Common use of BID PACKAGE REQUIREMENTS Clause in Contracts

BID PACKAGE REQUIREMENTS. This bid will be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. Failure to submit the below requested information may be cause for rejection of your bid. The determination on whether a bidder is responsible or not shall be at the sole discretion of the County. Although the County may request the submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etc., the County’s determination of a bidder’s responsibility shall not be solely based on the number of similar procurements the bidder provides but the entirety of the bidder’s qualifications. The Bidder shall submit the following information with the bid: [ ] 1. List and brief description of work substantially similar in scope and magnitude satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing the attached reference sheets, the same client entity shall not be used more than once. [ ] 2. List of equipment and facilities that would be dedicated to performing the specified services. A minimum of three (3) mechanical broom style (example Elgin Eagle) street sweepers and two (2) dump trucks (minimum capacity of 18 cubic yards) or two (2) roll-off containers (minimum capacity of 18 cubic yards) are required. List of all equipment including VIN number and Florida Tag Number. Bidder shall have and maintain a local office and repair facility. The contractor shall submit proof of ownership, VIN Number, Florida Registration, or a signed lease for the duration of the contract for equipment suitable for meeting the requirements of this contract. A list of the machines must be submitted with the bid. If new equipment is to be purchased, the contractor must provide a signed quotation from an equipment dealer, with a guaranteed delivery date, to ensure that work can begin on time. [ ] 3. List of personnel, by name and title, contemplated to perform the work and a copy of the required Operator licenses for the truck/sweeper operators. [ ] 4. Provide a copy of the latest registration(s) with the Florida Division of Corporations demonstrating the bidder and all listed sub-contractors can lawfully conduct business in the State of Florida. [ ] 5. Copies of all applicable licenses [ ] 6. Bid Response Form [ ] 7. Authorized Signatories/Negotiators [ ] 8. Drug-Free Workplace [ ] 9. Schedule of Sub-contracting [ ] 10. Conflict/Non-Conflict of Interest Form [ ] 11. E-Verification Certification [ ] 12. Current W9 [ ] 13. Relationship Disclosure Form [ ] 14. Orange County Specific Project Expenditure Report. [ ] 15. Agent Authorization Form (if Applicable) [ ] 16. Leased Employee Affidavit (if Applicable) [ ] 17. Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements, Appendix A, 44 C.F.R. PART 18 [ ] 18. Affidavit of Compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) with attached documentation evidencing affirmative steps. [ ] 19. Federal Debarment Certification Form [ ] 20. Information for determining Joint Venture Eligibility [ ] 21. Contract Y19-133-MV, Counterpart (1), signed without exception to terms and conditions. Counteroffers shall not be allowed. BID RESPONSE FORM IFB #Y19-133-MV The Contractor shall provide all labor and other resources necessary to provide the goods and/or equipment in strict accordance with the specifications defined in this solicitation for the amounts specified in this Bid Response Form, inclusive of overhead, profit and any other costs.

