing.aspx?Bid Number 7,2/2019 Miami -Dade County , Procurement Management Page 1 of 2 Project Administration (Roslyn H. Alic-Batson online) Application ► I Requisitions ► j Award ► ; Modifications ► I Canted Us l g Off OTR Processing t.^ - `#-- F Req S. WM0084 Title SERVICES FOR VARIOUS SPECIALIZED FIRE EQUIPMENT Eff Date ,07/01/20181 Exp Date . y061019 Agent Name : ibeb a Butter Current Option Term : !0 of. 5 Having a term of 12 Month(s) each Send Notifications -1 misnwtdads ge v, .0 GSLaNt AGv Val` - dXiO Avid Value $150.000.06 Curt Value 0,50,000.00' herein view Rolmng Hat�iZeoor. OTR Response OTR Details Attachments Approvals r j Click here to Hide Awarded Vendors Awarded Vendors Move to Inuirance Ttamtatttal 0 0 0 Vendor Fern Suffix Notified Notification tnciude'n jeztrance to Vendors Next OTR Required > FIRE CATT Lt.0 ul. ILC 208C1a9-17 01 Yes Lj 94328:454 01 Yes a E1 E OPTIONAL- Vendor Notifcabon of intent to exercise OTR Other Subject Message : i r Save ii Audit ktfo. i Email Addresses Performance Bond • Pert.Bond Required : Insurance Requited : Please seperate multiple enmrt address wdh semi coven No Q No New Contracts . IFS-00583-1 Q Yes r Yes • Eff.Date Send 7/112019 Amount iS0 00 • G R I • Exp Date 6/30/2020 ' BCC approval required (If OTR will bring cumulative contract value over SIM or over Si00K) - tyJ No 0 Yes • BCC approval previously received.(Copy d agenda item attached) € No 0 Yes Other. https://intra8.miamidade.gov/AppsfISD/eProculrementiOTRPracessing.aspx?Bid Number--... 7/2/2019 Miami -Dade County , Procurement Management Page 2 of 2 I Savings 1 Savings Thru Negotiations 2. Savings Cost Reductions . !so.Uo % `0-0O Comments vendors will hold current pricing s0.00 0.00 Comrr nts . )Vendors w+lt hold current Pricing Total OTR Value : (including this OTR and all prior items) f$300.000 00 Market Research See attached SBve I f Audit info He r& 1 '.atom nt j Disciaimet j ', r-a ••%;;_Sal j A_ v. Us j frone. D:rrc'.c-z j Contact Ul 2007 Kam -Dade County All rim reserved, https://intra8.miamidade.gov/Apps/ISD/eProcurement/OTRProcessing.aspx?Bid Number=... 7/2/2019 Miami -Dade County , Procurement Management Page 1 of 1 Project Administration (Roslyn H. Alic-Batson online) Application ! ; Requisitions ► I Award I. I Modifications / I Contact Us ! Log Off OTR Processing c. act FB-00583 Req R• 1)1700084 Title : SERVICES FOR VARIOUS SPECIE FIRE EQUIPMENT Eft. Date : 07/01/2018 Ezp Date 06/3012018 Agent Name • :Debra Butter Current Option Term : 0 of — 5 Having a term of 12 Moruh(s) each. Send Notifications OTR Response OTR Details AttaChmen s Adv Value S900.00O:00; Awl Value $Qa Cuyr Value __ Ckck sere tc view Routtno Hiatpry Resort Approvals .%. Click here for Routing Notifications(_.) ^, Click here to HIDE Approval Panel( Approved By .. ) Approver Title Approved on Behalf of `Approved Date 1 8/24/2019 11:45 21 AM 'lanessa Stroman Prourement Contracting Manager Lydia Osborne Stiategc Procurement Division Director 7/1/2019 3 52:29 PM _ 5 Click here for Add/Edit Comments(..) Transfer Data To BTS Audit Info Hone I Pr+van Statement (Disclaimer I Using Our S41 I epcut Us I Pttctrve. eir • c•- I eta,;. Us O 2007 Warm -Dade County- Alt rgnts reserved. https:/lintra8.miamidade.gov/Apps/I S D /eProcurement'OTRProcessing.aspx?Bid_Number=... 7/2/2019 Date: To: Memorandum May 30, 2018 Carlos A. Gimenez Mayor From: l`ara C. Smith Dikec or Internal Services Department co -r- -r lD Subject: Recommendation for Approval of Contract Award: Services for Various Specialized Fire Equipment Recommendation It is recommended that the County Mayor approve award of a contract for the purchase of services for various specialized fire rescue equipment for the Miami -Dade Fire Rescue Department. CONTRACT NUMBER: CONTRACT TITLE: TERM: METHOD OF AWARD: PREVIOUS CONTRACT NUMBER, AMOUNT AND TERM: CONTRACT AMOUNT: FB-00583 Services for Various Specialized Fire Equipment One year with five, one-year options to renew Group 1 (Fire Hose Services) and Group 2 (Fire Apparatus Pump Services). Award will be made to the lowest priced responsive, responsible bidder. Group 3 (Ground Ladder Services) and Group 4 (Aerial Device Services). All responsive, responsible bidders who meet the minimum criteria set forth in the solicitation will be included in the pool. None $150,000 for the initial one-year term. If the five, one-year options to renew are exercised, the contract's cumulative value will be $900,000. BACKGROUND: The County will utilize this contract for the purchase of all necessary labor, transportation, material, and equipment to furnish a comprehensive system for the inspection, testing, and certification of various specialized fire rescue equipment. This contract will ensure fire rescue equipment meets minimum life safety standards, fire code provisions such as the National Fire Protection Association and Florida Fire Prevention codes adopted by the State Fire Marshal, and applicable local municipality regulations to reduce life safety liability. The awarded vendors are not local. The services are highly specialized and no local bids were received. Eight vendors responded to the solicitation, of which four were "No Bids". For Group 1, the bidder offering the lowest price is recommended for award. The County received a sole response for Group 2, and that vendor did not meet the minimum requirements. Therefore, Group 2 will not be awarded. Groups 3 and 4 are prequalification pools. Inclusion in the pools require bidders to meet the requirements outlined in Carlos A. Gimenez, Mayor Recommendation for Approval of Contract Award: Services for Various Specialized Fire Equipment Page 2 subsequent spot market quotations. For Group 3, two bidders are being recommended for inclusion in the pool and for Group 4, a sole bidder is recommended for inclusion in the pool. Groups 3 and 4 will remain open to allow additional vendors to be added during the pool term. USING/MANAGING AGENCY AND FUNDING SOURCE Department Allocation Funding Source Pool Manager Fire Rescue $150,000 Fire District Marianela Betancourt Total: $150,000 VENDORS RECOMMENDED FOR AWARD Awardee Principal Address Local Address Principal AWARD Fire Catt, LLC 3250 West Big Beavor Road, Suite 544 Troy, MI None Marc Radecky Groups 1 and 3 UL, LLC 333 Pfingsten Road Northbrook, IL None Thomas Hillenbrand Groups 3 and 4 VENDORS NOT RECOMMENDED FOR AWARD Vendor Reason For Not Recommending American Safety Utility Corporation No Bid* Azcue South Dade Electrical Supply Sunset Survival & First Aid, Inc. FireOne Group 1: Higher than the lowest bidder. Group 2: Did not provide the required documents for award. Groups 3 and 4: Did not submit the required documents to satisfy the prequalification criteria. Upon submission of the required documents, the vendor may be added to the pool. Waterway of Central Florida, LLC Groups 3 and 4: Did not submit the required documents to satisfy the prequalification criteria. Upon submission of the required documents, the vendor may be added to the pool. *A "No Bid" means the vendor responded indicating that it will not be providing an offer. PERFORMANCE DATA: There are no performance issues with the recommended vendors. COMPLIANCE DATA: There are no compliance issues with the recommended vendors. CONTRACT MEASURES: Bid Preference LIVING WAGE: The Living Wage applies. USER ACCESS PROGRAM: The two percent User Access Program provision applies. LOCAL PREFERENCE: The Local Preference applies. PROCUREMENT MANAGER: Jessica Tyrrell Carlos A. Gimenez Mayor \Q 1 JO►� Date i .iseph, Alonzo (ISD) From: Joseph, Alonzo (ISD) Sent: Monday, January 08, 2018 12:14 PM To: 'Marc Radecky' Subject: COLLUSION AFFIDAVIT - Bid No. FB-00583 (Services for Various Specialized Fire Equipment) Attachments: Collusion Affidavit_.pdf Importance: High Tracking: Recipient Delivery Read 'Marc Radecky Clerk of the Board (COC) Delivered: 01/08/2018 12:14 PM Read: 01/08/2018 12:47 PM Dear Vendor(s): In accordance with Sections 2-8-1.1 and 10-33.1 of the Miami -Dade County Code as amended by Ordinance 08-113, the recommended bidder(s)/proposer(s) are requested to submit the attached Collusion Affidavit. Please submit the attached collusion affidavit within two (2) business days from the date of this email. In order to assist you in completing the attachment, listed below are the vendors that have responded to the subject solicitation. Respondents to this solicitation: • Azcue • American Safety Utility Corporation • FireCatt • FireOne • South Dade Electrical Supply • Sunset Survival & First Aid, Inc. • Waterway of Central Florida, LLC Any bidder/proposer that fails to submit the required affidavit shall be ineligible for award. Sincerely, Alonzo Joseph Procurement Contracting Officer 1 Miami -Dade County, Internal Services Department 111 NW 1st Street, Suite 1300, Miami, FL 33128 Phone No. (305) 375-2774 www. miamidade. qov/internalservices Connect With Us on Twitter Facebook I Instagram 1 St. Louis Park MINNESOTA 1�'r"i; 1'Gp CIF- lit 7;•— Yk. 1 October 3, 2017 Alonzo Joseph Procurement Contracting Officer 1 Miami -Dade County, Internal Services Department 111 NW 1st Street, Suite 1300, Miami, FL 33128 Mr. Smith 1 am providing this letter of reference on behalf of FIRECATT per Section 2.4.1 (B) of your process. 1 have worked with this company and their exceptional staff since 2010. In that time FIRECATT has shown an amazing capacity to adapt to a wide variety of customer demands and service requests. As their business expanded in the State of Minnesota they invested in the resources necessary to meet customer expectations. They have proactively developed solid relationships with the departments and their staff to build trust and to manage challenges head on. Any department who is looking to streamline this process, improve firefighter safety and increase the level of confidence they have in the reliability of their equipment should develop a business relationship with this company. From the top of the organization to the technicians who do the testing FIRECATT takes its customers satisfaction seriously. Good luck with your process, if I can be of any assistance do not hesitate to call me. Sincerely, Steve Koeryig Fire Chief4City of St. Louis Park" 3750 Wooddale Ave. S , St. Louis Park, MN 55416 Office: 952.924.2596 Cell Phone:612.790.4019 t (� r,A-�\ V % 4, Q r t C l C �C+dt _' A e 5 A-Ik ' I S4evc. Ma; \ ke,6in`C/i) \ 00 s Ks oco) Joseph, Alonzo (ISD) From: Harvey, Mark T. <Mark.Harvey@indy.gov> Sent: Friday, May 12, 2017 10:33 AM To: Marc Radecky Subject: Letter Recommendation Importance: To Whom it ryray concern, High Since 2013, FireCatt has been the supplier of choice to test fire hose for the City,of Indianapolis Fire Department (IFD). IFD has approximately 200,000' of fire hose that FireCatt tests and reloads in 16 days. FireCatt is fast, efficient, professional and their patented technology provides accurate, scientific test results and data; for us that translates into peace of mind. This process has saved I.F.D. not only thousands of dollars but also continuing to keep an organized list of All of the fire hose on I.F.D. I would recommend FireCatt's precision fire hose testing service to anyone considering outsourcing, and welcome to contact me. Mark T. Harvey Battalion Chief Capital Projects Manager ' Indianapolis Fire Department Department of Public Safety 955 Fort Wayne Av. Indianapolis, In. 46202 Phone 317-327-7005 Cell 317-519-3068 harvey.mark@indy.gov INDIAMAPOLIS Joseph, Alonzo (ISD) From: Marc Radecky <mradecky@firecatt.com> Sent: Wednesday, October 18, 2017 10:30 AM To: Joseph, Alonzo (ISD) Subject: RE: FireCatt Additional letter RE: FB-00583 Attachments: City of Indianapolis FD - 2013 Report (Engine Sort).xls; Copy of Indianapolis FD - 2014 Report (Engine Sort).xls; City of Indianapolis FD - 2015 Report.xls; Letter Recommendation; City of Indianapolis FD - 2016 Report.xls; City of Indianapolis FD - 2017 Report.xls Joseph, Per our discussion you find the letter from St Louis Park Fire Department acceptable. The Letter for City of Indianapolis is in question (attached). Please see attached documentation to support the