Loading...
HomeMy WebLinkAboutR-02-0788J-02-599 6/28/02 RESOLUTION NO. 02— 788 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE CONSTRUCTION AND/OR PAVING OF SPORTS COURTS AT VARIOUS CITY PARKS FOR THE DEPARTMENT OF PARKS AND RECREATION FROM AGILE COURTS CONSTRUCTION, INC. AND MCCOURT CONSTRUCTION, INC., UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 6941 -2/04 -OTR -CW, EFFECTIVE THROUGH FEBRUARY 28, 2003, AND ANY EXTENSIONS, IN A TOTAL AMOUNT NOT TO EXCEED $81,400; ALLOCATING FUNDS FROM SAFE NEIGHBORHOOD PARK BOND FUNDS, AS APPROPRIATED BY THE ANNUAL APPROPRIATIONS AND CAPITAL IMPROVEMENT PROJECTS ORDINANCES, AS AMENDED. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The construction and/or paving of sports courts at various City parks for the Department of Parks and Recreation from Agile Courts Construction, Inc. and McCourt Construction, Inc., under existing Miami -Dade County Contract No. 6941 -2/04 -OTR -CW, effective through February 28, 2003, and any extensions, in a total amount not to exceed $81,400, is approved, with funds allocated from Safe Neighborhood Park Bond CITY COM OSSION MF.,Tnq,c bF J 111- a 9 2002 P,,sn D10- 02- '78S r Funds, as appropriated by the Annual Appropriations and Capital Improvement Projects Ordinances, as amended. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 9th day of July , 2002. ATTEST: PRISCILLA A. THOMPSON CITY CLERK W6308:tr:LB 4%00 % az� /1, 0 / e 7 -&OLV!f?!�J, MANUEL A. DIAZ, MWTR SS:V 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 02- 7S8 CITY OF MIAMI, FLORIDA CA=4 INTER-OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM A. menez City Mana er RECONIldENDATION DATE: JUN 2 8 2'02 FILE : SUBJECT: Authorizing the Refurbishment of Sport Courts at Various City Parks/Miami-Dade County REFERENCES: Bial No. 6941 -2/04 -OTR -CW ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the refurbishment of sport courts at various City parks, as designated herein, by Agile Courts Construction, Inc., located at 7335 S.W. 104th Street, Miami, Florida 33156 and McCourt Construction, Inc., located at 15155 S.W. 117th Avenue, Suite 25, Miami, Florida 33177. These are both pre -qualified Miami -Dade County/non-minority contractors, in an amount not to exceed $81,400. We are utilizing Miami -Dade County Contract No. 6941 -2/04 -OTR -SW, effective through February 29, 2003, subject to any extensions thereto by Miami -Dade County, allocating funds therefore from the Safe Neighborhood Park Bond Program, as appropriated by the annual Appropriations and Capital Improvement Ordinance, as amended. The City of Miami Parks and Recreation Department has identified funds for the refurbishment of sport courts at various city Parks at a total cost not to exceed $81,400 utilizing Safe Neighborhood Park Bond (SNPB) funds. In an effort to expedite the implementation of capital improvement projects to be completed at various City parks, the City seeks to utilize Miami -Dade County Contract No. 6941 -2/04 - OTR -CW. 02- 788 The Honorable Mayor and Members of the City Commission Page 2 of 2 The Departments of Purchasing and Parks and Recreation have realized substantial savings in time, advertising and administrative cost utilizing Miami -Dade County contracts for the aforesaid services. It is, therefore, recommended that an award be made to Agile Courts Construction, Inc., and McCourt Construction, Inc., as the responsible and responsive vendors awarded under existing Miami -Dade County Contract No. 6941-2/04 for the refurbishment of sport courts at various City parks in the estimated amount indicated below: CIP NUMBER PARK NAME AMOUNT FUNDING SOURCE 331342 Armbrister $20,600 SNPB 333113 Curtis Park $23,200 SNPB 331357 Dorsey Park $11,200 SNPB 331341 Gibson Park $26,400 SNPB TOTAL AMOUNT $81,400 FISCAL IMPACT: NONE - GRANT FUNDED cti � 9�°L�1'tL'�a4loY CAG/FR/AR/sb 02— 788 1. Department: Parks and Recreation 2. Agenda Item # (if available) Budgetary Impact Analysis Division: Administration - Capital Improvement 3. Title and brief description of legislation or attach ordinance/resolution: Resolution authorizing the refurbishment of Wort courts at various City parks (Armbrister. Curtis. Dorsey, and Gibson). 4. Is this item related to revenue? NO: X YES (If yes, skip to item #?.) 5. Are there sufficient funds in Line Item? Verified by: Verified by: C..P APPT: Transfer done by: YES: X Index Code 331342.589305 Minor Obj. Code 860 Amount2� 0,600 Index Code 333113.589305 Minor Obj. Code 860 Amount $23.200 Index Code 331357.589305 Minor Obj. Code 860 Amount $11.200 Index Code 331341.589305 Minor Obj. Code 860 Amount $26.4005 . NO: Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Balance in Line Item Amount needed in the Line Item Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Indez/Minor Ob'ectlPro'ect No. From From From To 7. Any additional comments? None. 8. Approved by: P '4- M -1 r artment Directo tgnee Date FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: C..P APPT: Transfer done by: Department of Management and Budget Director/Designee Date o Budget1 t *l e Date Budget Analyst Date U;�— • • BID NO.: 6941-2/04 • CONTRACT AWARD SHEET DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION Previous Bid No.: 1153-0/01 TITLE: Tennis & Sport Courts (Renovation & Repair) COMMODITY CODE NO.: 988-86 OTR YEARS: 0 CONTRACT PERIOD: 3/01/02 through 2/28/03 AWARD BASED ON MEASURES: ❑ YES ® NO LIVING WAGE APPLIES: ❑ YES [D NO ® SP—PROCUREMENT AGENT: Ed Mason ® PROCUREMENT AGENT: Margaret Waters 0 PROCUREMENT TECHNICIAN: Panw1aJenkins-Jams PHONE: 305-375-3900 ❑ Set Aside ❑ Bid Preference ❑ Goal ❑ BBE C:]HBE [:] WBEOwnedFirms ❑ ❑ Local Preference CSBE Level ® Prevailing Wages (Reno. 90-143) ❑ Living Wage PART #1: VENDOR AWARDED F.E.I.N.: VENDOR: STREET: CITY/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAEL: CONTACT PERSON: 591551594-01 Agile Courts Const. Co., Inc. 7335 S.W. 104'h Street Miami, F133156 Deat. Net 30 Days As Required N/A 305-667-1228 305-667-6959 n/a Brain E. Bauer PART #2: ITEMS AWARDED 592010019-01 McCourt Const. Co., Inc. 16155 S.W. 117' Avenue, #26B Miami, F133177 Dest. 2% 10 Days, Net 30 Days As Required N/A 305-255-0252 305-378-2395 n/a Daniel C McAlpine ALL AWARDEES SHALL BE NOTIFIED & REQUESTED TO SUBMIT A PROPOSAL FOR EACH PROJECT. ALL PROJECTS OVER $5,000.00 ARE UNDER RESPONSIBLE WAGES & BENEFITS (PREVAILING WAGE). 02- 788 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DMSION 1 AWARD SHMAoe - -- GW10M10 FBID NO.: 6941-2/04-OTR-CW OPENING: 2:00 P.M. . WEDNESDAY October 3, 2001 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE TENNIS AND SPORTS COURT REPAIR AND RENOVATION FOR PARKS AND RECREATION AND SEAPORT DEPARTMENTS FOR A ONE YEAR PERIOD WITH A TWO (2) YEAR OPTION TO RENEW. THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: AFFIDAVITS: ......................................................................................... SEE APPENDIX - SECTION I BID DEPOSIT AND PERFORMANCE BOND:.. ............................... N/A CATALOGUE AND LISTS:.................................................................. N/A CERTIFICATE OF COMPETENCY: ................................................. SEE SECTION 2.0, PARA. 2.14 EQUIPMENTLIST:.............................................................................. N/A INDEMNIFICATION/INSURANCE:................................................... SEE SECTION 2.0, PARA. 2.11 LIVINGWAGE: .................................................................................... N/A PRE-BID CONFERENCFIWALK-THRU:.......................................... N/A RACE -CONSCIOUSNESS MEASURE: .............................................. N/A SAMPLESIINFORMATION SHEETS: .......................................... .... N/A SECTION3 - MDHA:............................................................................ N/A SITE VISIT/AFFIDAVIT: ..................................................................... N/A SURCHARGE FEE:............................................................................... SEE SECTION 2.0 , PARA 2.21 WRITTEN WARRANTY: ..................................................................... N/A FOR INFORMATION CONTACT EDWARD MASON @ 305 — 375-3900 IMPORTANT NOTICE TO BIDDERS See section 2.0 , Paragraph 232 MIAMI -DARE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION FAILURE TO SIGN PAGE 24 OF SECTION 4.0, BID PROPOSAL WILL RENDER YOUR BID NON-RESPONSIVE 02`- 788 BID SHELL FORMAL.DOC Lm RvAu d 0712OW a MIAMI-DADE COUNTY fa BID NO.:6941-2/04-OTR-CW INSTRUCTIONS FOR MAILING A BID IN RESPONSE TO A FORMAL BID SOLICITATION Each bid proposal submitted to the CLERK OF THE BOARD will have the following information clearly marked on the face of the envelope: > Bidder's Name and Return Address > Bid Number > Opening Date of Bid > Title of the Bid Failure to include this information may result in your bid not being considered. The bidder will submit each bid proposal, consisting of one original and three copies and any attachments in one envelope. Bid responses submitted at the same time for different bid solicitations shall be placed in separate envelopes and each envelope shall contain the information previously stated. Failure to comply with this requirement may result in the bid from being considered. "BIDS/PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE OR CONTAINER AND WILL BE OPENED PROMPTLY AT THE SUBMITTAL DEADLINE. BIDS/PROPOSALS RECEIVED AFTER THE FIRST BIDIPROPOSAL ENVELOPE OR CONTAINER HAS BEEN OPENED WILL NOT BE OPENED OR CONSIDERED. THE RESPONSIBILITY FOR SUBMITTING BIDSIPROPOSALS TO THE CLERK OF THE BOARD ON OR BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. MIAMI-DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER OCCURRENCE." THIS BID/PROPOSAL SHALL BE SUBMITTED TO THE FOLLOWING ADDRESS: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street, 17th Floor, Suite 202 Miami, Florida 33128-1983 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 any communication available to the public. It is also available to the people Who are blind/visually impaired and deaf/hard of hearing. If you require information in an alternate format please call 305-375-5278. 02— 788 rtEvaen GWI/01 0 C; MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW SECTION 1 GENERAL TERMS AND CONDITIONS 1.1 DEFINITIONS The term "bid" shall refer to any offer(s) submitted in response to this bid solicitation. The term "County" shall refer to Miami -Dade County. The term "bidder" shall refer to anyone submitting a bid in response to this bid solicitation. The term "contractor" or "successful bidder" shall refer to the bidder receiving an award as a result of this bid solicitation. The term "bid solicitation" shall mean this bid solicitation, the bidder's response to this bid solicitation, as approved by the County in accordance with Administrative Order 3-2 and any purchase order or change order issued by DPM. The term "DPM" shall refer to Miami -Dade County's Department of Procurement Management. 1.2 CONTENTS OF BID A. General Conditions (1) It is the sole responsibility of the bidder to become thoroughly familiar with the bid requirements and all terms and conditions affecting the performance of this bid solicitation. Pleas of ignorance by the bidder of conditions that exist, or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful bidder. (2) The bidder is advised that this bid solicitation is subject to all legal requirements contained in the County's Administrative Order 3-2 and all other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this bid solicitation and these legal requirements, the higher authority shall prevail in the following order: Federal, State and local. B. Additional Information/Addenda (1) Request for additional information, explanation, clarification or interpretation must be made in writing to the Department of Procurement Management, Bids and Contracts Division contact person identified on the cover page of this bid solicitation and file a copy with the Clerk of the II UViSED O"1/01 17 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW Board, 111 NW 1st Street, 17'' Floor, Suite 202, Miami, Florida. The request shall be received no later than fourteen (14) working days prior to the bid opening date. Any request received after that time may not be reviewed for inclusion in this bid solicitation. The request shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request shall also include a cover sheet, with the sender's facsimile number. This bid solicitation is subject to the "Cone of Silence" in accordance with County Ordinance No. 98-106. "CONE OF SILENCE" PURSUANT TO ORDINANCE 98-106, AS AMENDED, A "CONE OF SILENCE" IS IMPOSED UPON RFPs, RFQs OR BIDS AFTER ADVERTISEMENT AND TERMINATES AT THE TIME THE COUNTY MANAGER ISSUES A WRTITEN RECOMMENDATION TO THE BOARD OF COUNTY COMMISSIONERS. THE CONE OF SILENCE PROHIBITS COMMUNICATION REGARDING RFPs, RFQs OR BIDS BETWEEN POTENTIAL VENDORS, SERVICE PROVIDERS, BIDDERS, LOBBYISTS OR CONSULTANTS AND THE COUNTY'S PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY MANAGER AND THE COUNTY MANAGER'S STAFF. A CONE OF SII.ENCE IS ALSO IMPOSED BETWEEN THE MAYOR, COUNTY COMMISSIONERS OR THEIR RESPECTIVE STAFFS AND ANY MEMBER OF THE COUNTY'S PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY MANAGER AND THE COUNTY MANAGER'S STAFF. THE PROVISIONS OF ORDINANCE 98-106 DO NOT APPLY TO ORAL COMMUNICATIONS AT PRE-BID CONFERENCES, ORAL PRESENTATIONS BEFORE SELECTION COMMITTEES, CONTRACT NEGOTIATIONS DURING ANY DULY NOTICED PUBLIC MEETING OR COMMUNICATIONS IN WRITING AT ANY TIME UNLESS SPECIFICALLY PROHIBITED BY THE APPLICABLE RFP, RFQ OR BID DOCUMENT. BIDDERS OR PROPOSERS MUST FILE A COPY OF ANY WRITTEN COMMUNICATION WITH THE CLERK OF THE BOARD, WHICH SHALL BE MADE AVAILABLE TO ANY PERSON UPON REQUEST. THE COUNTY SHALL RESPOND IN WRITING