12
BIDDER QUALIFICATION FORM TDD Phone: (305) 995-2400 Phone: (305)995-4195 Buyer Named: Robert Tyndall Direct all inquiries to the Bureau of Procurement and Materials Management. THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, Florida 33132 COMPLETE USING TYPEWRITER OR BALL-POINT PEN ONLY. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. I. II. III. A. B. BIDDER CERTIFICATION AND IDENTIFICATION. (SEE INSTRUCTIONS TO BIDDERS, para. 1.A.2. ) Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board of Miami-Dade County, Florida. INDEMNIFICATION The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss, damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney’sfees and court costs arising out of bodily injury to persons including death, or damage to tangible property arising out of or incidental to the performance of this Contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not due to or caused in part by the negligence or other culpability of the indemnity, excluding only the. sole negligence or culpability of the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida and its members, officers and employees. PERFORMANCE SECURITY. WHEN PERFORMANCE SECURITY IS REQUIRED I WILL FURNISH A: Performance Bond____________________ Check (Cashier’s check, Certified, or Equal)___________________ Bid No: 171-CC02 Bid Title: RIDE ON SWEEPER BIDS WILL BE ACCEPTED UNTIL 2:00 P.M. ON October 02, 2003 IN ROOM 351, SCHOOL BOARD ADMINISTRATION BUILDING, 1450 NE 2ND AVENUE, MIAMI, FL. 33132, AT WHICH TIME THEY WILL BE PUBLICLY OPENED. BIDS MAY NOT BE WITHDRAWN FOR 120 DAYS AFTER OPENING. (REFER TO INSTRUCTIONS TO BIDDERS, para. IV.B. ) THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALL CONSTITUTE A BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NO OTHER CONTRACT DOCUMENTS SHALL BE ISSUED. __________________________________________________________________ PLEASE TYPE OR PRINT BELOW LEGAL NAME OF VENDOR: MAILING ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE NUMBER: BY: SIGNATURE (ORIGINAL) NAME (TYPED) OF AUTHORIZED REPRESENTATIVE: OF AUTHORIZED REPRESENTATIVE: __________________________________________________________________ __________________________________________________________________ ___________________________ ___________________________ ___________________________ FAX #: DATE: TITLE: ____________________________ ____________________________ ____________________________ Refer to INSTRUCTIONS TO BIDDERS, para 1.A.1., and VI., and check (x) below: FM-3191 Rev. (12-02)

BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

BIDDER QUALIFICATION FORM

TDD Phone: (305) 995-2400Phone: (305)995-4195

Buyer Named:Robert Tyndall

Direct all inquiries to the Bureau of Procurement and

Materials Management.

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDASCHOOL BOARD ADMINISTRATION BUILDING

1450 Northeast Second AvenueMiami, Florida 33132

COMPLETE USING TYPEWRITER

OR BALL-POINT PEN

ONLY.

I certify that this bid is madewithout prior understanding,agreement,or connectionwith anycorporation,firm, or personsubmittinga bidfor thesamematerials,supplies,or equipment,andis in all respectsfair andwithout collusionor fraud.I agreeto abideby all conditionsofthis bid; andI certify that I amauthorizedto signthis bid for thebidder.

I.

II.

III.

A.

B.

BIDDER CERTIFICATION AND IDENTIFICATION. (SEE INSTRUCTIONS TO BIDDERS, para. 1.A.2.)

Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with the School Board of Miami-Dade County, Florida.

INDEMNIFICATION

The Bidder shall hold harmless,indemnify and defendthe indemnities(as hereinafterdefined)againstany claim, action, loss, damage,injury, liability, costor expenseof whatsoeverkind or natureincluding,but not by way of limitation, attorney’sfeesandcourtcostsarisingoutof bodily injury to personsincludingdeath,or damageto tangiblepropertyarisingoutof or incidentalto theperformanceof this Contract(including goodsandservicesprovidedthereto)by or on behalfof the Bidder, whetheror not dueto or causedin part by the negligenceorotherculpability of the indemnity,excludingonly the.solenegligenceor culpability of the indemnity.The following shall be deemedto beindemnities:TheSchoolBoardof Miami-DadeCounty,Floridaandits members,officersandemployees.

PERFORMANCE SECURITY.

WHEN PERFORMANCE SECURITY IS REQUIRED I WILL FURNISH A:

Performance Bond____________________ Check (Cashier’s check, Certified, or Equal)___________________

Bid No: 171-CC02 Bid Title: RIDE ON SWEEPER

BIDS WILL BE ACCEPTED UNTIL 2:00 P.M. ON October 02, 2003 IN ROOM 351, SCHOOL BOARD ADMINISTRATION BUILDING,1450 NE 2ND AVENUE, MIAMI, FL. 33132, AT WHICH TIME THEY WILL BE PUBLICLY OPENED. BIDS MAY NOT BE WITHDRAWNFOR 120 DAYS AFTER OPENING. (REFER TO INSTRUCTIONS TO BIDDERS, para.IV.B.)

