solicitation fb -00886 bus, rail and ... - miami-dade county€¦ · systems to clean transit...

30
Solicitation FB - 00886 Bus, Rail and Mover Car Wash Chemicals Solicitation Designation: Public Miami - Dade County Solicitation FB-00886 Miami-Dade County 5/2/2018 5:03 AM p. 1

Upload: others

Post on 08-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

55

66

Solicitation FB-00886

Bus, Rail and Mover Car Wash Chemicals

Solicitation Designation: Public

Miami-Dade County

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 1

Page 2: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

Solicitation FB-00886

Bus, Rail and Mover Car Wash Chemicals

Solicitation Number    FB -00886

Solicitation Title    Bus, Rail and Mover Car Wash Chemicals

Solicitation Start Date Apr 19, 2018 2:40:06 PM EDT

Solicitation End Date May 18, 2018 6:00:00 PM EDT

Question & Answer

End Date Apr 30, 2018 6:00:00 PM EDT

Solicitation Contact    Jesus Lee

305 -375 -4264

[email protected]

Solicitation Contact    Brian Webster

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -2676

[email protected]

Solicitation Contact    Vanessa Lauchaire

Procurement Contracting Manager

ISD - Procurement Management Services

305 -375 -4263

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    30 days

Solicitation Comments All quantities listed in this solicitation are estimates only and are NOT guaranteed. Please see Minimum 

Requirements to submit documentation.The purpose of this solicitation is to establish a contract for the purchase and delivery of pre-mixed liquid chemicals used by the Department of Transportation and Public Works (DTPW) in their automated wash systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also establishes a pre-qualification pool of bidders for future spot market competition for similar goods and services.

Addendum # 1

New Documents           ADDENDUM NO. 1, FB -00886.pdf

Item Response Form

Item     FB-00886 --01 -01 - Group 1, Bus Wash Chemical In Bulk Quantities

Quantity    250000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 250000

DescriptionGroup One (1) is for the purchase of a Bus Wash Chemical in bulk quantities, pumped into DTPW tanks at various facilities. Unit price is per gallon. Quantity is an estimate and NOT guaranteed.

Item     FB-00886 --01 -02 - Group 2, Rail Car Wash Chemical (275 gal totes)

Quantity    35000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 35000

DescriptionGroup Two (2) is for the purchase of a Rail Car Wash Chemical, in totes of 275 gallons each, delivered to DTPW at the William Lehman Rail Yard. The unit price is per gallon, not for each tote. Quantity is an estimate and NOT guaranteed.The County is not soliciting for the purchase of totes, only the chemicals contained in totes. All totes shall be the property of awarded Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill their empty totes as needed to maintain an adequate supply of chemicals in totes as described in Section 3 herein.

Item     FB-00886 --01 -03 - Group 3, Bus Parts & Metromover Car Wash Chemical (275 gal totes)

Quantity    2750 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 2750

DescriptionGroup Three (3) is for the purchase of a Bus Parts and Metromover Cars wash chemical, in 275 gallons totes, delivered to each DTPW 

Bus division facilities and to the Metromover facility. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of totes, only the chemicals contained therein. All totes shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill each as needed to maintain an adequate supply of chemicals as described in Section 3 herein. 

Item     FB-00886 --01 -04 - Group 4, Metromover Car Wash Chemical (in 55 gallon drum)

Quantity    550 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 550

DescriptionGroup Four (4) is for the purchase of a Metromover Car Wash chemical, in 55 gallon drums, delivered to the Metromover facility listed in Section 3. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of drums, only the chemicals contained therein. All drums shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty drums for full drums, or may refill each drum in accordance with Section 3.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 2

Page 3: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

Solicitation FB-00886

Bus, Rail and Mover Car Wash Chemicals

Solicitation Number    FB -00886

Solicitation Title    Bus, Rail and Mover Car Wash Chemicals

Solicitation Start Date Apr 19, 2018 2:40:06 PM EDT

Solicitation End Date May 18, 2018 6:00:00 PM EDT

Question & Answer

End Date Apr 30, 2018 6:00:00 PM EDT

Solicitation Contact    Jesus Lee

305 -375 -4264

[email protected]

Solicitation Contact    Brian Webster

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -2676

[email protected]

Solicitation Contact    Vanessa Lauchaire

Procurement Contracting Manager

ISD - Procurement Management Services

305 -375 -4263

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    30 days

Solicitation Comments All quantities listed in this solicitation are estimates only and are NOT guaranteed. Please see Minimum 

Requirements to submit documentation.The purpose of this solicitation is to establish a contract for the purchase and delivery of pre-mixed liquid chemicals used by the Department of Transportation and Public Works (DTPW) in their automated wash systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also establishes a pre-qualification pool of bidders for future spot market competition for similar goods and services.

Addendum # 1

New Documents           ADDENDUM NO. 1, FB -00886.pdf

Item Response Form

Item     FB-00886 --01 -01 - Group 1, Bus Wash Chemical In Bulk Quantities

Quantity    250000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 250000

DescriptionGroup One (1) is for the purchase of a Bus Wash Chemical in bulk quantities, pumped into DTPW tanks at various facilities. Unit price is per gallon. Quantity is an estimate and NOT guaranteed.

Item     FB-00886 --01 -02 - Group 2, Rail Car Wash Chemical (275 gal totes)

Quantity    35000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 35000

DescriptionGroup Two (2) is for the purchase of a Rail Car Wash Chemical, in totes of 275 gallons each, delivered to DTPW at the William Lehman Rail Yard. The unit price is per gallon, not for each tote. Quantity is an estimate and NOT guaranteed.The County is not soliciting for the purchase of totes, only the chemicals contained in totes. All totes shall be the property of awarded Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill their empty totes as needed to maintain an adequate supply of chemicals in totes as described in Section 3 herein.