Indianapolis letter which states we have been testing them since 2013. d U &) CV v(cc fS So 2013, 2014, 2015, 2016, 2017 represents 5 years of testing. I have attached the actual test reports from the 5 years of testing completed in May/June of each year. I believe with these (2) letters and supporting information 1 have met your requirements. Please advise. Sincerely, Marc Radecky President 248-318-3811 mobile/direct FIRE6ATT) Precision Service Testing www.firecatt.com 3250 W. Big Beaver Rd. Suite 544 Troy, MI 48084 248-643-7200 office 248-643-4540 fax From: Joseph, Alonzo (ISD) [mailto:Joseph.Alonso@miamidade.gov] Sent: Wednesday, October 18, 2017 10:10 AM 1 Joseph, Alonzo (ISD) From: Joseph, Alonzo (ISD) Sent: Thursday, May 17, 2018 10:48 AM To: 'skoering@stlouispark.org' Subject: FireCatt Reference Letter Good morning Mr. Koering, I am Alonzo Joseph with Miami -Dade County procurement and I am contacting you in regards to a reference letter your provide for FireCatt. Can you please advise if the services received from FireCatt included Ground Ladder Testing? Tha nks, Alonzo Joseph Procurement Contracting Officer 2 Miami -Dade County, Internal Services Department 111 NW 1st Street, Suite 1300, Miami, FL 33128 Phone No. (305) 375-2774 www.miamidade.gov/internalservices Connect With Us on Twitter I Facebook (Instagram 1 Miami -Dade County MIAMI-DADE Solidtation FB-00583 Miami -Dade County Procurement Management Services Solicitation Submittal Form 111 NON 1" Street, Suite 1300, tviiami, FL 33128 Solicitation No. FB-00583 Solicitation Title: Services for Various Specialized Fire Equipment Legal Company Name (include d/bla if applicable): Federal Tax Identification Number: UL LLC I 94-3282454 If Corporation - Date Incorporated/Organ ized: State Incorporated/Organized: 9/17/1997 L Delaware Company Operating Address: City State Zip Code 1 333 Pfingsten Road 1 Northbrook I 60062-2096 Remittance Address (if different from ordering address): City State Zip Code 175 Remittance Drive, Suite 1524 I Chicago l IL 1 60675-1524 Company Contact Person: Email Address: IJames Johannessen ( james.johannessen@ul.com Phone Number (include area code): Fax Number (include area code): Company/s Internet Web Address: www.ul.com 847-272-8800 1 Pursuant to Miami -Dade County Ordinance officer, director, or executive who has entering into a contract with or receiving 94-34, any individual, corporation, partnership, joint venture or other legal entity having an been convicted of a felony during the past ten (10) years shall disclose this information prior to funding from the County. mark here only if the Bidder has such conviction to disclose to comply with this requirement. • Place a check ) (1(:AI PRFFFRFN(:F CFRTIFICATIf1N- For the purpose of this certification, a "local business° is a business located within the limits of Miami -Dade the two counties) that has a valid Local Business Tax Receipt, issued of Miami -Dade County from which business is performed; and way. This may include, but not be limited to, the retention and tax base. for Local Preference. Failure to complete this certification at this Local Preference. County (or Broward County in accordance with the Interlocal Agreement between by Miami -Dade County; has a physical business address located within the limits contributes to the economic development of the community in a verifiable and measurable expansion of employment opportunities and the support and increase to the County's .D Place a check mark here only if affirming the Bidder meets the requirements time (by checking the box above) may render the vendor ineligible for LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a 'locally -headquartered business" is a Local County in accordance with the Inter -local Agreement between the two for the Locally -Headquartered Preference (LHP). Failure to the vendor ineligible for the LHP. office is: Business whose "principal place of business' is in Miami -Dade Counly or Broward counties. D Place a check mark here only if affirming the Bidder meets requirements complete this certification at this time (by checking the box) may render The address of the Locally -headquartered LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local to bid submission is certified by the State of Florida Department of of the Florida Statutes. Veteran Business Enterprise. A copy of the certification business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior Management Services as a veteran business enterprise pursuant to Section 295.187 D Place a check mark here only if affirming the Bidder is a Local Certified must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (!f Applicable) 5/5/2017 12:40 PM p. 16 Miami -Dade County Solicitation FB-00583 A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http:/Iw ew.miamidade.gov/smalibusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE prcgram during the contract may remain on the contract. Is your firm a Miami -Dade County Certified Small Business Enterprise? Yes El No El If yes, please provide your Certification Number: I________ SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this tad through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: I,,____,_,___,,,__. In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOUCITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. By submitting_a_bidp.ursuant tothis_solicitatian,_ o.0 agregthatall sucli.materialsmay be considered to_be_gublic records. The Biddet shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, oroprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date March 18, 2018 - ...._ ._......._. _.