+ All Categories
Home > Documents > ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.:...

ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.:...

Date post: 13-Apr-2018
Category:
Upload: vannhu
View: 216 times
Download: 3 times
Share this document with a friend
31
ADDENDUM NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M. This addendum is and does become a part of the above mentioned bid. Please note the following change(s): Remove page 15 from the bid solicitation and insert page 15a. ALL OTHER INFORMATION REMAINS THE SAME Herman Ramsey Herman Ramsey Senior Procurement Contracting Agent Department of Procurement Management Cc: File Clerk of the Board
Transcript
Page 1: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

ADDENDUM NO.: 1

June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M. This addendum is and does become a part of the above mentioned bid. Please note the following change(s): Remove page 15 from the bid solicitation and insert page 15a.

ALL OTHER INFORMATION REMAINS THE SAME

Herman Ramsey Herman Ramsey Senior Procurement Contracting Agent Department of Procurement Management Cc: File Clerk of the Board

Page 2: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR BID SUBMITTAL FOR:

QUICKLIME

FIRM NAME: ______________________________________________________________

15a

Please verify that the following documents are attached (Initial) 1. Certification of Analysis _________ 2. Material Safety Data Sheets _________ 3. Current year manufacturer authorization letter _________ 4. Two signed reference letters _________

Page 3: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

BID NO.: 7925-1/20-OTR

OPENING: 2:00 P.M.

Wednesday

June 16, 2010

MIAMI-DADE COUNTY, FLORIDA

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

TITLE:

QUICKLIME

THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND:................................NA CATALOGUE AND LISTS: ................................................................NA CERTIFICATE OF COMPETENCY:..................................................NA EQUIPMENT LIST: ...............................................................................NA EXPEDITED PURCHASING PROGRAM (EPP) NA

INDEMNIFICATION/INSURANCE: ...................................................NA LIVING WAGE: ....................................................................................NA PRE-BID CONFERENCE/WALK-THRU: ................................ NA SMALL BUSINESS ENTERPRISE MEASURE: ................................See Section 2 Para 2.2 SAMPLES/INFORMATION SHEETS: ...............................................See Section 3 Para 3.3(e) SECTION 3 – MDHA: ............................................................................NA SITE VISIT/AFFIDAVIT: ................................................................NA USER ACCESS PROGRAM: ................................................................See Section 2 Para 2.21 WRITTEN WARRANTY: ................................................................NA

FOR INFORMATION CONTACT: Herman Ramsey at [email protected]

IMPORTANT NOTICE TO BIDDERS:

COMPLETE AND RETURN ALL AFFIDAVITS WITH BID SUBMITTAL FORM

MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT

PURCHASING DIVISION

FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 17 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR

INELIGIBLE FOR LOCAL PREFERENCE

FAILURE TO SIGN PAGE 17 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE

Page 4: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY, FLORIDA

INVITATION TO BID

Bid Number: 7925-1/20-OTR

Title: Quicklime

Sr. Procurement Contracting Agent: Herman Ramsey

Bids will be accepted until 2:00 p.m. on June 16, 2010

Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each Bid submitted to the Clerk of the Board shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid Submittal, plus attachments if applicable. The Bidder may, at Bidder’s option, also provide the Excel file containing the information on the Vendor Pricing document on CD or Diskette. The file to be provided is to be downloaded at HTTP://SERVICES.MIAMIDADE.GOV/DPM/SOLICITATIONLIST.ASPX. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal deadline shall be accepted as timely submitted. The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department, in consultation with the County Attorney’s Office, to determine whether the bid will be accepted as timely.

NOTICE TO ALL BIDDERS:

• FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE.

• THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION

Page 5: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 1

GENERAL TERMS AND CONDITIONS

- I - Revised 12/1/09

Page 6: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 1

GENERAL TERMS AND CONDITIONS

- II - Revised 12/1/09

Page 7: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 1

GENERAL TERMS AND CONDITIONS

- III - Revised 12/1/09

Page 8: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 1

GENERAL TERMS AND CONDITIONS

- IV - Revised 12/1/09

Page 9: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 1

GENERAL TERMS AND CONDITIONS

- V - Revised 12/1/09

Page 10: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 1 -

2.1 PURPOSE: TO PRE-QUALIFY VENDORS The purpose of this solicitation is to pre-qualify vendors for future pricing competition. This initial solicitation provides for the submission of documents and forms intended to verify that the vendor meets or exceeds the minimum criteria set forth elsewhere in this solicitation. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a Pre-Qualification List that may be accessed by Department of Procurement Management in order to obtain price quotations for the purchase and delivery of quicklime by truckloads and rail cars.