Item     FB-00886 --01 -03 - Group 3, Bus Parts & Metromover Car Wash Chemical (275 gal totes)

Quantity    2750 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 2750

DescriptionGroup Three (3) is for the purchase of a Bus Parts and Metromover Cars wash chemical, in 275 gallons totes, delivered to each DTPW 

Bus division facilities and to the Metromover facility. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of totes, only the chemicals contained therein. All totes shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill each as needed to maintain an adequate supply of chemicals as described in Section 3 herein. 

Item     FB-00886 --01 -04 - Group 4, Metromover Car Wash Chemical (in 55 gallon drum)

Quantity    550 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 550

DescriptionGroup Four (4) is for the purchase of a Metromover Car Wash chemical, in 55 gallon drums, delivered to the Metromover facility listed in Section 3. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of drums, only the chemicals contained therein. All drums shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty drums for full drums, or may refill each drum in accordance with Section 3.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 3

Page 4: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

Solicitation FB-00886

Bus, Rail and Mover Car Wash Chemicals

Solicitation Number    FB -00886

Solicitation Title    Bus, Rail and Mover Car Wash Chemicals

Solicitation Start Date Apr 19, 2018 2:40:06 PM EDT

Solicitation End Date May 18, 2018 6:00:00 PM EDT

Question & Answer

End Date Apr 30, 2018 6:00:00 PM EDT

Solicitation Contact    Jesus Lee

305 -375 -4264

[email protected]

Solicitation Contact    Brian Webster

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -2676

[email protected]

Solicitation Contact    Vanessa Lauchaire

Procurement Contracting Manager

ISD - Procurement Management Services

305 -375 -4263

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    30 days

Solicitation Comments All quantities listed in this solicitation are estimates only and are NOT guaranteed. Please see Minimum 

Requirements to submit documentation.The purpose of this solicitation is to establish a contract for the purchase and delivery of pre-mixed liquid chemicals used by the Department of Transportation and Public Works (DTPW) in their automated wash systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also establishes a pre-qualification pool of bidders for future spot market competition for similar goods and services.

Addendum # 1

New Documents           ADDENDUM NO. 1, FB -00886.pdf

Item Response Form

Item     FB-00886 --01 -01 - Group 1, Bus Wash Chemical In Bulk Quantities

Quantity    250000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 250000

DescriptionGroup One (1) is for the purchase of a Bus Wash Chemical in bulk quantities, pumped into DTPW tanks at various facilities. Unit price is per gallon. Quantity is an estimate and NOT guaranteed.

Item     FB-00886 --01 -02 - Group 2, Rail Car Wash Chemical (275 gal totes)

Quantity    35000 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 35000

DescriptionGroup Two (2) is for the purchase of a Rail Car Wash Chemical, in totes of 275 gallons each, delivered to DTPW at the William Lehman Rail Yard. The unit price is per gallon, not for each tote. Quantity is an estimate and NOT guaranteed.The County is not soliciting for the purchase of totes, only the chemicals contained in totes. All totes shall be the property of awarded Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill their empty totes as needed to maintain an adequate supply of chemicals in totes as described in Section 3 herein.

Item     FB-00886 --01 -03 - Group 3, Bus Parts & Metromover Car Wash Chemical (275 gal totes)

Quantity    2750 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 2750

DescriptionGroup Three (3) is for the purchase of a Bus Parts and Metromover Cars wash chemical, in 275 gallons totes, delivered to each DTPW 

Bus division facilities and to the Metromover facility. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of totes, only the chemicals contained therein. All totes shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty totes for full totes, or may refill each as needed to maintain an adequate supply of chemicals as described in Section 3 herein. 

Item     FB-00886 --01 -04 - Group 4, Metromover Car Wash Chemical (in 55 gallon drum)

Quantity    550 gallon

Unit Price   

Delivery Location          Miami -Dade County

No Location Specified

Qty 550

DescriptionGroup Four (4) is for the purchase of a Metromover Car Wash chemical, in 55 gallon drums, delivered to the Metromover facility listed in Section 3. The unit price is per gallon, not for each tote. The quantity is an estimate and NOT guaranteed.The County is not soliciting the purchase of drums, only the chemicals contained therein. All drums shall be the property of awarded 

Bidder(s). Awarded Bidder(s) may swap their empty drums for full drums, or may refill each drum in accordance with Section 3.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 4

Page 5: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

BID NO.: FB-00886Bus, Rail and Mover Car Wash Chemicals

May 18, 2018

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:

FOR INFORMATION CONTACT:

Jesus Lee 305-375-4264 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION 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 ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.

<

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-r18-1.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 bid/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 bid/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 Bidder ’s/Proposer ’s bid/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 bid/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 bid/proposal response must be

submitted in accordance with all specifications contained in the solicitation electronically.

Bus, Rail and Mover Car Wash Chemicals

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 5

Page 6: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

BID NO.: FB-00886Bus, Rail and Mover Car Wash Chemicals

May 18, 2018

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:

FOR INFORMATION CONTACT:

Jesus Lee 305-375-4264 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION 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 ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.

<

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-r18-1.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 bid/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 bid/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 Bidder ’s/Proposer ’s bid/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 bid/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 bid/proposal response must be

submitted in accordance with all specifications contained in the solicitation electronically.

Bus, Rail and Mover Car Wash Chemicals

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 6

Page 7: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

BID NO.: FB-00886Bus, Rail and Mover Car Wash Chemicals

May 18, 2018

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O NT O B I D

TITLE:

FOR INFORMATION CONTACT:

Jesus Lee 305-375-4264 [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

· READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION 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 ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

· FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER ’S/PROPOSER ’S BID/PROPOSAL NON-RESPONSIVE.