Appears in 3 contracts

Samples: ftp.orangecountyfl.net, ftp.orangecountyfl.net, ftp.orangecountyfl.net

AutoNDA by SimpleDocs

BID PACKAGE REQUIREMENTS. This bid will be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. Failure to submit the below requested information may be cause for rejection of your bid. The determination on whether a bidder is responsible or not shall be at the sole discretion of the County. Although the County may request the submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etc., the County’s determination of a bidder’s responsibility shall not be solely based on the number of similar procurements the bidder provides but the entirety of the bidder’s qualifications. The Bidder shall submit the following information with the bid. It is recommended to use the list below as a checklist for your bid submittal: [ ] 1. List and brief description of Reference Documentation Form (Required) Bidder shall complete the attached Reference Documentation Form. References shall be for work substantially similar in scope and magnitude satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing the attached reference sheets, the same client entity shall not be used more than oncecompleted. [ ] 2. Bidder shall provide a written statement on its letterhead affirming the firm has adequate experience, staff, resources, facilities and equipment, required to successfully perform the work in accordance scope of services herein. The statement shall also state and confirm that bidder can provide emergency service calls within four (4) hours of the County’s request, and before noon the next day for non-critical repairs. (Required) [ ] 3. Bidder shall provide proof, in the form of a business tax receipt, a copy of the Contractor/Business license in the state of Florida, a current Occupational License from a County or Municipality in the State of Florida, or any other incorporation document that demonstrates that the company has been in business providing door services for at least the last five (5) years. (Required) [ ] 4. List of equipment personnel contemplated to perform the work, supervisor by name and facilities that would be dedicated to performing the specified servicestitle including comprehensive resumes and job description. A The supervisor shall have a minimum of five (5) years verifiable experience and repair personnel shall have a minimum of three (3) mechanical broom style (example Elgin Eagle) street sweepers and two (2) dump trucks (minimum capacity years verifiable experience working on all types of 18 cubic yards) or two (2) roll-off containers (minimum capacity of 18 cubic yards) are required. List of all equipment including VIN number and Florida Tag Numberdoors described in this IFB. Bidder shall have and maintain a local office and repair facility. The contractor shall submit proof of ownership, VIN Number, Florida Registration, or a signed lease resumes for the duration of the contract for equipment suitable for meeting the requirements of this contract. A list of the machines must be submitted with the bid. If new equipment is to be purchased, the contractor must provide a signed quotation from an equipment dealer, with a guaranteed delivery date, to ensure that work can begin on time. [ ] 3. List of personnel, by name and title, contemplated to perform the work and a copy of the required Operator licenses for the truck/sweeper operators. [ ] 4. Provide a copy of the latest registration(seach position as follows: -One Supervisor -Three Repair Technicians (Required) with the Florida Division of Corporations demonstrating the bidder and all listed sub-contractors can lawfully conduct business in the State of Florida. [ ] 5. Copies of all applicable licenses Bid Response Form (Required) [ ] 6. Bid Response Form Acknowledgement of Addenda (Required if Applicable) [ ] 7. Authorized Signatories/Negotiators (Required) [ ] 8. Drug-Free Workplace (Required) [ ] 9. Schedule of Sub-contracting (Required if Applicable) [ ] 10. Conflict/Non-Conflict of Interest Form (Required) [ ] 11. E-Verification Certification (Required) [ ] 12. Current W9 (Required) [ ] 13. Relationship Disclosure Form (Required to be Submitted and Notarized) [ ] 14. Orange County Specific Project Expenditure Report. (Required to be Submitted and Notarized) [ ] 15. Agent Authorization Form (Submit if Applicable) [ ] 16. Leased Employee Affidavit (Submit if Applicable) [ ] 17. Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements, Appendix A, 44 C.F.R. PART 18 [ ] 18. Affidavit of Compliance with 2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) with attached documentation evidencing affirmative steps. [ ] 19. Federal Debarment Certification Form [ ] 20. Information for determining Joint Venture Eligibility (if Applicable) (Submit if Applicable) [ ] 2118. Contract Y19Y22-133-MV186, Counterpart (1), signed without exception to terms and conditions. Counteroffers shall not be allowed. (Required) Failure to submit the above requested information may be cause for rejection of your bid. STATEMENT OF NO-BID The Procurement Division is committed to continuously improve its processes and our goal is to receive maximum participation from the vendor community. If your firm chooses not to participate in responding to this solicitation please email Xxxxxx.Xxxxxx@xxxx.xxx, referencing the IFB number, and briefly explain why the decision was made to not participate. BID RESPONSE FORM IFB #Y19Y22-133-MV 186 The Contractor shall provide all labor and other resources necessary to provide the goods and/or equipment in strict accordance with the specifications defined in this solicitation for the amounts specified in this Bid Response Form, inclusive of overhead, profit and any other costs.. West Building 90 Minute Doors, ADA Doors, Automatic Sensor Doors, Delayed-Egress Doors, Sliding Glass Doors, Smoke Evacuation Doors, and the North/South Building Motorized Smoke Evacuation Doors and ADA doors. ITEM NO. DESCRIPTION ESTIMATED QUANTITY OF DOORS PRICE PER QUARTER TOTAL ESTIMATED ANNUAL BID TOTAL ESTIMATED BID 1. Inspection and Preventative Maintenance of West Building 90 Minute Doors, ADA Doors, Automatic Sensor Doors, Delayed-Egress Doors, Sliding Glass Doors, North/South Motorized Smoke Evacuation Doors, ADA Doors 478 $ X4 Qtrs =$ X 3 Years =$ Additional Work or Repairs ITEM NO. DESCRIPTION ESTIMATED ANNUAL HOURS HOURLY RATE TOTAL ANNUAL BID TOTAL ESTIMATED BID 2. Additional Work or Repairs Standard Work Hours 3,000 X $ =$ X 3 Years =$ 3. Additional Work or Repairs Non- standard work hours 300 X $ =$ X 3 Years =$ 4. Parts and Materials Actual Cost with percentage mark-up or mark- down for parts over the actual cost (documentation required). $175,000 X % □Markup □MarkDown =$ X 3 Years =$ BIDDER SHALL SELECT MARK-UP OR MARK-DOWN EXAMPLE: If the mark-up is 10% your total bid is calculated as follows: $175,000 x 1.10=$192,500 x 3 years = $577,500 OR If the mark-down is 10% your total bid is calculated as follows:$175,000 x .90 = $157,500 x 3 years = $472,500 5. Unforeseen Expenses (Shipping, Permits, Sales Tax, Subcontractors, etc. – At Cost) $10,000 N/A =$10,000 X 3 Years =$30,000 TOTAL ESTIMATED BID $ Company Name IMPORTANT NOTE: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County’s bid documents(s). Inclusion of additional terms and conditions such as those which may be on your company’s standard forms shall result in your bid being declared non-responsive as these changes will be considered a counteroffer to the County’s bid. *******List Nearest available location for replacement parts: ******** Performance shall be conducted during OCCC standard work hours of Monday through Friday, 6AM to 6PM, if OCCC show schedule permits. For emergency service the onsite response time is within four (4) hours from receipt of notification, and before noon the next day for non-critical repairs, per Special Terms and Conditions. Inquiries regarding this Invitation for Bids may be directed to Xxxxxx Xxxxxx, Contracting Agent, at Xxxxxx.Xxxxxx@xxxx.xxx BID RESPONSE FORM - CONTINUED THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. TIN#: D-U-N-S® # (Street No. or P.O. Box Number) (Street Name) (City) (County) (State) (Zip Code) Contact Person: Phone Number: Fax Number: Email Address: EMERGENCY CONTACT Emergency Contact Person: Telephone Number: Cell Phone Number: Residence Telephone Number: Email:

Appears in 1 contract

Samples: ftp.orangecountyfl.net

AutoNDA by SimpleDocs
Time is Money Join Law Insider Premium to draft better contracts faster.