____ _ .. . ramp_ /L�JGiLQ.6Q8�L �v _ Type or Print Name Type James E. Johannessen Type or Print Title __ngineering Associate Leepl__________ THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date March 15, 201a • Type or Print Name James E.Johannessen 5/5/2017 12:40 PM p-17 Miami -Dade County Type or Print 'Title Engineering Associate Lead Solicitation FB-00583 5/5/2017 12:40 PM p. 18 Miami -Dade County Solicitation FB-00583 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2.8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. © NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT e%u.;4t4<t2��v Jlgnature March 15, 2018 Date 5/5/2017 12:40 PM p. 19 NONE NIA 111.MI E Miami -Dade County SU0 )NT ACTCPA FP*XR USTOOG (l0ami-Dade Canny Cada Sealianc 2-8.1, 248 w1.110-34) tdars d�ddw,F'lapos� 1 FEN Nal Solicitation FB-00583 namvrWasdb&gbns2H1,2dNad:034,4—0mt...,Cob, Hsfamous* be armsE ma arJtmdaradbrW&fhniTnceses an ChrymMye trpaawa d sage .mltr.eha .dsfNadernd strobes Mich loud.e eoeroirn d)W6,300 or rtae, end dPapara an CsmIr arIVA Ik Taal seneedm aattelcMlM tmaNe expeMLs d ioope0 of Imes The 3-0duFteou.s waded @is wand dal rd dame v uDg3ae 1d to uharirursa died nap)ae mtsa pains of dui rated vuk lobe lvlwresd w mtlwbb lobe nipbb Sala fete idc.4ee, mcypl rpn e d t. :out/.The @OdelAapva rhWdenkrns+wrd'NOIE' vde to eppmpro4 bosky ate 6m, ine almWu.e meepbra dbe and on ev muted sad sir be tam bdoe. b amvrl.>ut.T tirdrons no. 1 I A0. mralrm.Aadiecih he Carer esa rap./9e nee, le end arse n:gisel Men...Adnlulol°m el al f6l Iv aam.eadeseseaden, In he aveN did Fe i.S}frRss.�arcerustbalet leho Nmu b esseitel re meautia Welk ider ban a rat assvdtf adtee al dabre,h Ibuhap=Furcrlsei to atimkd b eta:ie Mbare dices Ie satta:, session, nee is itebrel al he rmiooeni tat temaian sad wend.:se awe Is to GAM, not Wes ten len (IL) Jars a .• i facer=AVM te ad Herr event puts lee PenrtN uMx le allet Wave duplicate Isle rust n addllional epee It nestles!) BYJnea these end Address d fln17ir 04asd SIPPPw pl wd Ne bgp0ad lMwldei SrMaea le be Raided byHess SYpP14r N1a4r Neer far denuder Mars ace bests eresete ewWtr.er) Se4r.W1 (Es.. Kerber r.d.Ind Seeds eerleeme ra[Seamier et near Mre•Al'' ) Y F bb11e Ned St, ode yilw/r fuss Y F We Mee Heed. Mlr.edr Yaa aN M.d.n ant Neon Aries i I f 1------i i I I i I--(—. f—: r r) i t 1 F—(—i n 1._.... i_ _— —I..—__:—I__ f— —1—t 1— f- t_ f_—I._f.__IL—_ BeeL1W Naga end Midlead Anther bu Subeanesllled pltdPed Mew Srape eiR'art lab. Pn(mmedty Sabeenamini Snbeenenl WY itlw►a sew. ([see M runt. w- .. see reau4.e sus 6,r...4whM Fr*" (s) (Ea lbe ewer Mere M bade .gbrsee*Ate& swage el ..04e.a11:.•s't"4.1er) II F hail. 61r11 MWh n 4W.rr Nabs Kew 1.6d.1 M. Y F Wes OA liseeek lamer Mann ash. Nurse Aldan I i L._ ° I I I I I f :1 I I I I I I I I : I I r— (— _f— 1— 1— f— f- 1 f— I— f i f f— f-1 f r]Y.,t he. Y no, pt.. *PI ella414 Warm.uae4 tat .vrl.nl..a,,a ie M..YN ss a Was dda Mgr Irt wYta aei.nulW..nsn.aaed.r.d..l era..tr le Ile loon .. bwlfle.r.nM l.Iwi Remise D..-t, set . tie wweddieless elela dwrre.ade..aMebq.M a...A6a deter t.ewrt, didd.q.p..r alai pa.IM saoibrml be nmele n de&AsxtwW Pq.n.M yN6de m bew.Aia 1w la Need r My:I.w,Nnl4dytrbeJ.rwtrnd.mrhd...rren r.ew.,.Iret roererrAre the repee.abbarea.itch Jar SuhmAn0a0sgpkr %AV.bth idryt .low aedawaia ... _�3iT125..M1ar)j1eSCq.. a. �Enylnesnrlp Assouah�bCaO_-„_.._ .NUM1,1;2010 Met/M. Met Die Err 5/5/2017 12:40 PM p- 20 Miami -Dade County Solicitation FB-00583 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No. I ... Contract Title: Printed Name of Affiant Federal Employer Identification Number (FEIN): �. Name of Firm Printed Title of Affiant Signature of Affiant Address of Firm Stale Notary Public Information Notary Public —State of County of Date Zip Code Subscribed and sworn to (or affirmed) before me :his day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 5/5/2017 12:40 PM p. 21 Miami -Dade County FB-00583 Miami -Dade Coun( Procurement ManagementService Solicitation Submittal For 111 NW1'` Street, Suite1300, Miami, FL 331: Solicitation No. FB-00583 Solicitation Title: Services for Various Specialized Fire Equipment Legal Company Name (include dlbla if applicable): FireCatt, L.L.C. Federal Tax Identification Number: 20-8014947 If Corporation - Date Incorporated/Organized : State Incorporated/Organized: Michigan 1-1-2010 Company Operating Address: 3250 W. Big Beaver Rd Ste 544 City Troy State MI Zip Code 48084 Remittance Address (if different from ordering address): City State Zip Code Company Contact Person: Marc Radecky Email Address: mradecky@firecatt.com Phone Number (include area code): 248-643-7200 Fax Number (include area code): 248-643-4540 Company's Internet Web Address: www.firecatt.com Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. 1 f7CAl PRFFFRFNCE CERTIFICATION: For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade between the two counties) that has a valid Local Business Tax Receipt, the limits of Miami -Dade County from which business is performed; and and measurable way. This may include, but not be limited to, the retention to the County's tax base. for Local Preference. Failure to complete this certification at ineligible for Local Preference. County (or Broward County in accordance with the Interlocal Agreement issued by Miami -Dade County; has a physical business address located within contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and increase ❑ Place a check mark here only if affirming the Bidder meets the requirements this time (by checking the box above) may render the vendor LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a 'locally headquartered business ' is a Local Broward County in accordance with the lnterlocal Agreement between the for the Locally -Headquartered Preference (LHP). Failure may render the vendor ineligible for the LHP. -headquartered office is: Business whose "principal place of business' two counties. is in Miami -Dade County or affirming the Bidder meets requirements at this time (by checking the box) The address of the Locally IN Place a check mark here only if to complete this certification LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a is certified by the State of Florida Statutes, A copy of the certification local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida ❑ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) 5/30/2017 BidSync p. 21 Miami -Dade County FB-00583 A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness!certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is