<

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-r18-1.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 bid/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 bid/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 Bidder ’s/Proposer ’s bid/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 bid/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 bid/proposal response must be

submitted in accordance with all specifications contained in the solicitation electronically.

Bus, Rail and Mover Car Wash Chemicals

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 7

Page 8: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 1 of 13 Rev. 4/12/18

SECTION 2 - SPECIAL TERMS AND CONDITIONS

2.1 PURPOSE

The purpose of this solicitation is to establish a contract for the purchase and delivery of pre-mixed liquid

chemicals used by the Department of Transportation and Public Works (DTPW), in their automated wash

systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

establishes a pre-qualification pool of bidders for future spot market competition for similar goods and services

as detailed below.

1. Group One (1) is for the purchase of a Bus Wash chemical in bulk quantities, pumped into DTPW tanks

at various facilities listed in Section 3.

2. Group Two (2) is for the purchase of a Rail Car Wash chemical, in 275 gallons totes, delivered to DTPW

at the William Lehman Rail Yard listed in Section 3.

3. Group Three (3) is for the purchase of a Bus Parts Wash chemical, in 275 gallons totes, delivered to each

DTPW Bus division facilities listed in Section 3.

4. Group Four (4) is for the purchase of a Metromover Car Wash chemical, in 55 gallon drums, delivered to

the Metromover facility listed in Section 3.

5. Group Five (5) is for future spot market price competition for similar cleaning chemicals with similar scope

of work, as may be needed by any County department. All Responsive and Responsible Bidders awarded

Groups One, Two, or Three will be pre-qualified and added to Group Four. Future ITQs will be solicited

by user departments and have additional or different terms, conditions, requirements, scope of work, or

specifications.

The County is not soliciting for the purchase of Totes and Drums under Groups One through Four, only for

the chemicals contained therein. All Totes and Drums used under Groups One through Four shall be the

property of awarded Bidder(s). Awarded Bidder(s) may swap their empty Totes and Drums for full Totes and

Drums, or may refill their empty Totes and Drums as needed to maintain an adequate supply of chemicals as

described herein.

2.2 TERM OF CONTRACT; FIVE (5) YEARS

This contract shall commence on the first calendar day of the month succeeding approval of the contract by

the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order

issued by the Internal Services Department, Procurement Management Division. The contract shall expire

on the last day of the sixtieth (60) month.

2.3 METHOD OF AWARD

2.3.1 Progressive Method of Award

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 8

Page 9: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 2 of 13 Rev. 4/12/18

Award of this contract will be made up to three (3) responsive, responsible Bidders per each Group, in

the order which represents the lowest price per gallon for all Groups, and who’s chemical meets or

exceeds the technical requirements of Section 3.

The price for Groups Two, Three, and Four shall be only for the chemicals and the use of the Totes

and Drums, and not the price to purchase Totes and Drums. Only the lowest priced responsive,

responsible Bidders (primary Bidders) for each Group shall be required to perform and purchase

insurance as may be required by each Group.

MINIMUM REQUIREMENTS:

2.3.1.1 Experience Required (Group One Only).

The Bidder shall be regularly engaged in the business of supplying similar products and

delivery services in substantially the quantities described herein. Therefore, Bidders shall

provide with their bid submittal at least one (1) reference. The reference must be from a

satisfied customer that is purchasing, or has purchased similar products and delivery services,

as specified in this solicitation, from the Bidder within the past five years from this solicitation’s

end date.

The Bidder shall submit their reference’s contact information, in the attached Submittal

Checklist Form, of the person who can verify to the County that the Bidder has successfully

provided similar products and delivery services described herein. The County may contact the

Bidder’s reference, or request additional information or additional references.

2.3.1.2 Documentation (Groups One, Two, Three, and Four)

All Bidders shall submit with their bid a Safety Data Sheet (SDS) (formerly MSDS or Material

Safety Data Sheet) for the chemical they are offering which shall clearly indicate the pH levels

and any hazardous compounds of the chemical for its intended use as described in Section 3

herein. The SDS shall be in the 16-section format prescribed by the Occupational Safety and

Health Administration in: https://www.osha.gov/Publications/OSHA3514.html

2.3.2 Group Five - Pre-Qualification Pool

All responsive, responsible Bidders meeting the minimum requirements in Paragraph 2.3.1 will be pre-

qualified to participate in Group Five; an open pre-qualification pool (pool) of Bidders for subsequent

spot market price competition for additional, similar cleaning chemicals with similar scope of work as

Groups One, Two, Three, and Four. County departments may obtain spot market quotations on an as-

needed or long term basis, and may modify or supplement requirements, terms and conditions herein.

It shall be the sole prerogative of the County as to the number of Bidders who will be included in the

pool. In addition, the County reserves the right to add or delete Bidders during the term of the pool as

it deems necessary in its best interests. If the County elects to add Bidders, Bidders shall meet the

same minimum requirements established in Paragraph 2.3.1.2.

Subsequent to award, the awarded Bidders shall provide to the County their representative’s contact phone numbers and e-mail addresses. Pursuant to Section 1.5 Paragraph K of the General Terms and Conditions,

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 9

Page 10: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 3 of 13 Rev. 4/12/18

the County may request additional information during evaluation to allow Bidders to meet the minimum requirements.

2.4 PRICES

If a Bidder is awarded a contract as a result of this solicitation, the price proposed by the awarded Bidder shall

remain fixed for the entire term of the contract. Price shall be inclusive of all fees, taxes, and any other charges

as detailed in paragraph 2.14. Subsequent spot market quotations may have different pricing terms.