AND FILE A COPY WITH THE CLERK OF THE BOARD, WHICH SHALL BE MADE AVAILABLE TO ANY PERSON UPON REQUEST. IN ADDITION TO ANY OTHER PENALTIES PROVIDED BY LAW, VIOLATION OF ORDINANCE 98-106 BY ANY BIDDER OR PROPOSER SHALL RENDER ANY RFP AWARD, RFQ AWARD OR BID AWARD VOIDABLE. ANY PERSON HAVING PERSONAL KNOWLEDGE OF A VIOLATION OF THIS ORDINANCE SHALL REPORT SUCH VIOLATION TO THE STATE ATTORNEY AND/OR MAY FILE A COMPLAINT WITH THE ETHICS COMMISSION. BIDDERS OR PROPOSERS SHOULD REFERENCE THE ACTUAL ORDINANCE FOR FURTHER CLARIFICATION. (2) The Department of Procurement Management, Bids and Contracts Division will issue a response to any inquiry, as it deems necessary, by written addenda, issued prior to the bid opening date. The bidder shall not rely on any representation, statement or explanation other than those made in this bid solicitation document or in any addenda issued. Where there ®2- '788 III REVISEDOMIA1 6 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW appears to be a conflict between this bid solicitation, and any addenda issued, the last addendum issued will prevail. (3) It is the bidder's responsibility to ensure receipt of all addenda and substitute bid proposal forms. If applicable, the bidder is required to submit the substitute bid proposal forms and acknowledge the number of addenda received as part of this bid solicitation, by completing and signing the attached Addenda Acknowledgment Form. C. Conflicts in this Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, the Special Conditions, the Technical Specifications, the bid proposal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the bid proposal Section, the Technical Specifications, the Special Conditions, and then the General Terns and Conditions. D. Prices Contained in this Bid Solicitation (1) Prompt Payment Terms a. The bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price for bid evaluation purposes. b. The bidder is required to provide prompt payment terns in the space provided on the bid proposal signature page of this bid solicitation. If no prompt payment discount is being offered, the bidder shall enter zero (0) for the percentage discount to indicate no discount. If the bidder fails to enter a percentage, it is hereby understood and agreed that the payment terms will be 2% 20 days, effective after receipt of invoice or final acceptance, whichever is later. 1.3 PREPARATION AND SUBMISSION OF BID A. Preparation/Submission (1) The bid proposal form shall be used when submitting a bid. Use of any other form shall result in the rejection of the bidder's Proposal. (2) The bid will either be typed or completed legibly in ink. The bidder's authorized agent will sign the bid proposal Form in ink, and the authorized agent will initial all corrections made by the bidder in ink. The use of pencil or erasable ink may result in the rejection of the bid. Failure to sign the Bid Proposal signature page will render your bid non- responsive. IV 02 "78S MtsEDMMIMi 6 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW (3) Where there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. (4) The County may consider additional bid proposal(s) from the same bidder for the same bid solicitation, provided that; (a) the additional bid(s) offer a different product and/or level of service that meets or exceeds this bid solicitation requirements; (b) the bidder completes a separate bid proposal Form for each bid and shall mark "Alternate bid(s)" on the first page. Failure to comply with the foregoing may result in the rejection of the additional bid(s). (5) The bidder is allowed to offer multiple product brand names for each item listed on the bid proposal; provided that (a) such offer is allowable in accordance with Section 2.9 of this bid solicitation and (b) the same price is offered for all brand names bid. If the County determines that all brand names are acceptable based on the quality standards, the County may, at its option, order either of the brands names made available through this bid solicitation. Conversely, the Vendor will deliver the brand name that has been ordered by the County. (6) Unless otherwise specified in the Special Terms and Conditions, the proposed delivery and/or, completion time, if required, shall be stated in calendar days. (7) The bidder shall not charge tax, as the County is exempt from all State, Excise, Federal and Local sales tax. Not withstanding, any tax on materials and/or supplies which are purchased by the bidder, in conjunction with this bid solicitation shall be subject to the Florida State Sales Tax, in accordance with Section 212.08 of Florida Statutes, amended 1970, and all amendments thereto, shall be borne solely by the bidder. When the bidder does not manufacture the materials and/or supplies, taxes must be incorporated in the bid price, not as a separate item. When materials and/or supplies are manufactured by the bidder and are not for resale, the County is exempt. The County may be subject to applicable taxes on goods purchased for the purpose of resale. Upon request, the County will provide a tax exemption certificate, if applicable. Any special tax requirements will be specified either in the Special Conditions or in the Technical Specifications. (8) Any telegraphic or facsimile bid will not be considered. (9) The bidder shall incorporate in their bid price all costs related to this bid solicitation. (10) The apparent silence of the specifications and any addenda regarding any details or the omission from the specifications of a detailed description concerning any point shall be regarded as meaning that only the best U 02_ "788 REVISED 0901001 0 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of the specifications shall be made upon the basis of this bid solicitation. B. Vendor Registration The County requires the bidder to complete a registration application including the required disclosure affidavits with the Department of Procurement Management. The bidder must be registered to be recommended for any contract award*. To register, or for assistance in registering, contact Vendor Assistance at 305-375-5287. *Section 2-11.1(d) of the County Code provides that a person (County Employee) may not enter into any contract or transact any business through a firm, corporation, partnersbip or business entity in which he or any member of his immediate family has a controlling financial interest, direct or indirect, with the County or any person or agency acting for the County and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. For additional information please contact the Ethics Commission hot line at 305-579-2593. The following are the documents with the vendor registration application: (1) Disclosure of Employment Affidavit Pursuant to County Ordinance No. 90-133, the bidder shall disclose the composition of the workforce, wages and benefits to be paid and existence of collective bargaining agreement. (2) Disclosure of Ownership Affidavit Pursuant to County Ordinance No. 88-121, the bidder shall disclose the full legal name and business address of any individual (other than subcontractors, materialmen, suppliers, laborers, or lenders) that have, or will have any interest (legal, equitable beneficial or otherwise) in the contract or business transaction with the County. If the contract or business transaction is with a corporation, the full legal name and business address shall be provided for each officer and director and each stockholder who holds directly or indirectly five percent (5%) or more of the corporation's stock. 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. (3) Drug -Free Affidavit Pursuant to County Ordinance No. 92-15, the bidder shall certify that it is providing a drug-free workplace and notices to each employee of the danger of drug abuse; the firm's policy of maintaining a drug-free environment; availability of drug counseling, rehabilitation and employee assistance programs; and penalties that may be imposed upon employees for drug abuse violations. The bidder shall also require an employee to U2-_ '788 VI REV ISED O"1401 0 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW sign a statement, as a condition of employment that the employee will abide by the terms of the drug-free workplace policy, and notify the employer if any criminal conviction occurring no later than five (5) days after receiving notice of such conviction, and impose appropriate personnel action against the employee up to and including termination. (4) Family Leave Affidavit Pursuant to County Ordinance No.91-142, the bidder shall certify that it entitles an employee who has worked for the firm for at least one (1) year, ninety (90) days of family leave during any twenty-four (24) month period, for medical reasons, for the birth or adoption of a child, or for the care of a child, spouse or other close relative who has a serious health condition without risk of termination or employment or employer retaliation. (5) W-9 and 8109 forms The bidder must furnish a W-9 and 8109 (Federal Tax Deposit Coupon) forms as required by the Internal Revenue Service in order to enter into this contract with the County. (6) Social Security Number The bidder must furnish a copy of the Social Security card if a social security number is being used in lieu of the Federal Identification Number (F.E.I.N.). C. Americans with Disabilities Act (A.D.A.) Affidavit It is the policy of the County to comply with all requirements of the Americans with Disabilities Act (A.D.A.). For A.D.A. complaints call 305-375-3566. The bidder recommended for award shall be required to complete an A.D.A. affidavit in accordance with County Resolution No. 385-95 prior to the award of this bid solicitation. Failure to complete the affidavit as required may result in the rescinding of the recommendation for award. (See Appendix - Section 1) D. Antitrust Laws By acceptance of this contract, the successful bidder agrees to comply with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices. E. Collection of Fees, Taxes and Parking Tickets Affidavit 02- '788 VII REVISED 03001/01 0 MIAMI-DADE COUNTY F. 0. BID NO.:6941-2/04-OTR-CW Pursuant to the procedures contained in Section 2-8.1 (c) of the County Code, and as amended by County Ordinance No. 95-178, the bidder shall certify that all delinquent and currently due fees, taxes and parking tickets have been paid. (See Appendix - Section 1) Conflict of Interest and Code of Ethics Prohibition of County Employees contracting with the County No person included in the terms defined in 2-11.1(b)(1) through (6) and (9) of the Code of Miami -Dade County shall enter into any contract or transact any business in which he or a member of his immediate family has a financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County or any person or agency acting for Miami -Dade County. Any such contract, agreement or business engagement entered in violation of the Conflict of Interest and Code of Ethics Ordinance shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall effect forfeiture of office or position. County Ordinance No. 00-1, amending Section 2-11.1(c) of the Code of Miami -Dade County, provides a limited exclusion from the foregoing prohibition on transacting business with the County for employees and their immediate family. County employees and members of their immediate family may enter into contracts, individually or through a firm, corporation, partnership or business entity in which the employee or any member of his or her immediate family has a controlling financial interest, with Miami -Dade County or any person or agency acting for Miami -Dade County, provided that: (1) entering into the contract would not interfere with the full and faithful discharge by the employee of his or her duties to the County; (2) the employee has not participated in determining the subject contract requirements or awarding the contract; and (3) the employee's job responsibilities and job description will not require him or her to be involved with the contract in any way, including, but not limited to its enforcement, oversight, administration, amendment, extension, termination or forbearance. Any affected County employee shall seek a conflict of interest opinion from the Miami -Dade County Commission on Ethics and Public Trust ("the Ethics Commission") prior to submittal of a bid, response or VIII A)2—. "fit 8 S REV LSM OM1101 U MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW application of any type to contract with the County by the employee or his or her immediate family. A request for a conflict of interest opinion shall be made in writing and shall set forth and include all pertinent facts and relevant documents. The employee shall file with the Clerk 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 to contract with the County. The County employee has the right to seek a legal opinion from the State of Florida Ethics' Commission regarding the applicability of state law conflict of interest provisions. G. Criminal Conviction Disclosure Pursuant to County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten (10) years and any 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." H. Debarment Disclosure Affidavit Pursuant to County Ordinance No. 93-129, the bidder will agree to comply with the provisions of this ordinance, which prevents the contractor, subcontractors, their officers, their principals, stockholders, and their affiliates who have been debarred by the County, from entering into this contract with the County during the period for which they have been debarred. It is the bidders responsibility to ascertain that none of the subcontractors, their officers, principals, or affiliates, as defined in the ordinance, are debarred by the County pursuant to Ordinance No. 93-129 and Administrative Order 3-2 before