your firm a Miami -Dade County Certified Small Business Enterprise? Yes No 0 If yes, please provide your Certification Number. SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: . In such event, the Bidder shall fumish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. By submitting a bid pursuant to this solicitation, you agree that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such information Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: / Marc T. Radecky Date 5/10/2017 Type or Print Name Marc T. Radecky Type or Print Title President THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NONRESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: / Marc T. Radecky Date 5/10/2017 Type or Print Name Marc T. Radecky 5/30/2017 BidSync p. 22 Miami -Dade County FB-00583 Type or Print Title President 5/30/2017 BidSync p. 23 Miami -Dade County F8-00583 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. © NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Marc T. Radecky Signature 5/10/2017 Date 5/30/2017 BidSync p. 24 Miami -Dade County FB-00583 Tiaet MIAM}DACE trArfil SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2.8.8 and 10-34) Name of Bidder/Proposer: Firecau, L.L.C. FEIN No. 20-8014947 In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust constmctbn contracts which involve expenditures of $100,000 or more The Bidder/Proposer who is awarded this 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 be supplied from those identified, except upon written approval of the County. The BklderiPmposer should enter the word 'NONE' under the appropriate heading of this form it no subcontractors or suppliers will be used on the contract and sign the form below. 1 In accordance with Ordinance No. 11-90, an entity contracting with he County shag report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. Il event that the rer ,render( Bidder,Procao r demonstrates to the County crier to award that the rac ..aerder and ethnic information is not reasonably available at lhatlime. the BiddenPrngoser shag fe officiated 0 exercise di0aent efforts to obtain That information and orpvide the same to the County not later than len (101 days after it h(irnme5 available and. in Inc event odor to final oavrrent under the COnlract• (Please duplicate this form if additional space is needed.) Supplies/ Principal Owner Employee(s) (Enter the number of male and female employees of employees by race/ethnic and the number ty1 Business Name and Address of First Tier Direct Supplier Principal Owner Materials/ Services to be Provided by se liar PP (Enter the number of male and female owners by race/nth icily) Y F white Black Hispania 4sianr?adfic Islander Native American! Native Alaskan Other 11 F While Black Hlspanlc Asian/Pacific Islander Native American/ Native Alaskan as. FireCell, L.L.C. Marc T. Radecky 100% 2 2 36 4 1 2 1 3250 W. (rig Beaver Rd. Ste 544 Tray, MI 48084 Zachary E. Saves Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope Of Work to be Performed by Subcontractor/ SUbCOnSUltant principal Owner (Enter the number of male and female owners by racelelhniclty) Employee(a) (Enter the number of male and female employees and the number of employees by race/ethnimtyl 1J F While Black Hispanic 4sian/Pacifis Islander Native American/ Native Alaskan 01her 11 F While Black Hispanic Asian Pacific Islander Native American! Native Alaskan BSc NONE NONE n Mark here if race, gender and ethnicity Information is not available and will be provided at a later date. This data may be submitted to contracting department or on -(nets theSmal Business Dwelapment al the Internal Services Department at htip://www.miamidade.govrbusiness/business development-contrads.asp As a cendifian of final payment, BiddenProposer shall provide subcontractor information an the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gowbusinessfibrary/farmslsubcontractors-paymentpdf. l cerlifj that the representations contained in this Subcontractor/Supplier listing am to the best of my knowledge true and accurate. Marc T. Radecky Marc T. Radecky President Signature of BidderiProposer Print Name Print Title 5/ 10/20 1 7 Date ure.11 5/30/2017 BidSync p. 25 Miami -Dade County re-oassa Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shaft d scicse the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) orihat otherwise must be presented to the Board for approval: (1) Provide a fist of all lawsuits in the five (5) years prier to bid or proposal submittal that have been filed against the firm, its directors, partners, principals andior board members based an a breach of contract by the firm; Include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a Ilse of any instances In the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The VendoriCcnlractor attests to providing all of the above information, if applicable, to the PCO. Contract No. : Federal Employer Identification Number (FEIN): 20 i1014S47 Contract Title; Services for various specialized fire equipment Marc T. Radecky President Marc T, Tadecky Printed Name of AYant Panted Tile of Mani Sigralure of Alfianl FireCalt, L1.C. Name of Firm 5/10/2017 Dale 3250 W. Blg Beaver Rd. Ste 544 Troy MI 48084 Address of Firm State lip Cade Notary Public Information Naar, Public - State of fiik.l(tic County of l ,Ct Subscrib and sworn to (or affirmed) before me this by - --.T\ype of VenGricallon produced /A AMtit r/(t 10 day of. >41,;{ He orshe i ersonally fa avrrr to me *natured Notary Public 20 or has produced tdenrihcaUon Serial Number UCW r1C kCLc_ tyltf ,'tCh g + I -2o20 Print or Stamp of Notary Public Expo -Alan Date. JOANNE RAE DENNINGTON Notary Public - Michigan Oakland County My Commission Expires ug 16, 2020 Acting in the County of r 5/30/2017 —. rv- rw v+ v Notify Pubic Seal BldSyne p. 26 Miami -Dade County SOLICITATION TITLE: Services for Various Specialized Fire Equipment ADDITIONAL QUALIFICATION CRITERIA - TO BE COMPLETED BY GROUP 4 SUBMITTERS — AERIAL DEVICE SERVICES l Refer to Section 2.4.3 