THE SUBMISSION OF THE BID BY THE VENDOR, ACCEPTANCE AND AWARD OF THE BID BY THE SCHOOL BOARD OFMIAMI-DADE COUNTY, FLORIDA, AND SUBSEQUENT PURCHASE ORDERS ISSUED AGAINST SAID AWARD SHALL CONSTITUTEA BINDING, ENFORCEABLE CONTRACT. UNLESS OTHERWISE STIPULATED IN THE BID DOCUMENTS, NO OTHER CONTRACTDOCUMENTS SHALL BE ISSUED.

__________________________________________________________________

PLEASE TYPE OR PRINT BELOW

LEGAL NAME OF VENDOR:

MAILING ADDRESS:

CITY, STATE, ZIP CODE:

TELEPHONE NUMBER:

BY: SIGNATURE (ORIGINAL)

NAME (TYPED)OF AUTHORIZED REPRESENTATIVE:

OF AUTHORIZED REPRESENTATIVE:

__________________________________________________________________

__________________________________________________________________

___________________________

___________________________

___________________________

FAX #:

DATE:

TITLE:

____________________________

____________________________

____________________________

Refer to INSTRUCTIONS TO BIDDERS, para 1.A.1., and VI., and check (x) below:

FM-3191 Rev. (12-02)

Page 2: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance
Page 3: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance
Page 4: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance
Page 5: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance
Page 6: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

Bid Number:

Bid Title:

Assigned Buyer:

171-CC02

RIDE ON SWEEPER

Special Conditions

Robert Tyndall

The purpose of this bid is to establish a contract to purchase a ride on sweeperfor Linsey Hopkins Technical Education Center.

- PURPOSE 1A1

If an item is to be considered as an equal to the specified item, completetechnical specifications, together with illustrative materials providing brandname and model number of the item, are requested to accompany bid.Non-compliance with this condition may cause the item not to be consideredfor award.

- SPECIFICATIONS2

Delivery shall be made as soon as possible, but not later than 45 days afterreceipt of the purchase order.

- DELIVERIES3

If requested, bidders submitting alternate products must provide an equipmentdemonstration of the alternate equipment. Date, time and place will becommunicated to the vendor a minimum of fourteen (14) days prior to therequired demonstration. Any bidder not complying with this requirement willnot be eligible for award.

- DEMONSTRATION4

The School Board of Miami-Dade County Public Schools enacts a Cone ofSilence from issuance of a solicitation to written recommendation of award. Allprovisions of School Board Rule 6Gx13-8C-1.212 apply.

- CONE OF SILENCE5

Any person, firm, corporation or joint venture, with a business location inMiami-Dade County, Florida, which is submitting a bid, shall meet theCounty’s Occupational License Tax requirements in accordance with Chapter8A, Article IX of the Code of Miami-Dade County, Florida. Bidders with a

- OCCUPATIONAL LICENSE6

Page 7: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

Bid Number:

Bid Title:

Assigned Buyer:

171-CC02

RIDE ON SWEEPER

Special Conditions

Robert Tyndall

location outside Miami-Dade County shall meet their local Occupational Taxrequirements. A copy of the license is requested to be submitted with the BidProposal. If the Bidder has already complied with this requirement, a new copyis not required while the license is valid and in effect. It is the Bidder’sresponsibility to resubmit a copy of a new license after expiration ortermination of the current license. Non-compliance with this condition maycause the bid not to be considered for award.

All bidders are requested to complete the attached Vendor Information Sheet.In order to conduct new business under this bid, M-DCPS requires that thevendor(s) have a current vendor application on file. The information on bothdocuments must be consistent. Failure to comply with this condition maycause the vendor(s) not be awarded any new buisness. Vendor applications canbe downloaded at http://procurement.dadeschools.net

- VENDOR INFORMATION SHEET7

When filling out the Bid Proposal Form, bidders are required to use atypewriter or complete bid proposal in ink.

1. Use of pencil is prohibited.2. Do not erase or use correction fluid to correct an error.3. All changes must be crossed out and initialed in ink.

Those bids for individual items that do not comply with items 1, 2 and 3 abovewill be considered non-responsive for that item(s).

- ERASURES OR CORRECTIONS8

Page 8: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

Vendor Information Sheet

2. Telephone/Fax/Contact Person

Name of Firm, Individual(s), Partners or Corporation

City State Zip Code

3. Ownership Disclosure

Title GenderRace-ethnicity Stock Ownership

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or befamiliar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family Leave Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals. Failure to provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-DCPS. Vendor applications can be downloaded at: http://procurement.dadeschools.net

Street Address

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the stock or ownership. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. Post Office addresses are not acceptable.