2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER

THAN $50,000 (Bid Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access http://www.miamidade.gov/sba/home.asp. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference.

2.3 PRE-BID CONFERENCE INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: SIXTY (60) MONTH FIXED PERIOD

This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for (60) sixty months and upon completion of the expressed and/or implied warranty periods, and shall expire on the last day of the sixty (60) month period. Spot market quotes will be solicited semi-annually, during the sixty (60) month period. It shall be the sole prerogative of Miami-Dade County to review the initial sixty (60) months on an annual basis.

2.5 OPTION TO RENEW FIVE (5) YEARS

At the completion of the sixty (60) months of the original contract term, Miami-Dade County shall have the option to renew for an additional five (5) consecutive years, maintaining the same structure and purchasing format. Continuation of the contract beyond the initial period

Page 11: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 2 -

is a County prerogative not the right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. In the event that the bidder declines the County’s right to exercise the option period, the County will consider the successful bidder in default and may affect it’s eligibility for award on future contracts.

2.6 METHOD OF AWARD TO PRE-QUALIFIED BIDDERS WHO WILL BE INVITED

TO PARTICIPATE IN SPOT MARKET PURCHASES

Award of this contract will be made to all those responsive, responsible bidders who meet the qualifications as stated herein and who meet or exceed the minimum criteria as established below: Bidders Certifications:

a) Bidders shall maintain an office or warehouse with a working telephone, a separate

facsimile (fax) line or electronic mail address to expedite quotes. This facility shall be staffed by competent company representatives who can be contacted Monday through Friday from 8:00 AM to 5:00 PM.

b) Bidders shall be a manufacture and/or an authorized distributor or dealer and capable of providing and delivery of quicklime by rail cars and/or trucks. Provide a current year letter from the manufacturer, stating that the bidder is an authorized distributor/dealer of the manufacturer. The letter must be signed and on the manufacturers’ letterhead with the manufacturer contact person name and phone number.

Reseller: Provide a signed current year letter along with the suppliers’ manufacturer line card, stating that the bidder is authorized to re-sell their product. This letter shall be on the suppliers’ letterhead with the suppliers’ contact person name and telephone number.

c) Bidders shall provide a Certification of Analysis supplied by the manufacturer of the material in accordance with American Waste Water Association (AWWA).

d) Bidders shall provide a Material Safety Data Sheets supplied by the manufacturer. e) Bidders shall provide documentation showing it has been active for the past two years

in distribution of quicklime in rail car and/or truck. Bidder shall provide two signed reference letters where the bidder has distributed quicklime in rail car and/or truck (Commercial Business and/or Government Agencies) from which the bidder has established a good standard of performance for two continuous years. No more than one of these references may be from a department or Division of Miami-Dade County Government. This letter shall be in the following format:

Page 12: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 3 -

1) Brief description of the bidder’s performance in providing the product; and what delivery transportation methods used.

2) Number of continuous years the agencies or business has been conducting business with the bidder.

3) Contact person name, title, and phone number. 4) Signed signature block

Bidders shall be placed on a Pre-Qualification List that may be accessed by Department of Procurement Management (DPM) on a semi-annual basis. It shall be the sole prerogative of the County as to the number of awarded vendors on this contract. During the term of this contract, the County reserves the right to add qualified vendor to the pool or delete manufacturer and vendors as it deems necessary and in its best interest.

This award does not preclude the ability of the remaining pre-qualified vendors from submitting offers from other specific periods. 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:

All prices to be quoted by the bidders shall be in accordance with the provisions established in this solicitation. Prices for goods shall remain firm and fixed for each semi-annual spot market period. The bidders’ price quoted shall be inclusive of all costs, charges, and fees involved in providing the specified products. Additional charges of any kind added to the invoice

submitted by the contractor will be disallowed.