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Submitter Requirements 2.4.3 A Submitters must be a Level II OR III NDT Technician Technician Name: Expiration Date: Copy of the certification shall be provided with the bid submittal TO BE COMPLETED BY GROUP 1 BIDDERS — FIRE HOSE SERVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION UNIT PRICE 1 600,000 Per Foot Inspection, testing and certification services of various sizes of fire hose $ 0. t q Per Foot TOTAL: $ '! ILA L-t1C: ,, 0 0 r TO BE COMPLETED BY GROUP 2 BIDDERS — FIRE APPARATUS PUMP SERCVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION I UNIT PRICE 1 30 Each Fire Apparatus Pump -Inspection, Testing and Certification services $ It Per Each 2 15 Each Fire Apparatus Pump. Testing, Inspection, and Certification on an apparatus that has an engine that drives the pump and also drives a fixed power source $Fz Per Each TOTAL: $ t,) IA, 0.19 x 600=000• _ 1 1 /, , 000. 00 o a m SOLICITATION TITLE: Services for Various Specialized Fire Equipment Miami -Dade County SECTION 4 — BID SUBMITTAL FORM FIRM NAME: k._ 2= CP 7 L L.. L _ QUALIFICATION CRITERIA TO BE COMPLETED BY ALL BIDDERS OR SUBMITTERS Refer to Section 2.4.1 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Bidder Or Submitter Requirements 2.4.1.A Designated company representative(s) name: t\AA 1-. 2,a,. 0 GG. Office Address: 3 as�'c, c.., fia i t"h,�r.vz"Z i-L rc S; i= 544%4 Phone Number: 2. LA, & [:, " 7 ?_v e E-mail address: yvvc'eA.eta c ici i' _cc. zC, ---, c t..�S, 2.4.1.8 Bidder(s) or bidder's subcontractor must have demonstrated five (5) year experience in providing fire equipment testing, inspection, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Fire Department clients. The letters shall contaln the Metropolitan Fire Department's name, representative(s) name, title, phone number, and e-mail address. tom" Acknowledgment: Yes, my firm has 5 {- years of experience and has provided at least two (2) letters of reference from Fire Department clients. ADDITIONAL QUALIFICATION CRITERIA TO BE COMPLETED BY GROUP 2 BIDDERS FIRE APPARATUS PUMP SERCVICES Refer to Section 2.4.2 to ensure that your firm's responses and attachments comply with solicitation requirement's. Bidder(s) must submit ONE of the following: /' Reference Bidder Requirements 2.4.2.A Bidder must be a Level II or III EVT Technician Technician Name: Certification Date: Expiration Date: . Copy of the certification shall be provided with the bid submittal OR.: 2.4.2.8 � ! Bidder)nust be accredited by the ISO/lEC 17020 i `Certificate Number. Valid To Date: Copy of the accreditation shall be provided with the bid submittal BID NO.: FB-00583 BID TITLE: Services for Various Specialized Fire Equipment COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 2-8,1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared VV O. c 2A,>= who being duly sworn states: (insert name of affiant) I am over 18 years of age,. have personal knowledge of the facts stated in this affidavit and I am an owner, officer,director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract. 1 state that the bidder of this contract: is not related to any of the other parties bidding in the competitive solicitation, and that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not; directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantageover any other proposer. OR ❑ is related to the following parties who bid inthe solicitation which are identified and listed below: Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals, Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a.direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect oanrnership interest in another bidder or proposer for the same agreement. Bids or proposals found to be collusive shall be rejected. By: Signature of A a.n420 I Date ti�+Ze- a-ft-0 k.L- t7-r 2 /C/ - %r O / t , �11' i - r? Printed Name of Affiant and Title Federal Employer Identification Number . Printed Name of Firm 32So Address of Firm Lk, so L6 BID NO.: FB-00583 BID TITLE: Services for Various Specialized Fire Equipment 2t1 SUBSCRIBED AND SWORN TO (or affirmed) before me this He/She is ersonally known to or has presented as ideritifica Qi n. �-i % jI Signature f Notary\ � `J Print or Stamp Name of Notary Notary Public — State of Al I C•I't`I JOANNE RAE DENNINGTON 0. ;' Notary Public • Michigan (' Oakland County IMy Commission Expires Au 16. 2020 ,' Acting in the County 01 -h I`, -7 day of m-00' / Type of identification (�Serial Number `-s'�-6(CS % %fvi ZD Z O Expiration Date Notary S: aI BID NO.: FB-00583 BID TITLE: Services for Various Specialized Fire Equipment COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared TASb) ter Sct-it(L— who being duly sworn states: (insert name of affiant) I am over 18 years of age, have personal knowledge of the facts stated in this affidavit and I am an owner, officer, director, principal shareholder andtor I am otherwise authorized to bind the bidder of this contract. II stateatthat the bidder of this contract: Liri is not related to any of the other parties bidding in the competitive solicitation, and that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. OR ❑ is related to the following parties who bid in the solicitation which are identified and listed below; Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or theprincipals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer forthesame e.agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the . same agreement. Bids or proposals found to be collusive shall be rejected. By: 3/.Za 20 iY Sig natur f Affiant JA So 1.)> Cs sc N EA 1 Sv P 9 q- 3 rat P i2U ti t S/' Printed Name of Affiant and Title Federal Employer Identification Number LlL L.LG Printed Name of Firm 333 PFrNGs.-Enl 1QJ /Vatrrl6JLadK {Z ‘C'26‘2 Address of Firm BID NO.: FB-00583 BID TITLE: Services for Various Specialized Fire Equipment $ SUBSCRIBED AND SWORN TO (or affirmed) before me this c2 O day of M�rC-,Y as identification. D((�� Signature cSLNotary onnc OlatvSCSIa-i` Print or Stamp Name of Notary Notary Public - State of 1 �--- 204. 