submitting the bid proposal. The Disclosure Affidavit requires the bidder to affirm under oath, that the County debars neither the bidder, its subcontractors, or their officers, principals nor affiliates, at the time of the bid proposal. If the bidder fails to complete the Disclosure Affidavit it shall not be awarded this contract. If this contract is entered into in violation of this ordinance, it is void, and any person who willfully fails to disclose the required information or who 02 788 IX REVISED 080101 0 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW knowingly discloses civil or criminal penalties, or both can punish false information, as provided for in the law. (See Appendix - Section 1) i. Independent Private Sector Inspector General (1) Pursuant to A.O. 3-20, the County has the right to retain the services of an independent private sector inspector general (IPSIG). Upon written notice from the County, the Vendor shall make available to the IPSIG retained by the County all requested records and documents for inspection and copying. The terns of this provision apply to the bidder, its offices, agents and employees. Nothing contained in this provision shall impair any independent right of the County to audit or investigate the operations, activities and performance of the Vendor in connection with this contract. The terms of this provision are neither intended, nor shall they be construed, to impose any liability on the County by the Vendor or third parties. (2) Pursuant to Ordinance 97-215 Miami -Dade County has established the Office of Inspector General, which is required to perform mandatory random audits on all County contracts throughout the duration of each contract. The cost of the audit for this contract shall be % of 1% of the total contract amount which cost the (ContractorNendor/Consultant) agrees is included in the total contract amount. The audit cost will be deducted by the County from progress payments to the (ContractorNendor/Consultant). The audit cost shall also be included in all change orders to this contract and all contract renewals and extensions. Accordingly, the audit cost will be deducted from progress payments to the (ContractorNendor/Consultant) pursuant to all change orders, contract renewals and extensions. The Miami -Dade County Inspector General is authorized and empowered to review past, present and proposed County and Public Health Trust programs, contracts transactions, accounts, records and programs. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in conformance with plans, specifications and applicable law. The inspector general is empowered to analyze the necessity of and reasonableness of proposed change orders to the contract. The Inspector General is empowered to retain the services of independent private sector inspectors general to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the (ContractorNendor/Consultant), its officers, agents and employees, 02- 78S X REVISEDOMMI 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption. Upon 14 days prior written notice to (ContractorNendor/Consultant) from the Inspector General or IPSIG, retained by the Inspector General, the (ContractorNendor/Consultant) shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the (Contractor's/Vendor's/Consultant's) possession, custody or control which, in the Inspector General's or IPSIG's sole judgement, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful and unsuccessful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personal records, and supporting documentation for the aforesaid documents and records. The provisions in this section shall apply to the (ContractorNendor/Consultant), its officers, agents, employees, subcontractors and suppliers. The (ContractorNendor/Consultant) shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the (ContractorNendor/Consultant) in connection with the performance of the contract. Nothing in this contract shall impair any independent right to the County to conduct audit or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the County by the (ContractorNendor/Consultant) or third parties. J. Minority and Disadvantaged Business Enterprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, 175 NW 1st Avenue, 28h Floor, Miami, FL 33123-1844, Phone: 305-349-5960. K. Public Entity Crimes Sworn Statement Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a bid solicitation to provide goods and/or services to a public entity, may not submit a bid on a bid solicitation with a public entity for construction or XI 02- 788 REVIS oO"IMI 0 MIAMI-DADE COUNTY U BID NO.:6941-2/04-OTR-CW repair of a public building or public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a contractor or, supplier, or subcontractor or consultant under a bid solicitation with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO ($10,000.00) for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." L. Living Wage In accordance with Ordinance 99-44 beginning November 11, 1999, all Service Contractors who enter into this contract shall agree to pay the Living Wage required by Ordinance 99-44 to all its employees providing Covered Services. The current Living Wage applied to this contract (if applicable) is $8.56 per hour plus Health Benefits as described in the aforementioned ordinance or $9.81 per hour without Health Benefits. The Living Wage required by Ordinance 99-44 is subject to indexing as set - forth in Section "C" (Indexing). Such Health Benefits shall consist of payment of at least $1.25 per hour towards the provision of health care benefits for employees and their dependents. Proof of the provision of Health Insurance must be submitted to the County to qualify for the wage rate for employees with health benefits. The Service Contractor shall also agree to produce all documents and records relating to payroll and compliance with this Ordinance prior to award of this bid solicitation upon request by the Department of Procurement Management, Bids & Contracts Division. The provisions in this Ordinance applies to all Service Contracts involving the expenditure of over $100,000 per year for the following types of ("Covered Services") services: (i) Food preparation and/or distribution (ii) Security services (iii) Routine maintenance services such as custodial, cleaning, refuse removal, repair, refinishing and recycling (iv) Clerical or other non -supervisory office work, whether temporary or permanent (v) Transportation and parking services including airport and seaport services (vi) Printing and reproduction services XII 02- 788 REVISED OUOIIOI 0 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW (vii) Landscaping, lawn and/or agricultural services If records reflect, that the Service Contractor is in violation of this Ordinance, the County has the right to sanction the Service Contractor to include but not limited to termination, fine and suspension. This Ordinance encompasses various responsibilities that must be accomplished by the successful bidder such as record keeping, posting and reporting. Upon the award of this contract, the successful bidder must be prepared to comply with these requirements as outlined in Ordinance 99-44. M. Code of Business Ethics In accordance with Section 2-8.1(i) of the Miami -Dade County Code, each person or entity that seeks to do business with the County shall adopt a Code of Business Ethics ("Code) and shall, prior to execution of any contract between the contractor and the County, submit an affidavit stating that the contractor has adopted a Code that complies with the requirements of Section 2-8.1(i) of the Miami -Dade County Code. Any person or entity that fails to submit the required affidavit shall be ineligible for contract award. The Code of Business Ethics shall apply to all business that the contractor does with the County and shall, at a minimum, require that the contractor: Comply with all applicable governmental rules and regulations including, among others, the Miami -Dade County Conflict of Interest and Code of Ethics Ordinance and the False Claims Ordinance. Comply with all applicable rules and regulations regarding Disadvantaged Business Enterprises, Black Business Enterprises, Hispanic Business Enterprises and Women Business Enterprises (hereinafter collectively Minority Business Enterprises, "MBEs') and Community Small Business Enterprises (CSBEs) and shall specifically prohibit the following practices: Pass-through Requirements. The Code shall prohibit pass-throughs whereby the prime firm requires that the MBE or CSBE firm accept payments as a MBE or CSBE and pass through those payments or a portion of those payments to another entity including, but not limited to the owner/operator of the prime firm; Rental Space, Equipment or Flat Overhead Fee Requirements. The Code shall prohibit rental space requirements, equipment requirements, and/or flat overhead fee requirements, whereby the prime firm requires the MBE or CSBE firm to rent space or equipment from the prime firm or charges a flat overhead fee for the use of space, equipment, secretary, etc.; Staffing Requirements. The Code shall prohibit the prime firm from mandating, as a condition to inclusion in the project, that a MBE or CSBE 02- 788 XIII WISED O&VU01 0 • MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW hire, fire, or promote certain individuals not employed by the prime firm, or utilize staff employed or previously employed by the prime firm. MBE or CSBE staff utilization. The Code shall prohibit the prime fine from requiring the MBE or CSBE firm to provide more staff than is necessary and then utilizing the MBE or CSBE staff for other work to be performed by the prime firm. Fraudulently creating, operating or representing MBE or CSBE. The Code shall prohibit a prime firm including, but not limited to, the owners/operators thereof from fraudulently creating, operating or representing an entity as a MBE or CSBE for purposes of qualifying for certification as a MBE or CSBE. The Code shall also require that on any contract where MBE or CSBE participation is purported, the contract shall specify essential terns including, but not limited to, a specific statement regarding the percent of participation planned for MBEs or CSBEs, the timing of payments and when the work is to be performed. The failure of a contractor to comply with its Code of Business Ethics shall render any contract between the contractor and the County voidable, and subject violators to debarment from future County work pursuant to Section 10-38(h)(2) of the Code. The Inspector General shall be authorized to investigate any alleged violation by a contractor of its Code of Business Ethics. N. Individuals and Entities Doing Business with the County not Current in their Obligations to the County (See Appendix — Section 1) Pursuant to Ordinance No. 99-162 and Section 2-8.1 of the County Code, no individual or entity who is in arrears in any payment under a contract, promissory note or other loan document with the County, or any of its agencies or instrumentalities, including the Public Health Trust (herein referred to as "County"), either directly or indirectly through a firm, corporation, partnership or joint venture in which the individual or entity has a controlling financial interest as that term is defined in Section 2- 11.1(b)(8) of the County Code, shall be allowed to receive any additional County contracts, purchase orders or extensions of County contracts until either the arrearage has been paid in full or the County has agreed in writing to a payment schedule. Failure to meet the tenors and conditions of any obligation or repayment schedule shall constitute a default of the subject contract and may be cause for suspension, termination and debarment, in accordance with the terms of the contract and the debarment procedures of the County. 1.4 MODIFICATION OR WITHDRAWAL OF A BID A. Modification of a Bid XIV REVISED OSMII01 4P FJ MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW Any modification by the bidder to a bid "shall be submitted to the Clerk Of The Board prior to the time and date set for bid opening. The bidder shall submit the new bid proposal form and a letter, on company letterhead, signed by an authorized agent of the bidder stating that the new submittal supersedes the previously submitted bid proposal. The sealed envelope shall contain the same information as required for submitting the original bid. In addition, the envelope shall contain a statement that this bid replaces the previously submitted bid. No modifications of a bid shall be accepted after the bid has been opened. B. Withdrawal of a Bid A bid shall be irrevocable unless the bid is withdrawn as provided herein. Only written letter received by the Clerk Of The Board prior to the bid opening date may withdraw a bid. A bid may also be withdrawn ninety (90) days after the bid was opened and prior to award, by submitting a letter to the contact person identified on the front cover of this bid solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the bidder. 1.5 EVALUATION OF A BID A. Rejection of Bid (1) The County may reject any bidder's Proposal and award to the next lowest responsivelresponsible bidder or may reject and re -advertise for all or any part of this bid solicitation, whenever it is deemed in the b6st interest of the County. The County shall be the sole judge of what is in its "best interest." (2) The County may reject any bid if: (a) prices are not fair and reasonable, as determined by the County, and/or exceed the County's estimated budget for this bid solicitation; (b) the bidder take exceptions to or modifies the terms and conditions of this bid solicitation; (c) the bidder failed to satisfy claims on previous contracts with the County or past -due payments for County services or claims for damage to County property. The County shall be the sole judge of what is "fair and reasonable." B. Bankruptcy (1) Any vendor who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the vendor under federal bankruptcy law or any state insolvency law, may be declared non -responsible. 