2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY

EQUIPMENT INTENTIONALLY OMITTED 2.9 EQUAL PRODUCT INTENTIONALLY OMITTED 2.10 LIQUIDATED DAMAGES INTENTIONALLY OMITTED 2.11 INDEMNIFICATION AND INSURANCE INTENTIONALLY OMITTED 2.12 BID GUARANTY INTENTIONALLY OMITTED 2.13 PERFORMANCE BOND INTENTIONALLY OMITTED 2.14 CERTIFICATIONS INTENTIONALLY OMITTED

Page 13: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 4 -

2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES

The vendor(s) shall submit an invoice(s) to the County user department(s) after purchase has been completed, whether the specific item(s) were picked up by authorized County personnel or delivered to the site by the vendor. In addition to the general invoice requirements set forth below, the invoices shall reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. All invoices shall contain the following basic information: I. Vendor Information:

• The name of the business organization as specified on the contract between Miami-Dade County and vendor

• Date of invoice

• Invoice number

• Vendor’s Federal Identification Number on file with Miami-Dade County

II. County Information:

• Miami-Dade County Release Purchase Order or Small Purchase Order Number

III. Pricing Information:

• Unit price of the goods, services or property provided

• Extended total price of the goods, services or property

• Applicable discounts

IV. Goods or Services Provided per Contract:

• Description

• Quantity

V. Delivery Information:

• Delivery terms set forth within the Miami-Dade County Release Purchase Order

• Location and date of delivery of goods, services or property

Page 14: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 5 -

VI. Failure to Comply: Failure to submit invoices in the prescribed manner will delay payment.

2.16 SHIPPING TERMS: F.O.B. DESTINATION

All bidders shall quote prices based on F.O.B. Destination (freight shall be included in the

proposed price, per Section 1, Paragraph 1.17) and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at ordering plant. The successful bidders shall be responsible for filing, processing, and collecting all damage claims against the shipper.

2.17 DELIVERY SHALL BE SEVEN (7) DAYS AFTER DATE OF ORDER

The vendors shall make deliveries within seven (7) calendar days after the date of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the successful vendor(s). Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated above, may result in the vendor being deemed in breach of contract. The County may terminate the contract for default and charge the vendor re-procurement costs, if applicable. Notwithstanding the foregoing, in the event that a Force Majeure prevents the vendor(s) from delivering the product within the number of days stated in this provision, the vendor(s) shall immediately notify the County of the delay in delivery as a result of Force Majeure. Upon such notice, the County may, at it sole discretion, procure the required product from next low vendor or choose to accept such delay in delivery. In the event that the County chooses to procure the required product from the next low bidder, the parties agree that any Release Order for the product subject to a delay as result of Force Majeure is cancelable at the County’s sole discretion. For purposes of this paragraph “Force Majeure” shall mean any acts of God, war (declared or undeclared), government regulation, terrorism, disaster, strikes, civil disorder, curtailment of transportation facilities, or similar occurrences beyond the vendors’ control.

2.18 BACK ORDER DELAYS IN DELIVERY SHALL NOT BE ALLOWED

The County shall not allow any late deliveries attributed to product back order situations under this contract. Accordingly, the vendor is required to deliver all items to the County within the time specified in this solicitation and resultant contract; and no grace period on account of back order situations shall be honored, unless written authorization is issued by the user department, and a new delivery date is mutually established. In the event that the vendor fails to deliver the products within the time specified, may result in the vendor being deemed in breach of contract. The County may terminate the contract for default and charge the vendor re-procurement costs, if applicable.

2.19 WARRANTY REQUIREMENTS INTENTIONALLY OMITTED

Page 15: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 6 -

2.20 CONTACT PERSONS:

For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Herman Ramsey, at email – [email protected].

2.21 COUNTY USER ACCESS PROGRAM (UAP)

User Access Fee Pursuant to Miami-Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County’s Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami-Dade County contract pricing and terms and conditions. The County will provide to approve entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order.

For all ordering entities located outside the geographical boundaries of Miami-Dade County, the successful vendor shall be entitled to ship goods on an “FOB Destination, Prepaid and Charged Back” basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods.

Miami-Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP.

Page 16: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 7 -

Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami-Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract.

2.22 ACCIDENT PREVENTION AND BARRICADES

Precautions shall be exercised at all times for the protection of persons and property. All vendors 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 borne solely by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager.

2.23 ADDITIONAL FACILITIES MAY BE ADDED

Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added or deleted at the option of the County. When required by the pricing structure of the contract, vendor(s) under this contract shall be invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. If this contract has a single incumbent vendor, the additional site(s) shall be added to this contract by formal modification of the award sheet. If there are multiple incumbent vendors under this contract, and the additional effort is to be assigned to only one of these vendors, a separate release order will be issued.