2.5 LIQUIDATED DAMAGES

2.5.1 Group One (Bus Wash Chemical)

Failure to provide the bus wash chemical in accordance with the specifications herein, and in

accordance with the delivery schedule established by DTPW with the awarded Bidder of Group One

as specified in Section 2, Paragraph 2.6, and to the satisfaction of the County may cause the

awarded Bidder to be subject to liquidated damages in the amount of $300.00 for each calendar day

the product is not delivered and accepted by DTPW for each of the three 1,000 gallon bus wash

tanks, limited to five (5) consecutive calendar days or $1,500 per each scheduled delivery day, per

tank, whichever is greater.

Thereafter, the awarded Bidder may be subject to default in accordance with Section 1, Paragraph

1.25.

As compensation due to the County for loss of use and for additional costs incurred by the County

due to such unavailability of chemicals, the County shall have the right to deduct the said liquidated

damages from any amount due, or that may become due, to the awarded Bidder under this contract,

or to invoice the Bidder for such damages if the costs incurred exceed the amount due the Bidder.

Delays by certain specified causes that are beyond the awarded Bidder's control (e.g., weather,

strikes, and natural disasters) will not be assessed.

2.5.2 Groups Two, Three, and Four (Rail Car Wash, Bus Parts Wash, and Metromover Car Wash

chemicals).

Failure to deliver the chemical at time of need, in accordance with Section 2, Paragraph 2.6 and to

the satisfaction of the County, may cause the awarded Bidder to be subject to liquidated damages

in the amount of $300.00 for each calendar day the product is not delivered and accepted by DTPW

limited to five (5) consecutive calendar days or $1,500 per each scheduled delivery day, whichever

is greater.

As compensation due the County for loss of use and for additional costs incurred by the County due

to such unavailability of chemicals, the County shall have the right to deduct the said liquidated

damages from any amount due, or that may become due, to the awarded Bidder under this contract,

or to invoice the Bidder for such damages if the costs incurred exceed the amount due the Bidder.

Delays by certain specified causes that are beyond the awarded Bidder's control (e.g., weather,

strikes, and natural disasters) will not be assessed.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 10

Page 11: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 4 of 13 Rev. 4/12/18

2.6 SHIPPING TERM: F.O.B. DESTINATION

2.6.1 Group One (Bus Wash Chemical)

The awarded Bidder shall be responsible for coordinating with, and providing a delivery schedule to,

DTPW’s project manager (PM) within ten (10) working days after receipt of a purchase order from

DTPW. The schedule shall meet DTPW’s needs, including but not limited to, delivery dates and

times to fill tanks listed in accordance with Section 3, Paragraph 3.7, obtaining security authorization

for all the awarded Bidder’s delivery personnel to access all sites, and identification of site delivery

and setup areas. Failure by the awarded Bidder to agree to, and provide DTPW with a delivery

schedule approved by DTPW may be grounds for default in accordance with Section 1, Paragraph

1.25.

All deliveries shall be made in accordance with good commercial practices and all required delivery

timeframes agreed to in the delivery schedule shall be adhered to by the awarded Bidder; except in

such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond

the control of the awarded Bidder. In these cases, the awarded Bidder shall notify DTPW of any

delays with as much advance notice as possible so that a revised delivery schedule can be

appropriately considered by DTPW.

The contact information for DTPW’s PMs will be provided to the awarded Bidder after award

notification. Failure by the awarded Bidder to adhere to the delivery schedule may result in liquidated

damages at the discretion of the PM in accordance with Section 2, Paragraph 2.5.

2.6.2 Group Two, Three, and Four (Rail Car Wash, Bus Parts Wash, and Metromover Car Wash

chemicals).

The awarded Bidder shall make deliveries within fourteen (14) calendar days after the date of receipt

of Notice to Proceed from DTPW to the facilities listed in Section 3, and obtain security authorization

for all the awarded Bidder’s delivery personnel to access all sites, and if needed become familiar and

identify site delivery and setup areas. All deliveries shall be made in accordance with good

commercial practices and all required delivery timeframes shall be adhered to by the awarded Bidder;

except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes

beyond the control of the awarded Bidder. In these cases, the awarded Bidder shall notify DTPW of

any delays with as much advance notice as possible so that a revised delivery schedule can be

appropriately considered by DTPW.

Failure by the awarded Bidder to adhere to the delivery schedule approved by DTPW may result in

liquidated damages at the discretion of the PM in accordance with Section 2, Paragraph 2.5.

Thereafter, should the awarded Bidder fail to deliver in the number of days stated above, the County

reserves the right to cancel the contract on a default basis after any back order period that has been

specified in this contract has lapsed. If the contract is so terminated, it is hereby understood and

agreed that the County has the right to purchase the goods elsewhere and to charge the awarded

Bidder with any re-procurement costs. If the awarded Bidder fails to honor these re-procurement

costs, the County may terminate the contract with the awarded Bidder for default.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 11

Page 12: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 5 of 13 Rev. 4/12/18

DTPW reserves the right to temporarily stop, change, or cancel the delivery schedule at any time in

anticipation of possible work interruptions such as facility maintenance, weather conditions, or any other

reasons.

2.7 DELETION OF FACILITIES OR TANKS

Although this solicitation identifies specific tanks and facilities to be serviced, it is hereby agreed and

understood the County may terminate the delivery of any products or services to any County facility or tank(s)

within a facility, when such products or services are no longer required during the contract period; upon five

(5) working day’s written notice to the awarded Bidder(s).