42_ '788 XV REVISED 08AIA1 U MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW (2) The County reserves the right to terminate this contract, if, during the term of any contract the vendor has with the County, he/she becomes involved as a debtor in a bankruptcy proceeding, or becomes involved in a reorganization, dissolution, or liquidation proceeding, or if a trustee or receiver is appointed over all or a substantial portion of the property of the vendor under federal bankruptcy law or any state insolvency law. C. Bidder's Past Performance Pursuant to County Ordinance No. 98-42, the bidder's performance as a prime contractor or subcontractor on previous County contracts shall be taken into account in evaluating the bid proposal received for this bid solicitation. D. Elimination from Consideration This bid solicitation shall not be awarded to any person or firm which is in arrears to the County upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any obligation to the County. E. Waiver of Informalities The County reserves the right to waive any informalities or irregularities in this bid solicitation. F. Demonstration of Competency (1) A bid will only be considered from a firm that is regularly engaged in the business of providing the goods and/or services required by this bid solicitation. The bidder must be able to demonstrate a good record of performance and have sufficient financial resources, equipment and organization to ensure that they can satisfactorily provide the goods and/or services if awarded this bid solicitation. (2) The County may conduct a pre -award inspection of the bidder's site or hold a pre -award qualification hearing to determine if the bidder possesses the requirement as outlined in the above paragraph, and is capable of performing the requirement of this bid solicitation. The County may consider any evidence available regarding the financial, technical and other qualifications and abilities of the bidder, including past performance (experience) with the County or any other governmental entity in making the award. (3) The County may require the bidder to show evidence that they have been designated as an authorized representative of a manufacturer, supplier and/or distributor, if required by this bid solicitation. U2-° "788 XVI REV ISED OBNINI 4p El MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW (4) The Count -y reserves the right to audit ail , records pertaining to and resulting from any award from this bid solicitation, financial or otherwise. (5) In the event that the bidder will sub -contract all or part of its work to another vendor, or will obtain the goods required in conjunction with this contract with another source of supply, the bidder may be required to verify the competency of its subcontractor or supplier. The County reserves the right, before awarding this contract to require the bidder to submit such evidence of its subcontractor, as it may deem necessary. G. Copy of Bid Tabulation The bidder who desires to receive a copy of the bid tabulation shall enclose a self-addressed/stamped envelope (correct size of envelope and postage is a must depending on the amount of information involved) when submitting its bid proposal. Bid results will not be given out by telephone or facsimile. 1.6 AWARD OF BID SOLICITATION A. Contract This bid solicitation, any addenda and/or properly executed modifications, the purchase order (if issued), and a change order (if applicable), constitute the entire contract. B. Tie Bid The Director of Bids and Contracts or designee, and according to County Resolution 1574-88 will decide any tie bid. C. Additional Information The award of this bid solicitation may be preconditioned on the subsequent submission of other documents, as specified in the Special Conditions or Technical Specifications. The successful bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the County. Where the successful bidder is in default of the contractual requirements, the County, through action taken by the Department of Procurement Management, Bids & Contacts Division, may rescind the award. D. Term of Contract 02- 788 XVII REVISED OWIOU I W MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW The term of this bid solicitation shall be specified on one of three documents, issued to the successful bidder. These documents may either be this bid solicitation, a purchase order or an award sheet. E. Contract Extension The County reserves the right to automatically extend this contract for up to ninety (90) calendar days beyond the stated contract term. The County shall notify the successful bidder in writing of such extensions. Additional extensions over the first ninety (90) day extension may occur, if, the County and the successful bidder are in mutual agreement of such extensions. F. Wan-anty Any implied warranty granted under the Uniform Commercial Code shall apply to all goods purchased under this bid solicitation. G. Estimated Quantities Estimated quantities or estimated dollars, if provided, are for bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this bid solicitation. Estimates are based upon the County's actual needs and/or usage during a previous contract period. The County for purposes of determining the low bidder meeting specifications may use said estimates. H. Non -Exclusive Contract Although the purpose of this bid solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County agency, it is hereby agreed and understood that this bid solicitation does not constitute the exclusive rights of the successful bidder to receive all orders that may be generated by the County in conjunction with this bid solicitation. In addition, any and all commodities, equipment, and service required by the County in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terns, conditions and awards rendered under this bid solicitation, unless such purchases are determined to be in the best interest of the County. I. Local Preference The award of this bid solicitation is subject to County Ordinance No. 02 — XVIII REVISED OW01MI 8S 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW 01-21 which, except where Federal or State law mandates to the contrary, allow preference to be given to a local business. For the purposes of the applicability of this Ordinance, "local business" means the bidder, as of the date of the bid opening, has a valid occupational license issued by Miami -Dade County to do business in Miami -Dade County, that authorizes the bidder to provide the goods, services or construction to be purchased, and has a physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business. A Post Office Box can not be used to establish a physical address. When a responsive, responsible non -local business submits the lowest price bid, and the bid submittal by one or more responsive, responsible local businesses is within 5% of the price submitted by the non -local business, then the non -local business and each of the aforementioned local businesses shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local business. The best and final bid will be requested by the County within five working days of the bid opening. In the case of a tie in the best and final bid between a local business and a non -local business, contract award shall be made to the local business. J. Limited Contract Extension Any specific work assignment which commences prior to the termination date of the contract and which will extend beyond the termination date including any previous contract extension(s) shall, unless terminated by mutual written agreement by both parties, continue until completion at the same prices, terms and conditions as set forth in this bid solicitation. 1.7 BID PROTEST A recommendation for contract award or rejection of award may be protested by a bidder or proposer in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the County Code, as amended, and as established in Administrative Order No. 3-21. As a condition of initiating any bid or proposal protest, the protester shall present to the Clerk of the Board a non-refundable filing fee payable to the Clerk of the Board in accordance with the schedule provided below. Award Amount Filing Fee $25,001- $100,000 $500 $100,001- $500,000 $1,000 $500,001- $5 million $3,000 over $5 million $5,000 02- 788 XIX REVISED 0MV0I 40 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW Any question, issue, objection or disagreement concerning, generated by, or arising from the published requirements, terms, conditions or processes contained or described in the solicitation document shall be deemed waived by the- protester and shall be rejected as a basis for a bid or proposal protest unless it was brought by that bidder or proposer to the attention, in writing, of the procurement agent, buyer, contracting officer or other contact person in the County department that issued the solicitation document, at least two working days (not less than 48 hours) prior to the hour of bid opening or proposal submission. The foregoing notwithstanding, the protest may not challenge the relative weight of the evaluation criteria or the formula specified for assigning points therefore contained in bid, request for proposals ("RFP") or request for qualifications ("RFQ") specifications which have been approved by the Board of County Commissioners. All protests shall be submitted in writing to the Clerk of the Board and shall state with particularity the specific facts and grounds on which it is based, and shall include all pertinent documents, and evidence and shall be accompanied by the corresponding filing fee. This shall form the basis for review of the protest and no other facts, grounds, documentation or evidence not contained in the protester's submission to the Clerk of the Board at the time of filing the protest shall be permitted in the consideration of the protest, except for such additional evidence as is allowed during the course of the protest proceedings. A. Award Recommendations Over $100,000 Award recommendations for contracts and purchases involving the expenditure of over $100,000 will be in writing, signed by the issuing department to each competing bidder or proposer announcing the proposed award, and a copy shall be deposited with the Clerk of the Board on the same day it is mailed. The bidder or proposer must file a protest with the Clerk of the Board within ten (10) working days of the date of the award recommendation letter. Within two (2) working days of that filing, the protester shall supply the County Attorney and each bidder or proposer in the competitive process with a true copy of each document that was filed with the protest. A hearing examiner shall be appointed to hear the protest and submit a written report and recommendation to the County Manager within twenty (20) working days of the filing of the protest (maximum 25 working days if hearing examiner consents to extension request). Failure to timely file the written protest shall constitute a waiver of the right to protest the award recommendation. 02 7S, XX W ISED 09*1101 0 0 MIAMI -DARE COUNTY BID NO.:6941-2/04-OTR-CW B. Award Recommendations Over $25,000 and up to $100,000 Award recommendations for contracts and purchases involving the expenditure of over $25,000 up to and including $100,000 shall be posted by 9:00 a.m., every Monday in the lobby of the Stephen P. Clark Center, 111 NW 1s` Street, Miami, FL 33128. Such recommendations shall be in writing and shall identify the bidder or proposer to whom the award is being recommended and the basis therefore. It is the responsibility of the bidder or proposer to monitor such bulletin after bid opening or proposal submission to ascertain that a recommendation for award has been made. Participants can call the Awards Line at 305-375-4724 or (800) 510-4724, or contact the person identified on the cover page of the solicitation. The bidder or proposer must file a protest with the Clerk of the Board within five (5) working days of the posting of the award recommendation, together with the $500 nonrefundable filing fee. Award recommendations for which a protest is not received within the five (5) working day period shall be awarded in accordance with the department's recommendation. Not later than twenty (20) working days from the filing of the protest, the Director of the issuing department shall review the written recommendation for award and the written protest, and after consultation with the County Attorney, issue a recommendation to the County Manager for final disposition of the protest. The department shall provide an opportunity to settle the protest by mutual agreement within five (5) working days of the filing of the protest. C. Award Recommendations $25,000 and Less Award recommendations for contracts and purchases involving the expenditure of $25000 or less are considered final and may not be protested. 1.8 CONTRACTUAL OBLIGATIONS A. Rules, Regulations, Licensing Requirements The successful bidder shall comply with all laws and regulations applicable to the goods and/or services contained in this bid solicitation. The bidder is presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods and/or services offered. B. County Contractors Employment and Procurement Practices Affidavit 02— �88 XXI MIAMI -DADS COUNTY BID NO.:6941-2/04-OTR-CW In accordance with the requirements of Ordinance 98-30, all firms with annual gross revenues in excess of $5 million, seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative Action Plan and Procurement Policy on file with the County's Department of Business Development. Said firms must also submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Affirmative Action Plan/Procurement Policy Affidavit. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or ethnicity of each board member, to the County's Department of Business Development. Firms claiming exemption must submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Exemption Affidavit in accordance with Ordinance 98-30. These submittals shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women - owned businesses. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance. Those firms that do not exceed $5 million annual gross revenues must clearly state so in their bid proposal. Any bidder/respondent which does not provide an affirmative action plan and procurement policy may not be recommended by the County Manager for award by the Board of County Commissioners. (See Appendix - Section 1) C. Conditions of Material and Packaging (1) Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with the County's Recycled Packaging Resolution No. 738- 92. (See Appendix - Section 1) (3) All goods furnished shall be fully guaranteed by the successful bidder against factory defects and workmanship. The successful bidder at no expense to the County shall correct any defects, which may occur within the period of the manufacturer's standard, and/or any implied warranty. The Special Conditions may supersede the standard manufacturer's warranty. D. Subcontracting (1) Unless otherwise specified in this bid solicitation, the successful bidder shall not subcontract any portion of the work without the prior written 02__ 788 YOU REVISED OMIJ01 0 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of this bid solicitation for default. (2) Quarterly reporting when a subcontractor is utilized: The successful bidder is advised that when a subcontractor is utilized to fulfill the terms and conditions of this bid solicitation, County Resolution No. 1634-93 will apply to this bid solicitation. This resolution requires the successful bidder to file quarterly reports as to the amount of contract monies received from the County and the amount that have been paid by the successful bidder directly to certified Black, Hispanic and Women -Owned businesses, performing part of this bid solicitation work. Additionally, the listed businesses are required to sign reports, verifying their participation in this bid solicitation work and their receipt of such monies. The requirements of this resolution shall be in addition to any other reporting requirements by Federal, State or local laws, ordinances or administrative orders. (3) Where subcontracting is permitted, the successful bidder shall obtain written consent of the County prior to utilizing the subcontractor. All actions of any subcontractor are the sole responsibility of the successful bidder. Note: This requirement is separate and independent from any requirements that may be contained in the Special Conditions, Paragraph 2.2. (4) In accordance with Ordinance No. 97-104, all bidders and respondents on County contracts for purchase of supplies, materials or services, including professional services, which involve the expenditure of $100,000 or more and all bidders or respondents on County or Public Health Trust construction contracts which involve the expenditure of $100,000 or more shall include, as part of their bid or proposal submission, a listing which identifies all first tier subcontractors who will perform any part of the contract work and describes the portion of the work such subcontractor will perform, and all suppliers who will supply materials for the contract work direct to the bidder or respondent and describes the materials to be supplied. Failure to include such listing with the bid or proposal shall render the bid or proposal non-responsive. Ordinance No. 97-104, applies to all contracts whether competitively by the County or not. Those contracts that have received authorization by the Board of County Commissioners to waive formal bidding procedure must also provide a listing of all first tier subcontractors and direct suppliers. `Subcontractor/Supplier Listing, SUB Form 100' may be utilized to provide the information required by this paragraph. A bidder or respondent who is awarded the 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 in the Xxill 02- 788 REVISED 08001/01 to 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW listing submitted with the bid or proposal except upon written approval of the County. (See Appendix - Section 1) NOTE: ORDINANCE NO. 97-104 REQUIRES A BID OR PROPOSAL FOR A COUNTY OR PUBLIC HEALTH TRUST CONTRACT INVOLVING THE EXPENDITURE OF $100,000 OR MORE INCLUDE A LISTING OF SUBCONTRACTORS AND SUPPLIERS WHO WILL BE USED ON THE CONTRACT, AND PROVIDES FAILURE TO INCLUDE THE REQUIRED LISTING SHALL RENDER THE BID OR PROPOSAL NON-RESPONSIVE. THE REQUIRED LISTING MUST BE SUBMITTED AND SIGNED EVEN THOUGH THE BIDDER OR PROPOSER WILL NOT UTILIZE SUBCONTRACTORS OR SUPPLIERS ON THE CONTRACT. IN THE LATTER CASE, THE LISTING MUST EXPRESSLY STATE NO SUBCONTRACTORS, OR SUPPLIERS, AS THE CASE MAY BE, WILL BE USED ON THE CONTRACT. TIMELY SUBMISSION OF A PROPERLY COMPLETED AND SIGNED "SUBCONTRACTOR/SUPPLIER LISTING, SUB FORM 100" (A COPY OF WHICH IS INCLUDED IN THE BID PACKAGE) CONSTITUTE COMPLIANCE WITH THE LISTING REQUIREMENTS OF THE ORDINANCE. IN ORDER TO BE DEEMED PROPERLY COMPLETED, THE WORD "NONE" MUST BE ENTERED UNDER THE APPROPRIATE HEADING OF SUB FORM 100 IF NO SUBCONTRACTORS OR SUPPLIERS WILL BE USED ON THE CONTRACT. (5) In accordance with County Ordinance No. 97-35 (Fair Subcontracting Policies), "all successful bidders/respondents on County contracts in which subcontractors may be used, shall be subject, to and comply with Ordinance 97-35 as amended, requiring bidders/respondents to provide a detailed statement of their policies and procedures for awarding subcontracts which: a) Notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract; b) Invites local subcontractors to submit bids in a practical, expedient way; 02 -° 7 S S XXIV REVISED OOMIMI 0 40 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW C) Provides local subcontractors access to information necessary to prepare and formulate a subcontracting bid; d) Allows local subcontractors to meet with appropriate personnel of the bidder to discuss the bidder's requirements; and e) Awards subcontracts based on full and complete consideration of all submitted proposals and in accordance with the bidder's stated objectives. All bidders/respondents seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures. Bidders/Respondents who fail to provide a statement of their policies and procedures may not be recommended by the County Manager for award by the Board of County Commissioners." (See Appendix — Section 1) E. Assignment The successful bidder shall not assign, transfer, or otherwise dispose of this contract, including any rights, title or interest therein, or their power to execute such contract to any person, company, or corporation without the prior written consent of the County. F. Deliv Unless otherwise specified in this bid solicitation, prices quoted shall be F.O.B. Destination with freight included in the proposed price. G. Employee is the Responsibility of the Successful Bidder The employee of the successful bidder shall be considered to be, at all times, employee of the successful bidder under its sole direction and not an employee or agent of the County. The successful bidder shall supply a competent and physically capable employee. The County may require the successful bidder to remove an employee it deems unacceptable. Each employee shall wear proper identification. H. Indemnification of County by the Successful Bidder The successful bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, agents or instrumentalities 02- 788 XXV REVL%DOWIM1 C'1 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW may incur as a result of claims, demands, suits causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the Agreement by the successful bidder or its employees, agents, servants, partners, principals or subcontractors. The successful bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. The successful bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. I. Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, etc. shall be protected against damage or interrupted services at all times by the successful bidder during the term of this contract. The successful bidder shall be held responsible for repairing or replacing property, to the satisfaction of the County, which is damaged by reason of the successful bidder's operation on County property. J. Collusion Bids from related parties. Where two (2) or more related parties each submit a bid or proposal for any contract, such bids or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 1.9 MODIFICATION OF THE CONTRACT The contract may be modified by unilateral action of the County or by mutual consent, in writing, and through the issuance of a modification to the contract, purchase order, change order or award sheet, as appropriate. 0�- XXVI REV ISED OM1101 1.10 E MIAMI -DARE COUNTY TERMINATION OF CONTRACT A. Termination for Convenience BID NO.:6941-2/04-OTR-CW The County, at its sole discretion, may terminate this contract without cause by providing the successful bidder with thirty (30) day advance notice. Upon the receipt of such notice, the successful bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the successful bidder, as determined by the County, regardless of the method of payment required by this contract. The County shall be the sole judge of "reasonable costs." B. Termination for Default The County may terminate this contract upon the failure of the successful bidder to comply with any provision and/or requirements of this contract. The County's decision not to take action upon failure of the successful bidder to perform shall not be construed as a waiver of the ability of the County to take additional action at a later date and time. The County shall also have the ability to place the successful bidder on probation and/or terminate any portion of this contract. The date of termination shall be stated in a written notice to the successful bidder. In the event the successful bidder is terminated for default, the County reserves the right to re -procure the goods and/or services from the next lowest responsive responsible bidder or re -solicit the goods and/or services. The County may further charge the successful bidder any differences in cost between the successful bidder's price and the re -awarded price and/or any costs associated with re -awarding or re -soliciting this contract. The County may also debar or suspend the successful bidder from conducting business with the County, and/or eliminate the defaulted contractor from consideration in future bid solicitation, in accordance with appropriate County ordinances, resolutions and/or administrative orders. C. Ordinance 93-137 Any individual or corporation or other entity that attempts to meet its contractual obligations with the county through fraud, misrepresentation or material misstatement, the county shall, whenever practicable, terminate the contract. The county as a further sanction may terminate or cancel any other contracts with such individual or other entity. Such individual or entity shall be responsible for all direct or indirect costs associated with such termination or cancellation, including attorney's fees. Notwithstanding, any individual or entity who attempts to meet its contractual obligations with the county through fraud, misrepresentation or material misstatement may be disbarred from county contracting for up to five (5) years. 02- 7$g It MFOOM1,91 to 0 MIAMI-DADE COUNTY BID NO.:6941-2/04-OTR-CW 1.11 ORDINANCES, RESOLUTIONS AND/OR ADMINISTRATIVE ORDERS To request a copy of any ordinance, resolution and/or administrative order cited in this bid solicitation, the bidder must contact the Clerk of the Board at 305-375-5126. 