'She is personally known to mT or has presented Type of identification Serial Number -19 -aoav Expiration Date Notary Seal Official Seal Donna Mayschak Notary Public State of Illinois My Commission Expires 08/19/2020 Joseph, Alonzo (ISD) From: Sent: To: Cc: Subject: Attachments: Johannessen, James <James.Johannessen@ul.com> Tuesday, March 20, 2018 3:17 PM Joseph, Alonzo (ISD) Clerk of the Board (COC) RE: COLLUSION AFFIDAVIT - Bid No. FB-00583 (Services for Various Specialized Fire Equipment) usnbkb08029.g lobaLul.com_SMTP_via_LDAP_03-20-2018_13-18-54.pdf This is an EXTERNAL email. Exercise caution. DO NOT open attachments or click links from unknown senders or unexpected emails. Please click here if this is a suspicious message reportspam@miamidade.gov Enterprise Security Office Good Afternoon Alonzo, Attached is the Collusion Affidavit. Please let me know if you need anything else. Regards, Jim From: Joseph, Alonzo (ISD) [mailto:Joseph_Alonso@miamidade.gov] Sent: Monday, March 19, 2018 9:02 AM To: Johannessen, James <James.Johannessen@ul.com> Cc: Clerk of the Board (COC) <Clerk.Board@miamidade.gov> Subject: RE: COLLUSION AFFIDAVIT - Bid No. FB-00583 (Services for Various Specialized Fire Equipment) Thank you From: Johannessen, James (mailto:James.Johannessen@ul.com) Sent: Sunday, March 18, 2018 12:38 PM To: Joseph, Alonzo (ISD) <Joseph.Alonso@miamidade.gov> Cc: Clerk of the Board (COC) <Clerk,Board@miamidade.gov> Subject: RE: COLLUSION AFFIDAVIT - Bid No. FB-00583 (Services for Various Specialized Fire Equipment) This is an EXTERNAL email. Exercise caution. DO NOT open attachments or click links from unknown senders or unexpected emails. Please click here if this is a suspicious message reportspam@miaraidade.gov Enterprise Security Office Alonzo, I have signed the appropriate boxes. Sorry I missed them. Thanks. Regards, Jim 1 Joseph, Alonzo (ISD) From: Joseph, Alonzo (ISD) Sent: Friday, March 16, 2018 3:55 PM To: 'Johannessen, James' Cc: Clerk of the Board (COC) Subject: COLLUSION AFFIDAVIT - Bid No. FB-00583 (Services for Various Specialized Fire Equipment) Attachments: Collusion Affidavit_ pdf Importance: High Dear Vendor(s): In accordance with Sections 2-8-1.1 and 10-33.1 of the Miami -Dade County Code as amended by Ordinance 08-113, the recommended bidder(s)/proposer(s) are requested to submit the attached Collusion Affidavit. Please submit the attached collusion affidavit within two (2) business days from the date of this email. In order to assist you in completing the attachment, listed below are the vendors that have responded to the subject solicitation. Respondents to this solicitation: • Azcue • American Safety Utility Corporation • FireCatt • FireOne • South Dade Electrical Supply • Sunset Survival & First Aid, Inc. • UL LLC • Waterway of Central Florida, LLC Any bidder/proposer that fails to submit the required affidavit shall be ineligible for award. Sincerely, Alonzo Joseph Procurement Contracting Officer 1 Miami -Dade County, Internal Services Department 111 NW 1st Street, Suite 1300, Miami, FL 33128 Phone No. (305) 375-2774 www.miamidade.gov/internalservices Connect With Us on Twitter I Facebook f Instagram 1 Miami -Dade County SOLICITATION TITLE: Services for Various Specialized Fire Equipment SECTION 4 — BID SUBMITTAL FORM FIRM NAME: UL LLC Solicitation FB-00583 QUALIFICATION CRITERIA TO BE COMPLETED BY ALL BIDDERS OR SUBMITTERS Refer to Section 2.4.1 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Bidder Or Submitter Requirements 2.4.1.A Designated company representative(s) name: James Johannessen Office Address: 333 Pfingsten Rd. Northbrook. IL 60062 Phone Number: 717-459-3391 E-mail address: James.johannessen@ul.con 2.4.1.8 Bidder(s) or bidders subcontractor must have demonstrated five (5) year experience in providing fire equipment testing, inspection, and/or certification pertaining to the contracted services. As evidence, provide at least two (2) letters of references from Fire Department clients. The letters shalt contain the Metropolitan Fire Department's name, representative(s) name, title, phone number, and e-mail address. E Acknowledgment Yes, my firm has 5 + years of experience and has provided at least two (2) letters of reference from Fire Department clients. ADDITIONAL QUALIFICATION CRITERIA .,-- - TO BE COMPLETED BY GROUP 2 BIDDERS — FIRE APPARATUS PUMP SERCVICES Refer to Section 2.4.2to ensure that your firm's responses and attachments ' Bidder(s) must submit ONE of the following: complywith solicitation requirements. = ` Reference Bidder Requirements 2.4.2.A Bidder must be a Level II or III EVT Technician Technician Name: Ferrtado Duplito Certification Date: 01/17r2018 .. Expiration Date: 01 /31 /2022 `-- Copy of the certification shall be provided with the bid submittal -OR- 2.4.2. B Bidder must be accredited by the ISO/IEC 17020 Certificate Number: AA-668 Valid To Date: March 2020 Copy of the accreditation shall be provided with the bid submittal 5/5/2017 12:40 PM p. 14 4?. AY a LIBERTY ROVE BRE EMTMENT o 2258 Mill Rd. = P.O. Box 287 e Sister Bay. WW'I 54234 920-854-4021 \-ww.shigfci.co111 To Whom it may concern. The Sister Bay 8: Liberty Grove Fire Department has been contracting the services of Underwriters Laboratories (UL) for in excess of twenty-three (23) years. As a Department we • have chosen to conduct our aerial NDT testing on a annual basis exceeding the NFPA recommendations. This testing.aerial testing included our original Tele-squirt and for the last 5 -nears our Ladder Tower. The Sister.Bay 8 Liberty Grove Fire Department acts as the coordinating. entity for a collective testina of more than 800 feet ground ladders from five (5) individual Fire Departments. UL works to meet the complex. schedule of these five individual Departments intermitting With the'testina of three local aerial devices during this same window of time. The.quality and. thoroughness of their inspection and testing process has identified issue in our apparatus that were resolved while under warrantee. at no cost to us, and