2.8 ADDITION OF FACILITIES OR TANKS

Although this solicitation and resultant contract identify specific DTPW tanks and facilities to be serviced, it is

hereby agreed and understood that additional DTPW tanks or facilities may be added to this contract at the

same price, terms and conditions, at the sole option of County.

2.9 CLEAN-UP

All unusable packaging materials, spilled chemicals, and debris generated by the awarded bidder(s) shall be

removed from the premises as soon as possible, and no later than by the end of each delivery, and disposed

of in an appropriate manner by the awarded Bidders(s) at its expense, and the site returned to its original

condition.

2.10 COMPLIANCE WITH FEDERAL STANDARDS

All chemicals to be purchased under this contract shall be in accordance with all governmental standards,

including but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA),

the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association

(NFPA).

2.11 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER

The awarded Bidder(s) shall furnish all labor, material, and equipment necessary for satisfactory contract

performance. When not specifically identified in the technical specifications, such materials and equipment

shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be

subject to the inspection and approval of the County's PM before work commences. DTPW will not provide

any equipment, labor, or electrical power to the awarded Bidder at any time.

2.12 LEGAL REQUIREMENT FOR POLLUTION CONTROL

Miami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the Miami-Dade Code is made a

part of these specifications by reference and may be obtained by the Bidder through the Permitting,

Environment and Regulatory Affairs department at 701 NW 1st Court, Miami, Florida 33136, Telephone (305)

372-6907.

2.13 TESTING OF PRODUCTS

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 12

Page 13: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 6 of 13 Rev. 4/12/18

The County reserves the right to perform tests on the chemicals in its tanks at its own expense over the term

of the contract to ensure continued compliance with the specifications herein. All awarded Bidders hereby

agree to provide samples (in quantities no greater than one gallon) of its product before it is pumped into

County tanks, or at any time of DTPW’s choosing, at no charge to the County.

2.14 FEES, TAXES, AND OTHER CHARGES

All fees, taxes, and any other charges required by any federal, state, or county regulations or any costs of

doing business essential to the Bidder’s performance with the resultant contract of this solicitation shall be

paid by the awarded Bidder and incorporated in the Bidder’s bid price offered. Miami-Dade County will only

pay the awarded bid price.

2.15 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS

The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration

(OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed

in the workplace, and to provide training in safe handling practices and emergency procedures. It also

requires notification to local fire departments of the location and characteristics of all toxic substances regularly

present in the workplace.

Accordingly, the Bidder(s) performing under this contract shall be required to provide two (2) complete sets of

Safety Data Sheet (SDS) to each User Department utilizing the awarded products. This information should be

provided at the time when the initial delivery is made, on a department by department basis.

For additional information on the Federal Right to Know Regulation, contact OSHA at www.OSHA.gov or call

(954) 424-0242.

2.16 INSURANCE REQUIREMENTS

Insurance is required pursuant to Section 1, Paragraph 1.22, except for Group Two and Three when awarded

Bidder(s) uses a third party common carrier such as FedEx, USPS, etc., to deliver Totes and Drums.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 13

Page 14: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 7 of 13 Rev. 4/12/18

SECTION 3 – TECHNICAL SPECIFICATIONS

3.1 SCOPE OF WORK

The awarded Bidder(s) shall deliver to DTPW one liquid chemical for each Group that will clean the exterior of transit Buses, Rail Cars, and Mover Cars and other equipment and surfaces as identified in this Section. The awarded Bidder(s) for Group One shall be responsible for maintaining DTPW’s 1,000 gallon tanks filled to at least 40% capacity at all times. The awarded Bidder(s) for Groups Two and Three shall deliver Totes and Drums as requested by the County. By submitting a bid, Bidder certifies the chemical(s) offered meet or exceed all specifications herein. The Scope of Work for Group Four will be provided with each future spot market Invitation to Quote.

3.2 CHEMICAL PERFORMANCE AND CONTENT

3.2.1 Groups One, Three, and Four (Bus, Bus Parts, and Mover Car wash chemical):

a. The chemical shall not damage the paint, finish, or any of the advertisements (bus wraps), logos, decals, etc. on any County bus.

b. The chemical shall effectively clean the exterior of the bus, including discoloration from DEF Fluid exhaust emissions.

c. The chemical shall be effectively clean and degrease bus power plant assemblies and chassis when used in a steam jenny.

d. The chemical shall not leave any spotting or streaking on bus windows. e. The chemical shall contain a minimum 20% of surface active agents. f. The chemical shall not be corrosive to rubber products on bus windows, glass, tail lights, marker

lights, etc. or etch or dull aluminum, stainless steel, and wrapped or painted surfaces. g. The chemical shall have enough lubricity not to dry out the bus wash brushes (see Paragraph

3.4) and also be capable to provide a clear rinse. h. The chemical shall provide the following characteristics: low foaming, fast rinsing, and non-

streaking and display no residue build-up. i. The chemical shall not be hazardous in its virgin state (non-corrosive/non-acidic) with a Pensky-

Martens Closed Cup (PMCC) flash point at a minimum 212 degrees F. j. The chemical shall be in liquid form and have a shelf life of a minimum of six (6) months from

date of delivery. k. The chemical shall not have a pH above 10.0 and below 5.0 in its intended use state, and be

non-hazardous in its virgin state (non-corrosive, non-acidic, and non-flammable). l. The chemical shall contain wetting agents in order to reduce the surface tension of the incoming

water supply to solubilize oils, grease, and carbon film from the rear of the bus. m. The chemical shall not contain any aromatic solvents. n. The chemical shall not contain more than 50% Volatile properties. o. All surfactants and detergents shall be readily compostable or biodegradable and, when

possible, shall not contain phosphates. 3.2.2 Group Two (Rail Car wash chemical):

a. The chemical shall be furnished in liquid form and effectively clean soiled Rail car exteriors with single water dilution ratio of 1:25 to 1:40 at output using automated mixers rail car washing systems using County water. The chemical shall also effectively clean Rail car exteriors in cold or hot water high-pressure spray or hand cleaning applications.