02- 788 XXVIII 0 r] MIAMI-DADE COUNTY BID NO.: 5941 -2/04 -OTR -CW SECTION 2.0 SPECIAL CONDITIONS TENNIS AND SPORTS COURT REPAIR AND RENOVATION 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY: The purpose of this Invitation To Bid is to establish a contract for the purchase of Tennis and Sports Court Repair and Renovation in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE (12) MONTHS 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, Bids & Contracts Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for Twelve (12) months and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW (2) TWO YEARS (With Price Adjustment) The prices for a one (1) year period from effective date shall be consistent with the provisions outlined in section 2.7 of these special terms and conditions; at which time Dade County shall have the option to renew for an additional two (2) years on a year to year basis. At that time Dade County will consider an adjustment to price based on CPI, wage earners, Miami- Ft. Lauderdale. It shall be further understood that the County reserves the right to reject any price adjustments submitted by the bidder and/or to terminate the contract with the bidder based on such price adjustments. Continuation of the contract beyond the initial period is a County prerogative; not a 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 affect its eligibility for future contracts. NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. U2_ 788 2.6 2.7 2.8 2.9 2.10 n MIAMI-DADE COUNTY METHOD OF AWARD r] BID NO.: 6941 -2/04 -OTR -CW Award to all responsive, responsible Bidders who meet or exceed the minimum qualifications established in section 3 shall be placed on a list of pre -qualified Con- tractors who will be contacted by the County. The County shall be the sole determiner of who meets the minimum qualifications. The County at its sole option may reopen the qualification process should at any time during the contract term, there be less than three (3) pre -qualified GC Contractors, or Specialty Trade Contractors. ' _1*1 Lei Price quotes by Contractor(s) shall be in the form of a lump sum (unless notified other wise) and includes all labor, materials, and equipment, and any other items identified by the Conuty in the request for quotations, necessary to perform the work. The County shall notify the contractors at the time of requesting quotations as to the requirements for work, including, but not limited to; time for completing the work, pre -quote meeting and/or site visit, if the County will pull permits, liquidated damages (if applicable), if the work is to be performed at night, or weekends, etc. All contractors shall submit a list of wage rates to be paid to each trade classification of the project, with the amount of health benefits paid in cash, or a copy of health policy. The County, at its sole discretion, may reject quotations where the County determines that the Contractor(s) has submitted a price that is insufficient to perform the work or is in excess of the County's estimate to perform the work. Intentionally Omitted Intentionally Omitted County Damages in Case Of Delay The Contractor is obligated and guarantees to meet the stipulated completion date(s) set forth in the RPQ. In the event of a delay in substantial completion beyond the date set forth in the RPQ, as such time may be extended by the County as provided in this contract, the County shall be paid for damages for such delay. In as much as the amount of such damages and the loss to the County will be extremely difficult to ascertain, it is hereby expressly agreed that such damages will be liquidated and paid as follows: The Contractor shall pay to the County for each and every day of unexcused delay, except Sundays and Holidays, the sum specified in the applicable RPQ, which is hereby agreed upon not as a penalty but as liquidated damages. The county shall have the right to deduct such liquidated damage assessments from any monies due or which may thereafter become due to the Contractor under this contract; and in case the amount which may become due hereunder shall be less than the amount of 2 02--- '7S8 of 0 MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW liquidated damages due the County, The Contractor shall pay the difference upon demand by the County. Should the Contractor not pay the difference to the County, the County may also deny the Contractor any future work under this contract or any other County contract until such difference is paid to the County. 2.11 INDEMNIFICATION AND INSURANCE - (6) -CONSTRUCTION RELATED CONTRACTS Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of , relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The vendor shall fiunish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Public Liability on a comprehensive basis in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Policy shall be endorsed to include Broad Form Property Damage. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage. The insurance coverage required shall include those classifications, as listed in 3 02 788 V 0 ' MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW standard liability insurance manuals, which most nearly reflect the operaticns of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class W as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, para 1.6 of the General Terms and Conditions. ()I 71iS n 2.12 2.13 2.14 2.15 W MIAMI-DADE COUNTY u BID NO.: 6941 -2/04 -OTR -CW The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement charges from the Bidder in conjunction with Section 1.10 of the General Terms and Conditions. Intentionally Omitted Intentionally Omitted CERTIFICATE OF COMPETENCY In accordance with the Code of Metropolitan Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture who shall bid or proffer a bid shall, at the time of such bid or proffer of bid, hold a valid Certificate of Competency for Tennis and Sport Court work issued by the State or County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed. If work for other trades is required in conjunction with this Bid Solicitation and will be performed by a subcontractor(s), an applicable Certificate of Competency issued to the subcontractor(s) shall be submitted with the Bidder's proposal; provided, however, that the County may at its option and in its best interest allow the Bidder to supply the to the County during the bid evaluation period. METHOD OF PAYMENT: INVOICE MATCHED TO WORK ORDER The successful Bidder(s) shall submit an invoice which reflects the appropriate purchase order number and work location to the County using department that issued a Work Order to the Bidder(s). The date of the invoice shall not exceed thirty (30) calendar days from the completion and acceptance of the work requested through the Work Order. Under no circumstances shall the invoice be submitted to the County in advance of the completion and acceptance of the work. The invoice shall reference the corresponding Work Order number. 5 02— 788 MIAMI-DADE COUNTY 2.16 Intentionally Omitted 2.17 Intentionally Omitted 2.18 Intentionally Omitted Z] BID NO.: 6941 -2/04 -OTR -CW 2.19 GUARANTEE AGAINST DEFECTS SHALL BE Three Hundred Sixty -Five (365) CALENDAR DAYS The bidder shall, in addition to all other guarantees, be responsible for faulty labor and defective material and equipment within a period of Three Hundered Sixty -Five (365) calendar days after date of acceptance of the labor, material and/or equipment by the County. The bidder shall promptly correct these deficiencies, without cost to the County, within five (5) calendar days after the County notifies the bidder of such deficiencies in writing. Payment in full for the work does not constitute a waiver of guarantee. 02— 778 6 4W V MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Edward Mason,CPPB at (305) 375-3900. 2.21 COUNTY -WIDE Any Governmental, not-for-profit or quasi -governmental entity in the State of Florida, 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. Each Governmental, not-for-profit or quasi -governmental entity which uses a contract(s) resulting here from, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments, determine shipping terms and issue its own exemption certificates as required by the bidder. It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping Terms", all prices shall be quoted, "FOB Destination." For entities other than those belonging to Miami -Dade County or those located outside of 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 entity, prior to shipping the goods. It is also understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. SURCHARGE FEE AND QUARTERLY SUMMARY REPORT Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this contract is subject to a user surcharge fee in the amount of 2% on all sales to governmental, not for profit or quasi governmental entity; OTHER THAN MIAMI- DADE COUNTY, 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. Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in a timely manner. Quarterly reports and all applicable payments must be submitted to Department of Procurement Management (DPM)/Administrative and Fiscal Division, no later than 15 days after the end of each quarter, regardless of the value of sales during the preceding quarter. By submission of these sales summary reports and corresponding surcharge fees, the vendor is attesting to their correctness. All such reports and fees shall be subject to audit by Miami -Dade County. 02-- '788 7 ow U MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW Failure to submit the following Quarterly Surcharge Payment Report and make applicable payments in a timely manner, may result in termination or cancellation of contract with the non -conforming vendor and any and all remedies relating to the collection of such fees shall be enforceable. Additionally, any re -procurement charges may be -charged to the vendor in default. Willful failure or falsification of sales reports or failing to make timely payments of the surcharge fee shall constitute sufficient cause for terminating the contract for cause of the non -conforming vendor. 02 : 6 6F MIAMI-DADE COUNTY BID NO.: 6941 -2104 -OTR -CW MIAMI -DADS COUNTY Department of Procurement Management (DPM) 111 N.W. 1st Street Suite 2350 MIAMI, FLORIDA, 33128 (305) 375-5289 Vendor Instructions for Completing Quarterly Surcharge Payment Report: 1) Complete section 1, 2, 3, and sign form. 2) Enter amount of total amount paid with this summary. 4) Make check payable to Board of County Commissioners. 5) Attach check to report form and remit to: Department of Procurement Management (DPM) Administrative and Fiscal Division 111 NW 1 st Street Suite 2350 Miami, FL 33128 NOTE: Quarterly report must be submitted to Department of Procurement Management (DPM)/Administrative and Fiscal Division, no later that 15 days after the end of each quarter, regardless of the value of sales during the preceding quarter. Start of Quarter Report/Check (If Applicable) Due I" Quarter — January 1— March 31 April 15 2nd Quarter - April 1 - June 30 July 15 3rd Quarter - July 1 - September 30 October 15 4th Quarter - October 1 - December 31 January 15 02- 788 3 MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW MIAMI-DADE COUNTY Department of Procurement Management Administrative and Fiscal Division 111 NW 1 st Street Suite 2350 Miami, Florida 33128 (305) 375-5289 QUARTERLY SURCHARGE PAYMENT REPORT SECTION 1- Vendor/Contract Information: Date Submitted Vendor Name FEIN # Address City State Zip Code Contact Person FAX# Contract# Tile Phone# _ E -Mail SECTION 2 - Applicable Reporting Period: (Check One) Jan. 1 - March 31 []July 1 - Sept. 30 April 1 - June 30 Oct. 1 - Dec. 31 (1 s' Quarter) (2°d Quarter) (3 `d Quarter) (4`h Quarter) SECTION 3 - Summary: 1) Total Sales this Quarter $ 2) 2% of all sales related to contract $ Total due to County for this quarter (LINE 2) S By submission of this Quarterly Surcharge Payment Report and corresponding surcharge fees, I certify the correctness of the information. I understand that all reports and fees may be subject to an audit by Miami -Dade County or designee. Authorized Signature Title/Position Held 10 Date o2 Q) S " MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW IMPORTANT NOTICE TO VENDORS This bid contains contractual language which allows municipal and quasi -governmental entities to access the terms and conditions of the contract. After award the following entities will receive copies of our contract Award Sheet. Please feel free to contact the Purchasing Agents listed below to promote the usage of the commodities or services that you were awarded. COUNTY -WIDE KEY CONTACT LIST TOWN OF BAY HARBOR ISLANDS ATTN: Joseph Fox Sup. Public Works 9665 Bay Harbor Terrace Bay Harbor Islands, FL 33154 (305) 866-6241 CITY OF CORAL GABLES Att: Wayne Moody, Sr. Buyer 340 San Lorenzo Avenue Coral Gables, Florida 33146 (305) 460-5102 CITY OF HIALEAH Att: Manuel Rodriguez 501 Palm Avenue Room 304 Hialeah, Florida 33011 (305) 883-5865 CITY OF HOMESTEAD Att: Purchasing Director 790 Homestead Blvd. Homestead, Florida 33030-6299 (305) 247-1801, Ext. 188 CITY OF MIAMI BEACH Att: Michael Rath Procurement Director 1700 Convention Center Drive Miami Beach, Florida 33139 (305) 673-7490 CITY OF NORTH MIAMI BEACH Att: Lynn Gribble Purchasing Agent 17011 N.E. 19th Avenue North Miami Beach, Florida 33162 (305) 948-2976 TOWN OF SURFSIDE Att: Jeffrey I. Naftal,Town Clerk 9293 Harding Avenue Surfside, Florida 33154 (305) 861-4863 CITY OF BOYNTON BEACH Att: Lana Koester, Purchasing Agent P.O. Box 310 Boynton Beach, Florida 33425-0310 (407) 738-7415 VILLAGE OF KEY BISCAYNE Att: Tom Zannis, Finance Director 85 W. McIntry Street Key Biscayne, FL 33149 (305) 365-8903 VILLAGE OF VIRGINIA GARDENS Att: Paul Bithorn, Mayor 6498 N.W. 38th Terrace Virginia Gardens, FL 33166 (305) 871-6104 11 02- 788 MIAMI-DADE COUNTY THE CITY OF MIAMI Att: Judy S. Carter, Director Purchasing Department 400 S.W. 2nd Avenue, 16th Floor Miami, FL 33130 (305) 579-6845 CITY OF NORTH MIAMI Att: Pam Thompson, Director Purchasing Department P.O. Box 610847 North Miami, Florida 33261-0847 (305) 893-6511, Ext. 2135 CITY OF AVENTURA Att: Glen Marcos 2999 NE 191 st Street Aventura, FL 33187 (305) 466-8900 CITY OF NORTH BAY VILLAGE -POLICE DEPT. Att: F.B. Dunphy, Chief of Police 7903 East Drive North Bay Village, FL 33141 (305) 758-2626 MIAMI DADE COMMUNITY COLLEGE Att: Linda Pagliaro Director of Purchasing 11011 S.W. 104th Street Miami, FL 33176 (305) 237-2400 CITY OF OPA-LOCKA Att: Rona M. Sandler Purchasing Director 12950 Lejune Rd Opa-Locka, FL 33054 (305) 953-2825 00 BID NO.: 6941 -2/04 -OTR -CW UNIVERSITY OF MIAMI Att: Susan Montes Director of University Purchasing P.O. Box 248184 Coral Gables, FL 33124 (305) 243-3464 INDIAN CREEK VILLAGE Att: Melissa Garcia Purchasing Department 9080 Bay Drive Indian Creek, FL 33154 (305) 3654121 CITY OF HALLANDALE Att: E. Dent McGough, Director Central Services Department 400 S. Federal Highway Hallandale, Florida 33009 (954) 457-1331 MIAMI SHORES VILLAGE Att: John Rumble/Scott Davis Purchasing Department 1701 N.W. 103 Street Miami Shores, FL 33147 (305) 795-2210 CITY OF DEERFIELD BEACH Att: Donna M. Council Purchasing Agent 210 Goolsby Blvd. Deerfield, Florida 33442 (954) 480-4380 DADE COUNTY PUBLIC SCHOOLS Att: Joe Gomez, Director Division of Procurement Mgt. 1450 N.E. 2nd Avenue Miami, Florida 33432 (305) 995-1364 12 02- 788 6 op MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW CITY OF OAKLAND PARK CITY OF MIAMI SPRINGS Att: Larry Fagen, Att: John M. Benson Purchasing Agent Purchasing Director 3650 N.E. 12th Avenue 201 Westward Drive Oakland Park, FL 33334 Miami Springs, FL 33166 (305) 561-6105 (941) 339-6260 BAL HARBOUR VILLAGE CITY OF HOLLYWOOD Att: Purchasing Agent Att: John L. Weyrauch 655 96th Street P.O. Box 229045 Bal Harbour, Florida 33154 Hollywood, Florida 33022-9045 (305) 866-4633 (954) 921-3210 BROWARD COMMUNITY COLLEGE CITY OF MARGATE Att: Janet Rickenbacker Att: Patricia Greenstein Purchasing Director Purchasing Agent 225 E. Las Olas Blvd. 5790 Margate Blvd. Ft. Lauderdale, FL 33301 Margate, FL 33063 (954) 761-7455 (954) 972-6454 BROWARD COUNTY CITY OF SOUTH MIAMI Att: Glenn R. Cummings Att: Kathy Vazquez Purchasing Director Purchasing Director 115 So. Andrews Ave. Room 212 6130 Sunset Drive Ft. Lauderdale, FL 33301 South Miami, FL 33143 (954) 357-6070 (305) 663-6339 DEPARTMENT OF OFF STREET PARKING JACKSON MEMORIAL HOSPITAL Purchasing Office Purchasing Office Att: Carlos Vilches Att: Tom Przybyski, Director 190 N.E. 3 Street 1611 N.W. 12th Ave. Miami, FL 33132 Miami, FL 33136 (305) 373-6789 (305) 585-2289 SOUTH FL. WATER MGT DISTRICT CITY OF WEST PALM BEACH Att: Julie Stern Att: Purchasing Manager Procurement & Contract Admin. 