2.24 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County, which identifies the requirements of the additional County department(s) or agency (ies).

2.25 COMPLIANCE WITH FEDERAL STANDARDS

All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA).

Page 17: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 8 -

2.26 DEMURRAGE CHARGES WILL NOT BE ALLOWED

The County shall not incur separate demurrage charges from vendors who supply containers on an interim basis to the County in conjunction with this contract. Any rental or demurrage costs for such containers that are normally charged by the vendor must be reflected in the unit prices offered by the vendor.

2.27 IDENTIFICATION OF EACH ITEM

Each item must be clearly identified on the offer submittal pages(s) as to manufacturer and product location shipped from, as requested, in order to be eligible for award. Use of terms such as, “As Spec” or left blank is unacceptable. Failure to provide this information with the offer may result in the offer being deemed non-responsive.

2.28 LEGAL REQUIREMENT FOR POLLUTION CONTROL

It is the intent of these specifications to comply with the Miami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the Miami-Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the vendor through the Department of Environmental Resources Management (DERM), 701 N.W. 1st Court, Suite 400, Miami, Florida 33136, Telephone (305) 372-6789.

2.29 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING

DELIVERY:

The successful vendor(s) shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back-order quantities and estimated delivery of back-orders if applicable.

2.30 TESTING OF RANDOM SAMPLES OF DELIVERED PRODUCTS

During the term of the contract, samples of delivered items may be randomly selected and tested for compliance with these specifications. If it is found that the delivered commodities do not conform to the specifications, the county shall require replacement within three (3) calendar days. Should the vendor fails to delivered commodities within the number of calendar days, may result in the vendor being deemed in breach of contract. The County may terminate the contract for default and charge the vendor re-procurement costs, if applicable.

Page 18: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 2 SPECIAL CONDITIONS

QUICKLIME

- 9 -

2.31 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 vendor(s) performing under this contract shall be required to provide two (2) complete sets of Material Safety Data Sheets to each User Department utilizing the awarded products. This information should be provided at the time when the initial delivery is made, on a department by department basis.

For additional information on the Federal Right to Know Regulation, contact OSHA at www.OSHA.gov or call (954) 424-0242.

2.32 SECURITY OF DELIVERIES

The awarded vendor(s) of this bid shall not disclose any shipping information, e.g. delivery schedules, rail car locations, delivery routes, etc, to any person, company or organization without the written permission of the M-DWASD Water Production Division or his designee. The awarded vendor(s) must seal all shipments made pursuant to this bid and the seal must remain unbroken until the delivery is received at the designated M-DWASD facility. The Chief’s Office may be contacted at the following numbers:

Office: (305) 520-4721 Cellular: (786) 229-0701

Page 19: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 3 TECHNICAL SPECIFICATION

QUICKLIME

- 10 -

3.1 PRODUCT REQUIREMENT

Quicklime shall be suitable for use in treating a potable water supply and shall conform to American Water Works Association (AWWA) Specification B202-07 as modified herein. Quicklime shall be quick slaking freshly burned lime. Lime shall be sized so that none shall be retained on a ¾ inch screen and not more than 5% shall pass a No. 100 U.S. Standard Sieve. Quicklime shall contain an average of 90% available calcium oxide as determined by American Society for Testing and Materials (ASTM) Designation C25-83. Bonus or penalty provisions as set forth in AWWA Specification B202-07 will not apply. Lime containing less than 80% available calcium oxide is not acceptable. Residue after slaking shall not be more than 3% dry weight. Quicklime shall contain no silica rock. In accordance with the Federal “Right-to-Know” Regulation implemented by the Occupational Safety and Health Administration (OSHA) all Bid Submittal Forms should be accompanied by the required Material Safety Data Sheet (MSDS). Failure to include a MSDS with your offer may result in the being deemed non-responsible.