b. The chemical shall be rated non-hazardous.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 14

Page 15: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 8 of 13 Rev. 4/12/18

c. The chemical shall consist of water-soluble detergents, builders, inhibitors, buffering agents, surfactants and other items suitable for the intended purpose.

d. The chemical shall not contain any items which will be harmful to the exterior of stainless steel or aluminum transit vehicles or equipment.

e. The chemical shall not cause pitting or darkening of stainless steel or aluminum or cause cracking or permanent softening of natural or synthetic rubber.

f. The chemical shall not damage the paint, finish, or any of the advertisements (train wraps), logos, decals, etc. on any rail vehicle.

g. The chemical shall not leave any coating of soap or wax type substance on the glazing under any conditions.

h. The chemical shall not craze polycarbonates or acrylics or any synthetic glazing. i. The chemical shall be biodegradable and contain no abrasives. j. The chemical shall have a minimum of 35% to a maximum 43% non-volatile matter. k. The chemical shall contain no ingredients deemed hazardous or ingredients for which the

degree of hazard has not been appraised l. The chemical shall not contain phenol, creosol or their derivatives, nor shall it contain any

benzene or carbon tetrachloride. m. The chemical shall not harm the skin if flushed away with cold water within one (1) minute of

contact. n. The chemical shall have no adverse effects on the health of, nor present any hazard to personnel

when used for its intended purpose. o. The chemical shall not have any of the following: Solvents, Sodium or Potassium hydroxide,

Glycol EB, Glycol DB, mineral acids, phosphoric acid, sulfuric acid, hydrochloric acid, phosphates

p. The chemical shall not emit offensive odors or harmful or irritating vapors when used with spray washing, at temps ranging from 30° to 212°F.

q. The chemical shall not damage washer equipment, washer areas or bristles made of tampico, polyethylene, polypropylene, nylon, silicon or silicone types.

r. The chemical shall not hold grease or grime to the washer brushes regardless of brush material. s. The chemical shall perform with the washing equipment used by Miami-Dade County without

harm to pressure tanks, pumps, fluid lines, nozzles and brushes, or any part of these, and shall have a rewetting and rinse free action with the final vehicle rinsing equipment. Post rinse run-off shall not be considered as lack of free rinsing properties on vehicles which do not have roof gutters.

t. The chemical shall not cause calcium in the water to precipitate out into the wash equipment, including pumps, valves, lines, and nozzles.

u. The chemical shall not have any VOC’s, flash point, or photo chemically active materials. v. Chemical full strength shall not have a pH below 4.0 or above 12.0. w. The chemical shall not have any dyes or perfumes. x. The chemical shall not contain phenols or their salts, halogenated hydrogen, chromium and its

salts and salts that leave a residue or any E.P.A. restricted chemical. y. The chemical shall not lose its effectiveness or otherwise deteriorate when stored for at least

one (1) year outside, or when subjected to temperature changes during transit in the original closed container.

z. The chemical shall not have a change in its cleaning effectiveness for at least three (3) freeze and thaw cycles.

3.2.2.1 Labeling of totes. All labels shall contain the following information:

a. The chemical name and the common name or trade name. b. A hazard warning by symbol and words.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 15

Page 16: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 9 of 13 Rev. 4/12/18

c. The name, address, and telephone number of the manufacturer. d. The chemical name or common name of either the top five substances by volume or those

substances making up 5% or more of the mixture. e. Intended usage of the contents. f. Labels shall be placed approximately midway on the side of the Tote. g. Labels shall be plastic coated or sprayed with a clear sealant that will render the label waterproof

and compatible with the contents of the Tote. h. Should the label be painted onto the side of the Tote, the color of the label lettering shall be in

contrast with the color of the Tote. i. Batch number with reference to the specific bath or mix of the compound supplied. j. All stenciled lettering shall be a minimum of 1-1/2" high, upper case, Gothic letters and numerals.

Color of stenciling shall be in contrast with the color of the Tote. k. Any Tote delivered and identified as having improper labels or stenciling, at the time of delivery

or subsequent to delivery, shall be returned to the Awarded Vendor at its sole cost and expense.

3.2.2.2 Totes Specifications:

a. 275 gallon, polymer tank with its four sides encapsulated in a protective metal cage containing vertical and horizontal members.

b. The protective metal cage attaches to heavy-duty re-enforced bottom that is designed to support and to allow transport of the container by a forklift.

c. The container has a capped 2” National Pipe Thread (NPT) on the bottom of one of its sides and a 6” capped opening in the center of the top.

d. The overall size of the container, including the protective metal cage shall be approximately 38-1/2” W x 46” L x 45” H.

3.2.2.3 Labeling of Drums:

a. The chemical name and the common name or trade name. b. A hazard warning by symbol and words. c. The name, address, and telephone number of the manufacturer. d. The chemical name or common name of either the top five substances by volume or those

substances making up 5% or more of the mixture. e. Intended usage of the contents. f. Labels shall be placed approximately midway on the side of the Drum. g. Labels shall be plastic coated or sprayed with a clear sealant that will render the label

waterproof and compatible with the contents of the Drum. h. Should the label be painted onto the side of the Drum, the color of the label lettering shall be

in contrast with the color of the Drum. i. Batch number with reference to the specific bath or mix of the compound supplied. j. All stenciled lettering shall be a minimum of 1-1/2" high, upper case, Gothic letters and

numerals. Color of stenciling shall be in contrast with the color of the Drum. k. Any Drum delivered and identified as having improper labels or stenciling, at the time of delivery

or subsequent to delivery, shall be returned to the Awarded Vendor its the sole cost and expense.