1045 Charlotte Ave. 3301 Gun Club Road West Palm Beach, FL 33401 West Palm Beach, FL 33406 (407) 659-8036 (407) 686-8800 02- 13 40 MIAMI-DADE COUNTY STATE OF FLORIDA DADE COUNTY DEPARTMENT OF HEALTH Att: Donald E. Young Purchasing Agent I 1350 N.W. 14th Street, Bldg. 1, Room 202 Miami, FL 33125 (305) 324-2416 BROWARD COUNTY SHERIFF'S OFFICE Att: Leslie A. Dell 2601 W. Broward Boulevard Fort Lauderdale, FL 33312 (954)831-8170 CITY OF FLORIDA CITY Att: Sonia Young Hernandez 404 W. Palm Drive Florida City, FL 33034 (305) 247-8221, Ext. 124 TOWN OF GOLDEN BEACH Interim Town Manager 1 Golden Beach Drive Golden Beach, FL 33160 (305) 932-0744, Ext. 21 DORIS ISON SOUTH DADE COMMUNITY HEALTH CENTER Att: Ivory L. Williams, Pro. Spec. 10300 S.W. 216th Street Miami, FL 33190 (305) 253-5100 CITY OF WEST MIAMI Att: Yolanda Aguilar, City Manager 901 S.W. 62nd Avenue West Miami, FL 33144 (305) 266-1122 14 to BID NO.: 6941 -2/04 -OTR -CW CITY OF PEMBROKE PINES Att: David E. Fitzgerald, Buyer P.O. Box 9000 Pembroke Pines, FL 33084 (954) 435-6717 TRI -COUNTY RAIL AUTHORITY Att: Jane Davis -Ember Purchasing Department 305 South Andrews Avenue Fort Lauderdale, FL. 33301 (954)728-8512 TOWN OF DAVIE Att: Herb Hyman, Procurement Manager 6591 Orange Drive Davie, FL 33314 (954) 797-1016 CITY OF SUNRISE Att: Marsha Peterson 10770 W. Oakland Park Blvd. Sunrise, FL 33351 (954) 572-2274 CITY OF RIVIERA BEACH Att: Veronique Rellford Purchasing Director 2391 Ave. "L" Riviera Beach, FL 33404 (407)845-4180 PALM BEACH COUNTY SHERIFF'S OFFICE Att: Lisette Alfonso Purchasing Manager 415 Gator Dr Lantana, F133462 (407) 533-1225 A MIAMI-DADE COUNTY CITY OF BOCA RATON Att: Carol Thomas, Purchasing Manager 201 W Palmetto Park Rd Boca Raton, FL 33432 (407) 393-7876 6r BID NO.: 6941 -2/04 -OTR -CW CITY OF POMPANO BEACH Att: Ernie Siegrist, General Servs. Director P.O. Drawer 1300 Pompano Beach, FL 33061 (954) 786-4098 CITY OF MIAMI SPRINGS CITY OF SUNNY ISLES BEACH Att: John M. Benson ATTN: Charlene Coletta 201 Westward Drive 17070 Collins Ave., Suite 250 Miami Springs, FL 33166 Sunny Isles Beach, FL 33160 (954)885-4581 (305)947-0606 2.22 ACCIDENT PREVENTION AND REGULATIONS: Precautions shall be exercised at all times for the protection of persons and property. All Contractors and Sub -Contractors shall conform to all OSHA, State and County regulations while performing under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 2.23 CLEAN-UP All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the Department Project Manager. 2.24 COST ESTIMATES FOR EACH PROJECT The successful bidder(s) shall be required to submit a written estimate on each prospective project before a work order is issued. The estimate must reflect the regular hourly wages for each classification represented in this bid and the percentage discounts or mark-ups for materials and equipment that were quoted by the bidder on its Bid Pro- posal form. The estimate shall be itemized by the number of work hours per classification and by the cost of materials and equipment. Lump sum estimates shall not be accepted. The County reserves the right to award the project to the lowest bidder based on the written estimate or to reject all estimates based on price and obtain the required services from another source of supply. The actual charge to the County shall not exceed ten percent (10%) of the Bidder's estimate without the expressed prior approval from an authorized agent of the County. 15 02- 788 to MIAMI-DADE COUNTY 2.25 EMERGENCY SERVICE: BID NO.: 6941 -2/04 -OTR -CW The successful bidder shall provide 24 hours, 7 days a week Emergency Service to the County under the contract. During regular working hours (Monday through Friday, 8:00 A.M. to 5:00 P.M.) , Emergency Service response time shall be within three (3) hours after notification by the County. During other than regular working hours, the emergency response time shall be within six (6) hours after notification by the County, a minimum labor charge of four (4) hours per employee responding to emergency calls other than regular working hours shall be allowed. 2.26 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER Unless otherwise provided in Section 3 of this Solicitation entitled "Technical Specifications", the Bidder 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 Project Manager. 2.27 LICENSES, PERMITS AND FEES The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the bidder for failure to obtain required licenses, permits 2.28 LIMITATION OF EXCLUSIVE CONTRACT SHALL BE $125,000.00 PER PROJECT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County agency, it is hereby agreed and understood that this Solicitation does not constitute the exclusive rights of the successful Bidder(s) to receive all orders that may be generated by the County in conjunction with this Solicitation. Accordingly, the County reserves the right either to seek a separate bid for any project exceeding $125,000.00 or to seek the services of the awarded bidder. 2.29 LOCAL OFFICE SHALL BE AVAILABLE The Bidder shall maintain an office within the geographic boundaries of Dade or Broward Counties, Florida. This office shall be staffed by a competent company representative who can be contacted during normal working hours and who is authorized to discuss matters pertaining to the contract. 02- 7S8 16 W MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW 2.30 NOTIFICATION TO BEGIN WORK SHALL BE GIVEN THROUGH A WORK ORDER: The Bidder shall neither commence any work nor enter a County work premise until a Work Order directing the Bidder to proceed with various items of work has been received from any authorized County representative; provided however, that such notification shall be superseded by any emergency work that may be specified in the Special or Technical Specifications. 2.31 ORDINANCE 90-143 WILL APPLY: Bidders are advised that Metropolitan Dade County Ordinance 90-143 will apply to this contract and that the requirements of this ordinance are spelled out in the Supplemental General Condition Section of the bid documents. 2.32 CLEARINGHOUSE FOR POSTING NOTICE OF JOB OPPORTUNITIES RESOLUTION NO. 937-98: The contractor is hereby advised of Resolution No. 937-98, CIearinghouse for Posting Notice of Job Opportunities Resulting From the Construction of Improvements on County Property. Should the contractor choose to participate in the clearinghouse the procedures direct the contractor to deliver a total of fifty (50) photocopies of a notice of job vacancy(ies) created as a result of this construction work to the Director of the employee Relations Department, located at Stephen P. Clark Center, 111 NW 1s` Street, Suite 2110, Miami, Florida 33128. The job vacancy notices should be delivered within five (5) working days following award of contract. The Director of the Employee Relations Department will in turn distribute said job announcements to all Miami -Dade 17 02" 788 0 MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW 2.33 RELEASE OF CLAIM REQUIRED Pursuant to Florida Statute 255.05 and Metropolitan Dade County Code Section 10-35, all payments to the bidder's subcontractors shall be made within ten (10) days of receipt of the draw by the bidder. With the exception of the first draw, the bidder must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the draw by the bidder for monies due it as a result of a percentage of the work completed. The bidder must provide the County's project manager with duly executed affidavits (subcontractor's statement of satisfaction) or releases of claim from all subcontractors and suppliers who have performed any work or supplied any materials for on the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous draws. In the event such affidavits cannot be furnished, the bidder may submit an executed consent of surety to requisition payment; identifying the subcontractors and suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the bidder fails to provide a consent of surety to requisition payment, the amount in dispute will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished. 2.34 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED IMPORTANT NOTE: THIS REQUIREMENT IS SEPARATE AND INDEPENDENT FROM BBE REQUIREMENTS AS MAY BE STATED IN PARAGRAPH 2.3 As part of its Bid Proposal, the Bidder is required to identify any and all Subcontractors that will be used in the performance of the proposed contract, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the Subcontractor(s) with respect to experience, skill, responsibility and business standing shall be considered by the County when making the award in the best interest of the County. If the bidder fails to identify any and all sub -contractors in the Bid Proposal, the bidder may be allowed to submit this documentation to the County during the bid evaluation period if such action is in the best interest of the County. 2.35 SUPERINTENDENT SHALL BE SUPPLIED BY THE BIDDER The successful Bidder shall employ a competent superintendent who shall be in attendance at the project site during the progress of the work. The superintendent shall be the primary representative for the Bidder and all communications given to and all decisions made by the superintendent shall be binding to the Bidder. Notwithstanding, the superintendent shall be considered to be, at all times, an employee of the Bidder under its sole direction and not an employee or agent of Dade County. 02 7S 18 or, n MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW 2.36 WORK ACCEPTANCE This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 2.37 WORK ORDERS SHALL BE GENERATED FOR EACH PROJECT The County's authorized representative shall generate and issue a Work Order for each project to be performed under this Solicitation and subsequent Contract. The Work Order shall include the location, description and plans, if necessary, covering the scope of work to be completed. The Work Order shall also include a cost estimate calculated by the County for the work listed on the Work Order. This estimate shall be based on the prices total on the Bidder's Proposal. For purposes of identification and payment, the Work Order shall be numbered and dated. The preliminary Work Order describing the description of work and cost estimates shall be issued to Bidder(s) which have been qualified to perform work under this Solicitation. The Bidder(s) shall be required to supply the County's authorized representative with a written price proposal within a time frame specified by the County. If multiple Bidders are solicited, the County shall select the lowest price proposal; provided that the price proposal does not exceed the dollar estimate calculated by the County. If a single Bidder is solicited, the price proposal shall be accepted; provided that the price proposal does not exceed the dollar estimate calculated by the County. The selected Bidder's name shall then be entered on the Work Order and issued to the Bidder. The Work Order shall also direct the Bidder to commence work on a certain day and it shall specify the amount of time allotted for completion of work covered by the Work Order. All work covered by a Work Order shall constitute a Contract Schedule. 02- 788 19 4 71 MIAMI-DADE COUNTY BID NO.: 6941 -2/04 -OTR -CW SECTION 3.0 TECHNICAL SPECIFICATIONS TENNIS AND SPORTS COURT REPAIR AND RENOVATION 3.1 SCOPE Furnish all labor, materials, tools, equipment, transportation services and incidentals, necessary for the repair and/or renovation of tennis and/or Sports Courts, including multi- purpose, volleyball, etc. 3.2 GENERAL All materials and installations required shall be in accordance with the applicable portions of the latest edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and its supplements with changes pertaining thereto, and with the provisions of these Contract Documents. Further, the applicable portions of the South Florid Building Code and the U.S. Tennis Court & Track Builders Association shall apply to this contract. 3.3 MINIMUM PRE -QUALIFICATION REQUIREMENTS Award of this contract will be made to all responsive, responsible bidders who provide evidence, that they meet or exceed the minimum criteria established below: A) Membership in the U.S. Tennis Court & Trade Builders Association. B) Copy of State of Florida, General Building/Engineering Contractor license, registered with Miami -Dade County, or a Miami -Dade General Building/Engineering Contractor, or Specialty Trade license. C) Phone Number for twenty - four (24) hour, seven days a week, facsimile communication. D) An individual to answer telephone communication during normal hours (Monday thru Friday), and a answering machine for occasions that an individual is not available. E) Emergency phone number, and contact person for all emergencies. 