3.2 APPLICABLE PUBLICATIONS

The following publications of the issue in effect on date of Invitation to Bid form a part of these specifications: AWWA B202-07 Standard for Quicklime and Hydrated Lime ASTM C25-83 Method for Chemical Analysis of Limestone, Quicklime and Hydrated Lime Copies of AWWA Standard may be obtained from the American Water Works Association, 6666 W. Quincy Avenue, Denver, CO 80235; and ASTM Standard from the American Society for Testing and materials, 1916 Race Street, Philadelphia, PA 19103. Quicklime not meeting specifications, particularly gradation, shall be subject to return to vendor. Samples of Quicklime shipments will be taken by the User department for supplier’s inspection.

Page 20: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 3 TECHNICAL SPECIFICATION

QUICKLIME

- 11 -

3.3 RAIL CARS AND TRUCKS DELIVERIES

a) Delivery Locations:

Deliveries shall be made to the Alexander Orr Jr. Water Treatment Plant located at 6800 S.W. 87th Avenue, Miami, Florida 33173 and /or John E. Preston Water Treatment Plant Located at 1100 W. 2nd Avenue, Hialeah, Florida 33010 during the hours or 8:00 AM – 5:00 PM, Monday thru Friday.

b) By Rail Deliveries:

Rail cars shall be a minimum of 70-ton covered hopper type and shall be suitable for unloading from the bottom by pneumatic conveyor. When required, deliveries to the John E. Preston and Alexander Orr Jr. Water Treat Plant, may average 400 tons per week.

c) By Truck Deliveries:

Deliveries shall be by 25-ton tanker truck equipped with an air blower system for pneumatically conveying the quicklime into the using agency’s silo. When required, deliveries by truck will average 570 tons per week for Preston Plant.

d) Notes:

1. Unloading Equipment: Maintenance of unloading equipment for Rail Cars shall be the responsibility of the County in order to insure adequate lime supplies to the Department’s Water Treatment Plant. Maintenance of the Air Blower System on the tanker trucks shall be the responsibility of the bidder.

2. Weight Certification: Each delivery shall be accompanied by a weight

certificate issued at a certified scale showing the net weight of the material.

3. Notification of Shipments: The vendor shall notify Alexander Orr Jr.

Water Treatment Plant Office (305) 271-9571 or John E. Preston Water Treatment Plant Office (305) 520-4750, as appropriate by telephone of all shipment including car number(s) and date(s) shipped. All delivery documents must contain the delivery and/or blanket purchase order number, car number and shipping date, in addition to other information.

Page 21: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 3 TECHNICAL SPECIFICATION

QUICKLIME

- 12 -

4. Receipt of Goods Policy: It is the responsibility of the initiating unit to

inspect the goods received to determine conformity to the purchase order. If the goods delivered are not in conformity with the order, the shipment should be returned.

5. The Department has two regularly scheduled maintenance overhaul

shutdown periods of its lime kiln usually in May and November. These shutdown periods may last two or three weeks. In addition, there may be other emergency shutdown periods. During these periods the supplier shall be able to ship at least an additional six to seven cars per week for a three to four week period.

6. In the event the supplier cannot meet our delivery requirements, may

result in the vendor being deemed in breach of contract. The County may terminate the contract for default and charge the vendor re-procurement costs, if applicable.

7. Payment will only be made for weight of material received. Each

delivery shall be accompanied by a weight certificate of a certified scale showing the net weight of quicklime. The signature of the using department authorized representative confirming receipt and acceptance of material shall also be the basis of and support for all invoices submitted for payment.

e) Sampling, Inspection and Test Procedures

In addition to Paragraph 2.30 and 2.31, bidders may be required to furnish a satisfactory sample for testing for compliance with this specification, or otherwise prove to the satisfaction of the using agency that the proposed material complies with the using agency’s requirements. Each bidder shall furnish two current references of firms they are supplying with this material. All samples shall be tested in accordance with the test methods outlined in the AWWA standards as modified by these technical specifications. The County reserves the right to make inspections and/or test as necessary to insure delivery of a satisfactory product. Product samples for testing will be taken directly from the hoppers during the unloading process at spaced intervals. Any material not suitable for use by the department may be rejected and the balance of the order cancelled immediately.

Page 22: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR SECTION 4 BID SUBMITTAL FORM

QUICKLIME

Revised 9/9/09

- 13 -

OPENING: 2:00 P.M.

Wednesday

June 16, 2010

NOTE: Miami-Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request.

Issued by:HLR

DPM Purchasing Division

Date Issued: 02/19/10 This Bid Submittal Consists of

Pages 13 through 17+Affidavits

Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement.