3.2.2.3 Drum Specifications:

a. 55 gallon drum, metal or plastic.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 16

Page 17: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 10 of 13 Rev. 4/12/18

3.3 TASKS 3.3.1 Group One (Bus Wash Chemical)

The awarded Bidder shall maintain its chemical in all DTPW tanks by monitoring, ordering, delivering, and dispensing the chemicals into all DTPW 1,000 gallon tanks at all Bus division facilities (Group One) identified in Paragraph 3.7 throughout the term of this contract. An adequate supply shall be no less than 40% of each tanks’ capacity. DTPW will provide the awarded Bidder(s) with a delivery schedule, which may be subject to change by DTPW at a later date. The chemical shall be delivered to the attention of the PM or designee at each facility who will supervise the delivery process including, but not limited to, the amount of chemicals delivered and the cleanup of the sites. Pictures of a 1,000 gallon tank located at Northeast Facility are attached as Exhibit A-1 and A-2. All 1,000 gallon tanks are the same. The County reserves the right to require the awarded Bidder to top-off any tank in anticipation of possible work interruptions such as weather conditions, facility maintenance, or any other reasons. Therefore, the awarded Bidder shall be on call during DTPW work hours (7am to 5pm) and required to make unscheduled deliveries of its chemical within twenty-four (24) hours after being notified by DTPW via phone or e-mail.

3.3.2 Group Two, Three, and Four (Rail Car Wash, Bus Parts Wash, and Metromover Car Wash

chemicals). The awarded Bidder(s) shall deliver full Totes and Drums to the facilities, and in the qualities, listed in Section 3, Paragraph 3.7. The number of Totes and Drums listed is required at the start and during the entire term of the contract, unless changed by DTPW. Thereafter, when chemicals in any one Tote or Drum is depleted to 10% of tote’s capacity, the awarded Bidder(s) has the option of exchanging depleted Totes or Drum with full Totes or Drums, or refilling the Totes or Drums to full capacity. When one of the two drums required for the Metromover facility becomes depleted, it shall be filled to 100% capacity or exchanged with a full Drum. DTPW may assist the awarded Bidder with unloading and loading of Totes and Drums with a forklift, but will not assist with filling empty Totes and Drums or any other work. All Totes and Drums shall be the property of the awarded Bidder. Awarded Bidder(s) hereby agree to allow the County unlimited right of use of the Totes and Drums for the purpose described in this solicitation. At the end of the contract term, which may include any extension period contained herein or additional period agreed to with the awarded Bidder(s), the awarded Bidder(s) shall coordinate with DTPW the removal of all their Totes and Drums, after notifying the PM ten (10) working days in advance of such action.

The awarded Bidders shall not use County personnel, equipment, water, or any County resources to perform any of the work described herein. The awarded Bidders shall not mix or prepare its chemical on County property. DTPW may use their forklift to load and unload Totes and Drums at some Bus division locations.

3.4 BUS WASH SYSTEM INFORMATION (Group One)

DTPW’s wash system was manufactured by InterClean Wash Systems Inc., of Ypsilanti, Michigan. The system is a closed loop, hybrid using high pressure and brushes. Approximately 23 gallons of water are used

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 17

Page 18: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 11 of 13 Rev. 4/12/18

to wash the average bus. The system’s output is approximately 60 GPM’s at a velocity of 2’ per second. DTPW cleans 125 to 150 buses daily at each of the three garages, for a combined estimate of 2,625 to 3,150 total cleanings weekly. The bus wash system used by the county has a dilution rate of 1:40. The arch pressure is set at 50 pounds per square inch (PSI), governed by a pressure regulating valve (PRV). The total flow rate of the front/side arch (6 double and 4 single nozzle spray assemblies) is about 8 gallons per minute (GPM). That arch runs for 1 foot per second (FPS), or 40 seconds for a 40 foot bus. There is a separate rear arch (7 single nozzle spray assemblies) which is 10 GPM and it runs for 10 seconds per bus.

3.5 RAIL CAR WASH SYSTEM INFORMATION (Group Two) The chemical section of the rail system of the William Lehman Facility rail car wash system, was manufactured by InterClean Wash Systems Inc., of Ypsilanti, Michigan. The system is composed of a single arch application. The chemical is dispensed from an independent 275 gallon Tote, installed in secondary containment canister in the rail car wash building. The chemical is diluted with water and titrated to the desired setting. The chemical consumption is based upon a 75 ft. rail car, traveling through the wash at 2 mph. The estimated travel time for each rail car to travel through the chemical arch is 30 seconds. The active Rail Car fleet consist of 100 rail cars that are cleaned on a regular basis, totaling 80- 100 rail cars per week.

3.6 OTHER INTENDED USES (Group Three) The following are other intended uses for the Bus Parts wash chemical: a. Cleaning floors with shop floor scrubbers and mopping. Oil/grease spills and residue. b. Cleaning shop’s outer apron and Revenue Island / fuel area. Oil/grease small spills and residue. c. High pressure/hot water washing. Engine and chassis cleaning of grease, road dirt and oil residues. d. Cleaning of HVAC bus evaporator. e. Cleaning of inside bus, light floor mopping.

3.7 BUS MAINTENANCE FACILITIES’ ADDRESS, TANKS AND CAPACITIES (Groups One, Two, Three and

Four) Facility: Central Bus Maintenance 3431 N.W. 31st St. Miami, Fl. 33142 Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group One) Bulk delivery for Wash Rack Tank, approximately 8’ high X 5’ 6” wide”.