Name

1A.Federal Employer Identification Number

Or Owner's Social Security Number

1B.

Address

__________________________________________Contact Person

E-mail address

Telephone number

Fax number

Page 9: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

Page 1 of 1The School Board of Miami-Dade County, Fl.Bid # 171-CC02

RIDE ON SWEEPER

Name Of Bidder:Bid #: 171-CC02

Title: RIDE ON SWEEPER

Buyer Name: Robert Tyndall

_____________________________________________

Complete specifications and/or descriptive literature must be included when submitting a bid for an alternate product.

Important Bid Notes

Length of Warranty

Local Service Address

Manufacturer& Model #

OR Brand & Product

#

Price PerUnit

UnitQuantityDescription Of Item

RIDE-ON SWEEPER -

1 EachItem 1. Mid-sized ride-on sweeper as per attached specifications.

Tennant Model 6600 Gas Sweeper or equal.

Page 10: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

1

Specifications Miami-Dade County Public Schools Bid #171-CC02, Ride-On Sweeper

Engine/Hydraulics

1. The engine should be gasoline operated and have a low oil/ high temperature shut down mechanism.

2. The unit must have full flow spin–on filters. 3. The unit shall have a dual element air filter with restriction indicator. 4. The unit shall have an industrial radiator and cooling system. 5. The unit shall have an easily accessible hydraulic cooler. 6. The unit shall have an hour meter mounted on the control panel. 7. The starter, alternator, and fuel injection shall be mounted to allow for easy

access for maintenance. 8. The unit must be able to climb a minimum 12-degree grade.

Instrumentation

1. Standard instruments and gauges shall be visible and accessible to the driver.

2. The electronic instrument panel must include an hour meter, fuel level indicator, water temperature indicator, oil pressure indicator, and amp gauge.

3. Circuit protection shall be with automotive type fuses. Steering

1. The unit shall have power steering and be rear wheel steered. 2. The rear tire(s) shall be solid (in lieu of pneumatic).

Sweeping Path:

1. The unit shall have a total sweeping path of a minimum of 61½ inches with a right hand side brush. The main brush shall be 45-inch minimum length.

2. The unit shall include a main brush and a poly side brush. 3. The side brush shall be designed to retract from a front or side impact. 4. The side brush shall free float to pick up debris in low areas.

Page 11: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

2

Electrical System

1. The unit shall have a 12-volt electrical system and be equipped with a heavy-duty maintenance free battery with a minimum of 450 cold cranking amps.

2. The unit must be equipped with headlights and taillights. 3. The unit must be equipped with automotive type fuses.

Hopper

1. The hopper shall be a minimum of 14 cubic feet with the ability to hold a minimum of 1,200 pounds of debris.

2. The hopper shall have a minimum ground clearance of 4 inches. 3. The hopper shall be made of or covered with a corrosion resistant material

that will not rust during the life of the sweeper. Multi-Level Dump System

1. The unit shall have the ability to dump at any height up to a minimum of 60 inches.

2. The unit shall have a speed reducer that engages when the hopper is in the raised position.

3. The unit shall have a closable hopper door so that debris cannot fall out during high-speed travel to the dumping site.

Dust Filter

1. The unit shall be equipped with a minimum 77.6 square foot dust filter. 2. The dust filter shall trap dust down to 3 microns. 3. The unit shall be equipped with a clogged filter indicator. 4. If water is swept, the filter area shall be protected by special baffling system

and a vacuum fan shut off valve. Safety and Certification

1. The machine shall meet Nationally Recognized Testing Laboratory specifications and have a label attached to the machine.

2. Under normal operating speeds, the noise level shall not exceed 80 decibels at the operator’s ear.

Page 12: BIDDER QUALIFICATION FORMprocurement.dadeschools.net/bidsol/pdf/bids/171cc02.pdf3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance

3

3. The unit shall include an automatic fire-sensing device, which is permanently mounted and maintenance free.

Warranty

1. The unit shall have a minimum warranty of 48 months or 2,800 hours (whichever comes first) for parts and minimum warranty of 6 months for labor.

2. All critical parts shall be delivered within 72 hours or else the parts shall be at no charge. The vendor may, in lieu of free parts, provide a loaner machine of equivalent quality at no charge until parts are secured.

3. The manufacturer shall have a local authorized repair facility within the tri-county area.

Other

1. The unit shall have a protective wrap around bumper. 2. All hardware below the bumper line shall be stainless steel or rust proof. 3. A copy of the parts and service manual shall be included with delivery of

the machine. 4. The unit shall be delivered fully assembled and ready for use.

Training

1. The successful bidder will conduct a training class on the operation, servicing and use of the unit. Instruction time shall be at least 4 hours.