QUICKLIME A Bid Deposit in the amount of NA of the total amount of the bid shall accompany all bids

A Performance Bond in the amount of NA of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami-Dade County

DO NOT WRITE IN THIS SPACE ACCEPTED _____ HIGHER THAN LOW _____ FIRM NAME: ______________________________ NON-RESPONSIVE _____ NON-RESPONSIBLE _____ DATE B.C.C. ___________ NO BID _____ ITEM NOS. ACCEPTED _________________________________ COMMODITY CODE: 885-76, 78, 885 SR. PROCUREMENT AGENT: Herman Ramsey

RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. THE BIDDER MAY, AT BIDDER’S OPTION, ALSO PROVIDE THE

EXCEL FILE CONTAINING THE INFORMATION ON THE VENDOR PRICING DOCUMENT ON CD or DISKETTE. THE FILE TO BE PROVIDED IS TO BE

DOWNLOADED AT http://services.miamidade.gov/DPM/SolicitationList.aspx FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 17 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR

INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 17 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER

YOUR BID NON-RESPONSIVE

Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983

PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES, DELIVERED INMIAMI-DADE COUNTY, FLORIDA

Page 23: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR BID SUBMITTAL FOR:

QUICKLIME

FIRM NAME: ______________________________________________________________

Revised 9/9/09

- 14 -

Page 24: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR BID SUBMITTAL FOR:

POLYMER FOR USE IN WATER TREATMENT

FIRM NAME: ______________________________________________________________

Revised 9/9/09

- 15 -

Please verify that the following documents are attached (Initial) 1. Certification of Analysis _________ 2. Material Safety Data Sheets _________ 3. Current year manufacturer authorization letter _________ 4. Two signed reference letters _________

Page 25: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Revised 9/9/09

16

SECTION 4 BID SUBMITTAL FOR:

QUICKLIME

ACKNOWLEDGEMENT OF ADDENDA

INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES

PART I:

LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID

Addendum #1, Dated

Addendum #2, Dated

Addendum #3, Dated

Addendum #4, Dated

Addendum #5, Dated

Addendum #6, Dated

Addendum #7, Dated

Addendum #8, Dated

PART II:

NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID

FIRM NAME:

AUTHORIZED SIGNATURE: DATE:

TITLE OF OFFICER:

Page 26: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Revised 11/12/09

17

BID SUBMITTAL FORM

Bid Title: QUICKLIME By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami-Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami-Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee’s interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Miami-Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.

Place a check mark here only if bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a “local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service-disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming bidder is a Local Certified Service-Disabled Veteran Business Enterprise. A copy of the certification must be submitted with this proposal.

COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County’s information, the bidder is requested to indicate, at ‘A’ and ‘B’ below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, and the bidder’s expression of general interest at ‘A’ and ‘B’ below is for the County’s information only and shall not be binding on the bidder.

A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-governmental or not-for-profit entities located within the geographical boundaries of Miami-Dade County?

Yes No B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-governmental or not-for-profit entities located outside the geographical boundaries of Miami-Dade County?

Yes No

Firm Name: ______________________________________________________________________________________________________ Street Address: ___________________________________________________________________________________________________ Mailing Address (if different): ________________________________________________________________________________________ Telephone No. _______________________________ Fax No. _________________________ Email Address: ________________________________________ FEIN No. __/__-__/__/__/__/__/__/__ Prompt Payment Terms: _____% _____ days net _____days *“By signing this document the bidder agrees to all Terms (Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract” Signature: ________________________________________________________________________(Signature of authorized agent) Print Name: _____________________________________ Title: ____________________________________________

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL.

FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL

NON-RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED

DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER.

Page 27: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

APPENDIX

AFFIDAVITS FORMAL BIDS

Page 28: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Page 1 of 4 Revised 11/20/08

Page 29: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Page 2 of 4 Revised 11/20/08

Page 30: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Page 3 of 4 Revised 11/20/08

Page 31: ADDENDUM NO.: 1 - Miami-Dade NO.: 1 June 3, 2010 TO: All Prospective Bidders SUBJECT: Bid No.: 7925-1/20-OTR, Quicklime BID OPENING: Wednesday, June 16, 2010, 2:00 P.M.

MIAMI-DADE COUNTY BID NO.: 7925-1/20-OTR

Page 4 of 4 Revised 11/20/08


Recommended