One Tank 1,000 Washing exterior of buses

(Group Three) Tote

Five Totes required

275 Washing bus engines, parts, floor scrubbers, and general housekeeping

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 18

Page 19: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 12 of 13 Rev. 4/12/18

Facility: Central Support Services M/O 3295 N.W. 31st St. Miami, Fl. 33142 Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group Three) Tote

Five Totes required

275 Washing bus engines, parts, floor scrubbers, and general housekeeping

Facility: Coral Way Bus Maintenance 2775 SW 74th Avenue Miami, Fl. 33155 Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group One) Bulk delivery for Wash Rack Tank, approximately 8’ high X 5’ 6” wide”.

One Tank 1,000 Washing exterior of buses

(Group Three) Tote

Five Totes required

275 Washing bus engines, parts, floor scrubbers, and general housekeeping

Facility: Northeast Bus Maintenance 360 NE 185th Street Miami, Fl. 33179 Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group One) Wash Rack Tank, approximately 8’ high X 5’ 6” wide”.

One Tank 1,000 Washing exterior of buses

(Group Three) Tote

Five Totes required

275 Washing bus engines, parts, floor scrubbers, and general housekeeping

Facility: Metromover Maintenance 100 SW 1st Ave Miami, FL 33130. Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group Four) Drums

Two Drums required

55 Washing exterior of Metromover Cars

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 19

Page 20: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

SOLICITATION TITLE: Bus, Rail, Mover Car Wash Chemicals SOLICITATION NO.: FB-00886

Page 13 of 13 Rev. 4/12/18

William Lehman Center 6601 NW 72nd Avenue Miami, Fl. 33166 Contact Number: TBA

Location / Description of Tank: Quantity:

Capacity / Gallon: Used for:

(Group Two) Tote

One Tote required

275 Washing exterior of Metrorail Vehicles

3.8 BUY GREEN PURCHASING GUIDE

All surfactants and detergents shall be readily compostable or biodegradable and, when possible, shall not contain phosphates.

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 20

Page 21: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

Exhibit A-1

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 21

Page 22: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

Exhibit A-2

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 22

Page 23: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

55

66

SOLICITATION TITLE: Bus and Rail Car Wash Chemicals

SUBMITTAL CHECKLIST(Minimum Requirements)

1. Reference ’s Contact Information(Pursuant to Section 2, Paragraph 2.3.1.1, Group One only)

Company Name:

Contact Person ’s Name:

Phone Number:

E-mail Address:

2. Safety Data Sheet (SDS)(Pursuant to Section 2, Paragraph 2.3.1.2)

Check here to confirm Bidder uploaded the SDS Form: (Pursuant to Section 2, Paragraph 2.3.1.2, Groups One through Four only)

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 23

Page 24: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

1

Internal Services Department Procurement Management Division

Addendum No. 1

To: All Potential Bidders Date: 5/01/18 Invitation To Bid No.: FB-00886 Title: Bus, Rail and Metromover Car Wash Chemicals This Addendum is and does become part of the above-mentioned Invitation to Bid (ITB). A. The following are questions received and corresponding responses:

1. Can you provide more specificity regarding the definition of "bus parts" in direct relation to this Solicitation? Does this

"mean" engine/motor parts, (i.e., alternators, starters, etc.)? Response: Yes, “Bus parts” are engine/motor parts (i.e. alternators, starters, etc.).

All terms, covenants and conditions of the subject Invitation to Bid and any addenda issued thereto shall apply, except to the extent herein amended. Jesus Lee

Jesus Lee Procurement Contracting Officer 3 CC: Clerk of the Board DTPW, Contract and Purchasing

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 24

Page 25: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

3 4

Solicitation No.FB-00886                                              Solicitation Title: Bus, Rail and Mover Car Wash Chemicals

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

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.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

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 Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide 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 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 in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees 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.  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

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 25

Page 26: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

3 4

Solicitation No.FB-00886                                              Solicitation Title: Bus, Rail and Mover Car Wash Chemicals

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

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.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

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 Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide 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 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 in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees 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.  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

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 26

Page 27: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

55

66

3 4

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

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 27

Page 28: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

55

66

3 4

Name of Bidder/Proposer: FEIN No.

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business

development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.

SUBCONTRACTOR/SUPPLIER LISTING

(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)

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 construction 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 Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers.   In the event that the recommended

Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business

Name and Address of

First Tier Direct Supplier

Principal Owner

Supplies/

Materials/ Services to be

Provided by Supplier

Principal Owner

(Enter the number of male and female owners by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

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 race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

SUB 100 Rev. 1/14

Signature of Bidder/Proposer Print Name Print Title Date

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 28

Page 29: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

5

6

3 4

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. :

Federal Employer

Identification Number (FEIN):

Contract Title:

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

Notary Public Information

Notary Public – State of County of

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

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 29

Page 30: Solicitation FB -00886 Bus, Rail and ... - Miami-Dade County€¦ · systems to clean transit Buses, Metromover and Rail Cars, and for other cleaning needs. This solicitation also

55

66

Question and Answers for Solicitation #FB-00886 - Bus, Rail and Mover Car Wash

Chemicals

Overall Solicitation Questions

Question 1

Can you provide more specificity regarding the definition of "bus parts" in direct relation to this Solicitation?

Does this "mean" engine/motor parts, (i.e., alternators, starters, etc.,)? (Submitted: Apr 25, 2018 9:17:56 AM

EDT)

Answer

- Please see Addendum No. 1. (Answered: May 2, 2018 7:00:57 AM EDT)

Solicitation FB-00886Miami-Dade County

5/2/2018 5:03 AM p. 30