have prevented potentially more significant issues from occurring. As a company Under Writer's laboratories has gone above and beyond what's expected to meet our schedule of availability and to provide the onsite personnel we requested. \V'nile we have had the opportunity to switch to a lower cost provider, when we considered all of the benefits to using UL we strongly believe in our choice to continue in a ` professional relationship with UL. They serve our Department our Community and our Members by assuring our equipment is meeting. or exceeding the_ standards it was originally manufactured to. if you have any further questions or would like to discuss our decision, please feel free to contact me at any time. Chris Hecht =Fire Chief Sister Bay & Liberty Grove Fire Department 2258 Mill Road f P.O. Box 287. Sister Bay, 54234 chechtenew wis cam L TOWN of C1RY FIRE DEPARTMENT 100 N. Academy Street - Cary, North Carolina 27511 David It. Ranes, Assistant Fire Chief david.rineseto vnofcaty.org -919-319-4578 March 9, 2018 To Whom It May Concern, This letter of reference is for Underwriters Laboratories LLC, of 333 Pfingsten Road, Northbrook, IL 60062. Specifically, Underwriters Laboratories — Fire Equipment Services, has provided aerial examination and testing services for the Cary Fire Department for twenty plus years. -These services have been conducted in accordance with Chapter 19 of the National Fire Protection Association. (NFPA) Standard No. 1911, "Standard for the Inspection, Maintenance, Testing, and Retirement of In -Service Automotive Fire Apparatus". These examinations and testing services have been conducted on our steel aerial platforms and aerial ladder, annually at our facility in Cary, North Carolina. Feel free to contact me for any questions regarding their quality of work or reliability. Sincerely, David R. Ranes Assistant Fire Chief City of Monroe Fire Depcirti' rent To whom it may concern; TIT T T C hac been rnnrdiirtina niir aerial and ornnnd larlyder anneal incnertinnc fnr mare than ten years. They have been more than helpful, professional and timely in the services they have provided. They have identified issues that we had not seen or discovered during their inspection that allowed for repairs to be made before a failure occurred. Also due to the fact that UL does the pre delivery inspections of our aerials at the manufacture this allows for a seamless inspection history of our apparatus. I can be reached at the following regarding any other questions. Deputy Chief Chris Griffin Monroe Fire Dept. PO Box 69 Monroe, NC 28111 cgriffi n a m o n roenc. o rq (704)282-4740 office (704)320-6653 mobile ACCREDITED AGENCY 2012.2017 Post Office Box 69 • Monroe • North Carolina .28111 Telephone: 704/282-4726 . Facsimile: 704/282-4777 THIS I5 TO CERTIFY THAT Fernando Duplito has successfIIy met the iequirernents set forth by IA LL•: in accordance with ASNT Standard CP-189 as LEVEL II ir. the following NM -disciplines:. MT, UT, VT 01/31/2022 Miami -Dade County SOLICITATION TITLE: Services for Various Specialized Fire Equipment 1 Solicitation FB-00583 ADDITIONAL QUALIFICATION CRITERIA TO BE COMPLETED BY GROUP 4 SUBMITTERS — AERIAL DEVICE SERVICES Refer to Section 2.4.3 to ensure that your firm's responses and attachments comply with solicitation requirements. Reference Submitter Requirements 2.4.3 A Submitters must be a Level II OR III NDT Technician Technician Name: Fernando Duplito Expiration Date: 01 /31 /2022 Copy of the certification shall be provided with the bid submittal TO BE COMPLETED BY GROUP 1 BIDDERS — FIRE HOSE SERVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION UNIT PRICE 1 600,000 Per Foot Inspection, testing and certification services of various sizes of fire hose $ Per Foot TOTAL: $ TO -BE COMPLETED BY GROUP 2 BIDDERS — FIRE APPARATUS PUMP SERCVICES ITEM ANNUAL EST. QTY. UNIT OF MEASURE DESCRIPTION UNIT PRICE 1 39 Each Fire Apparatus Pump Inspection, Testing and Certification services $ per Each 2 15 Each Fire .Apparatus Pump Testing, Inspection, and Certification on an apparatus that has an engine that drives the pump and also drives a fixed power source $ Per Each TOTAL: $ 5/5/2017 12:40 PM p. 15 Detail by FEI/EIN Number Page 1 of 2 Dr i row 0+ CoepOaATTNS 1 •� .: , ,,ate A,, ter. �,w ;' r1r+-.ar..er ^r=----.---. ._ / L',,r_ nnfr,apoiab i / S&/w1Reeor05 1 poweriit umentN.Or et Detail by FEIIEIN Number Foreign Limited Liability Company FIRE CATT, LLC Filing Information Document Number M07000000450 FEI/EIN Number 20-8014947 Date Filed 01 /24/2007 State MI Status ACTIVE Principal Address 3250 WEST BIG BEAVER ROAD. SUITE 544 TROY, MI 48084 Mailing Address 3250 WEST BIG BEAVER ROAD, SUITE 544 TROY, MI 48084 Registered Agent Name & Address THOMPSON, JODY 611 DRUID ROAD EAST SUITE 703 CLEARWATER, FL 33756 Name Changed: 01/07/2011 Address Changed: 01/07/2011 Authorized Person(s) Detail Name & Address Title MGR RADECKY, MARC 3250 WEST BIG BEAVER ROAD, SUITE 544 TROY, MI 48084 Title MGR SAVAS, ZACHARY 3250 WEST BIG BEAVER ROAD, SUITE 544 TROY, MI 48084 http:l./search.sunbiz.argiingwry/CorporaationSearch/SearchResultDetail?inquirytype=FeiNu.._ 7/2/2019 Detail by FEI/EIN Number Page 1 of 2 FMAe.s.auLrtment a ta.e t" .t;j'1•' Deoanmoot of State 1 Qiyis,cn Or ; olnor.7ti0"s / Sr-eeRqcovlb I y elf iiv r)oponem Wrote / DIria+41,, os COMVCRA71.700 Detail by FEUEIN Number Foreign Limited Liability Company UL LLC Filing Information Document Number M11000006143 FEIIEIN Number 94-3282454 Date Filed 12/08/2011 State DE Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/23/2012 Principal Address 333 PFINGSTEN ROAD NORTHBROOK, IL 60062 Mailing Address 333 PFINGSTEN ROAD NORTHBROOK, IL 60062 Registered Agenj Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed- 02/07/2014 Address Changed: 02/07/2014 Authorized Person(s) Detail Name & Address Title MGRM UL INC. 333 PFINGSTEN ROAD NORTHBROOK, IL 60062 Annual Reports Report Year Filed Date 2017 04/28/2017 2018 04/30/2018 http: //search.sunbiz.org/InquiryiCorparationSearohiSearchResultDetail?inquirytype=FeliNu... 7/2/2019