20 t2 CW MIAMI-DADE 4JURM 46 NO.: 6941 -2/04 -OTR - CLERK OF THE BOARD Affloftb,OPENING: 2:00 P.NL Stephen P. Clark Center Ago& WEDNESDAY 111 NW I` Street October 3, 2001 17t6 Floor, Suite 202 IPTVITATION TO BID Miami, Florida 33128-1983; SEC'T'ION 4.0 • - BID PROPOSAL FORMS PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA 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 DPM Date Issued: 08/22/01 This Bid Proposal Consists of by: Bids & Contracts Division Pages 20 thru 24 + Affidavits Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Proposal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Proposal, will be received at the office of the Clerk of the Board at the address shown above on behalf of the Dade County Board of County Commissioners until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Proposal Requirement. TENNIS AND SPORTS COURT REPAIR AND RENOVATION FOR PARKS AND RECREATION AND SEAPORT DEPARTMENTS FOR A THREE YEAR PERIOD A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County ACCEPTED HIGHER THAN LOW FIRM NAME: NON-RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED UNRESPONSIBLE NO BID COMMODITY CODE: 805-78 SR PROCUREMENT AGENT: Edward Mason, CPPB AGES FAILURE TO SIGN PAGE 24 OF SECTION 4.0, BID PROPOSAL, WILL RENDER YOUR BID NON-RESPONSIVE REMW MrM= 21 02—. 7S8 MIAMI-DADE CAWTY BID 0: 6941 -2/04 -OTR -CW BID PROPOSAL FOR: TENNIS AND SPORTS COURT REPAIR AND RENOVATION FIRM NAME: ITEM DESCRIPTION Pre -Qualification Statement 1. LICENSE TYPE: LICENSE Number: 2. Copy of Membership in U.S. Tennis Court and Trade Builders Association Yes No 3. Communication numbers : a. Telephone :, b. Cellular e. Emergency 4. Contact Person: 22 c. Beeper: d. Facsimile: U2-- 7S MIAMI -DADS AM BID N(66941-2/04-0TR-CW BID PROPOSAL FOR: TENNIS AND SPORTS COURT REPAIR AND RENOVATION PERIOD ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART H, 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 Addendum #9, Dated PART II: [] NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: TITLE OF OFFICER: 23 DATE: vzvisw yen" 02- '788 MIAMI-DADE AnY BID Nk*6941-2/04-OTR-CW BID PROPOSAL FOR: TENNIS AND SPORTS COURT REPAIR AND RENOVATION Prompt Payment Terms: % days net days FEI NO.: (Bidder Federal Employer Identification Number as used on Return Form 941) If none, Bidder Social Security No. The undersigned bidder certifies that this bid proposal is submitted in accordance with the bid specifications and conditions governing this bid, and that the bidder will accept any award(s) made to him as a result of this bid. FIRM NAME STREET ADDRESS CITY/STATE/ZIP CODE TELEPHONE NUMBER E-MAIL *AUTHORIZED SIGNATURE FAX NUMBER Date *PERSON AUTHORIZED TO ENTER INTO CONTRACTUAL AGREEMENT PRINT NAME OF AFFIANT TITLE OF OFFICER FAILURE TO SIGN THIS PAGE, WILL RENDER YOUR BID NON-RESPONSIVE ()2_ 7'S 24 u BID N0*941-2/04-07R-M APPENDIX SECTION 1 GENERAL TERMS AND CONDITIONS _ AFFIDAVITS FORMAL BID U2- 788 • BID NG*941-2/04-OTR-CW MIAMI -DADS COUNTY BID AFFIDAVITS DISABILITY NONDISCRIMINATION AFFIDAVIT (Resolution R-385-95) Section 1(13 C) I, being duly first sworn, state that this firm, corporation, or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this contract complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. Sections 225 and 611 including Title 1, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Rehabilitation Act of 1973, 29 U.S.C. Section 794 The Federal Transit Act, as amended 49 U.S.C. Section 1612 The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631 MIAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT (Ordinance 93-129) Section 1 (13 1) I, being duly first sworn, upon oath deposes and says that the bidder of this contract or his agents, officers, principals, stockholders, subcontractors or their affiliates are not debarred by Miami -Dade County. ■ MIAMI-DADE COUNTY COLLECTION OF TAXES, FEES AND PARKING TICKETS AFFIDAVIT (Ordinance 95-178) Section 1 (13 E) I, being first duly sworn state that in compliance with the procedures contained in Section 2-8.1(c) of the Code of Miami -Dade County, and as amended by Ordinance 95-178, this firm hereby certifies that the foregoing statements are true and correct. That all delinquent and currently due fees or taxes (including, but not limited to, real and personal property taxes, convention and tourist development taxes, utility taxes, and occupational license taxes) collected in the normal course by the Miami -Dade County Tax Collector and County issued parking tickets for vehicles registered in the name of the above firm, have been paid. AFFIDAVIT RELATING TO INDIVIDUALS AND ENTITIES ATTESTING BEING CURRENT IN THEIR OBLIGATIONS TO MIAMI-DADE COUNTY (Ordinance 99-162) See Section 1(13 O) I, being first duly sworn state that in compliance with County Ordinance 99-162, the bidder is not in arrears in any payment under a contract, promissory note or other loan document with the County, or any of its agencies or instrumentalities, including the Public Health Trust (hereinafter referred to as "County'), either directly or indirectly through a firm, corporation, partnership or joint venture in which the individual or entity has a controlling financial interest as that term is defined in Section 2-11.1(b)(8) of the County Code. cAbid package affidavitsVormal bids.doc Page 1 of .8 Revised 06/28100 02, 788 0 BID N&941 -2/04 -OTR -CW • AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY AFFIDAVIT (Ordinance 98-30) Section 1(1.8 B) I, being duly fust sworn, upon oath deposes that the bidder of this contract has a current Affirmative Action Plan and/or Procurement Policy, as required by Ordinance 98-30, processed and approved for filing with the Miami -Dade County Department of Business Development (DBD) under the file No. and the expiration date of Witness: Witness: Signature Signature Signature By: Legal Name and Title The foregoing instrument was aclmowledged before me this day of FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT: By: FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE: By:. with a having the title of corporation E) partnership 0 joint venture DOES NOT APPLY - MY COMPANY'S REVENUE IS LESS THAN $5 MILLION Signature PLEASE NOTE: 20 Ordinance 82-37 requires that all properly licensed architectural, engineering, landscape architectural, and land surveyors have an affirmative action plan on file with the County. Ordinance 98-30 requires that furors that have annual gross revenues in excess of five (S) million dollars have an affirmative action plan and procurement policy on file with the County. Firers that have a Board of Directors that are representative of the population make-up of the nation are exempt For questions regarding these requirements, please contact the Miami -Dade County Department of Business Development at 305-349-5960 This affidavit must be properly executed by the bidder and included with the bid proposal c_lbid package affidavitsVormal bids.doc Page 2 of 8 Revised 0628'00 G BID NAV941-2/040TR-CW • AFFIRMATIVE ACTION PLAN EXEMPTION AFFIDAVIT (Ordinance 98-30) Section 1 (1.8 B) I, being duly first sworn, hereby states that the bidder of this contract has a Board of Directors which is representative of the population make-up of the nation and hereby claims exemption in accordance with the requirements of Ordinance 98-30. Said bidder has a current Board of Directors Disclosure form, as required by Ordinance 98-30, processed and approved for filing with the Miami -Dade County Department of Business Development (DBD) under the file No. and the expiration date of Witness: Signamm Witness: By: Signature The foregoing instrument was acknowledged before me this day of FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE: By: with a corporation PLEASE NOTE: having the title of Signature Ugal Name and Title C] partnership ❑ joint venture 20 Ordinance 98-30 requires that funis that have annual gross revenues in excess of five (5) million dollars have an affirmative action plan and procurement policy on file with the County. Firms that have a Board of Directors that are representative of the population make-up of the nation are exempt For questions regarding these requirements, please contact the Miami Dade County Department of Business Development at 305-349-5960 This affidavit must be properly executed by the bidder and included with the bid proposal cAbid package affidavitsVonnal bids.doc Page 3 of 8 Revised 0628/00 l 02- 788 6 ■ LIVING WAGE AFFIDAVIT (IF APPLICABLE TO THIS CONTRACT) (Ordinance 99-44) See Section 1(13 M) BID N&941 -2/04 -OTR -CW I, being first duly sworn state that in compliance with County Ordinance 99-44, hereby states that by accepting award of this contract I shall agree to pay the Living Wage required by Ordinance 99-44 to all employees assigned to this contract I further understand that the current Living Wage applied to this contract is $8.56 per hour plus Health Benefits as described in the ordinance or $9.81 per hour without Health Benefits. NOTE SIGN AND NOTARIZE THE FOLLOWING PAGE. BY SIGNING AND NOTARIZING THE FOLLOWING PAGE YOU ARE ATTESTING TO PAGES I THROUGH 4 OF THE AFFIDAVITS cAbid package affidavitAformal bids.doc Page 4 of 8 Revised 0628/00 U2_, /SSS BID N#06941 -2/04 -OTR -CW MIAMI-DADE COUNTY AFFIDAVITS SIGNATURE PAGE LM Signature of Affiant Printed Name of Affiant and Title 20 Date Federal Employer Identification Number Printed Name of Firm Address of Firm SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20, He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Print or Stamp Name of Notary Notary Public — State of Serial Number Expiration Date Notary Seal c:lbid package affidavits\fmiW bids.doc Page 5 of 8 Revised 06n&00 02- 788 46 BID NO0.941-2/04-OTR-CW Aglbk FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) Section 1 [1.8 D(5)] In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors in accordance with Section 1, Paragraph 1.81)(5). NO SUBCONTRACTORS WILL BE UTILIZED ON TRIS CONTRACT S40MM Due cAbid package affidavitsVormal bids.doc Page 6 of S Revised 02/25/00 02-- 7SS Firm Name of Prime Contractor/Respondent: Bid No.: BID NO.: 6941 -2/04 -OTR -CW SUBCONTRACTOR/SUPPLIER LISTING (Ordinance 97-104) Section [1.8 D(4)] Title: i nls corms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders and respondents on County or Public Health Trust construction contracts which Involve expenditures of $100,000 or more. A bidder or respondent who Is awarded the 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. This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub form 100 in those instances where no subcontractors or suppliers will be used on the contract. Business Name and Address of First Tier Subcontractor/Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/Subconsultant (Principal Owner) Gender Race Business Name and Address of Direct Supplier Principal OwnerSupplies/Materials/Services to be Provided by Supplier (Principal Owner) Gender Race I certlfv that the renreaentatinna nnnfalnad 1w ►61e Prime Contractor/Respondent's Signature IX Obid package aftidavitAfonnal bids.doc «.•........,..� Uuv..v.s. acaai iouppuer Luting are to the best of my Knowledge true and accurate Print Name Print Title Date (Duplicate if additional space Is needed) FORM 100 Page 7 of 8 Revised 02/25/00 BID NO.: 6.2/04 -OTR -CW MIAMI -DARE COUNTY CERTIFICATION OF RECYCLED ENVIRONMENTALLY ACCEPTED PACKAGING PRODUCT CONTENT RESOLUTION (R-738-92) Section 1(1.8 C) MINIMUM CERTIFIED CONTENT Bid Item Number RECYCLED PRODUCTS RECOVERED MATERIALS RE CABLE P O CTS %Composition Type of Material % Composition Type of Material % Composition Me o M DEFINITIONS "Recycled Material" shall be defined as any waste material or by-products that have been recovered or divested from solid waste. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. "Recyclable Product" shall be defined as the ability of a product and its packaging to be reused, reconditioned ler use, or recycled through existing recycling collection programs. "Waste Reducing Product" shall be defined as any product which will result in las waste generated due to its use rather than another product designed to serve the same function with a greater waste generation rate. This shall include, but not limited to those products that can be reused, refilled or have a longer life expectancy and contain a lesser amount of toxic constituents. I have the knowledge to certify and do so by certify that the Minimum Materials Content in our product(s) are as specified on this form and conform with the definitions as shown above. NAME ADDRESS CITY STATE ZIP SIGNATURE TITLE Printed on Recycled Paper cAbid package affWavits\fornW b&.doc Page 8 of 8 Revised 0]./25= 02- 788 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 6941 -2/04 -OTR -CW ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: RECOMMENDATION: Tennis & Sport courts (Renovation & Repairs) Parks and Recreation Term The Department of Parks and Recreation has a need to refurbish sport courts at various city parks. It is recommended that award be made to Agile Courts Construction, Inc. and McCourt Construction, Inc., under existing Miami -Dade County Contract No. 6941 -2/04 -OTR -SW, effective through February 28, 2003, subject to any extensions thereto by Miami -Dade County, for the Department of Parks and Recreation, in an amount not to exceed $81,400; allocating funds therefor from the Safe Neighborhood Park Bond Program, as appropriated by the annual appropriations and Capital Improvement Ordinance No. 11705, as amended. J u d y_8 k Ca er ����,. f irector o ur as`irfg Dale Award Under Dade County Contracts 02- 788