HomeMy WebLinkAboutR-99-0848q
J-99-911
11/15/99
RESOLUTION NO 9 9 — 848
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PURCHASE OF LIME ROCK BOULDERS
FROM THE PRIMARY VENDOR, OVERLAND CARRIERS,
INC., AND THE SECONDARY VENDOR, PAN AMERICAN
CONSTRUCTION LP, FOR ZONE 4 ITEM NO. 130,
AWARDED PURSUANT TO MIAMI-DADE COUNTY
CONTRACT NO. 4056-3/01-1-CW-OTR, SUBJECT TO
FURTHER EXTENSIONS FROM MIAMI-DARE COUNTY,
FOR THE VIRGINIA KEY BEACH RENOURISHMENT AND
STABILIZATION PROJECT, AT A COST NOT TO
EXCEED $100,000; ALLOCATING FUNDS THEREFOR
FROM CAPITAL IMPROVEMENT PROJECT NO. 336006,
ACCOUNT CODE NO. 589301.-860.
WHEREAS, the Virginia Key Beach Renourishment and
Stabilization Project ("Project") will provide substantial
improvements to stabilize the shoreline, replenish sand and
renourish the vegetation and dune systems of the 7,200 linear
foot sandy beach along the eastern side of Virginia Key; and
WHEREAS, the State of Florida provided the initial funding
of $100,000 appropriated in Capital Improvement Project
NO. 336006, "Hurricane Trust Fund Park Recovery"; and
WHEREAS, upon the issuance of environmental permits, an
additional allocation of $1,000,000 from the Miami -Dade County
CITY CO1v aSSION
MEETING OF
NOV 1 6 1999
husoluiion No,
qJ 4 88
• WIN ;� auk .a.&?u 3✓ate t tz�s, ` �,,: ,.' "t '.f ..,. :.,:
r:E
1
y r s) (5)
Safe Neighborhood Bond Program will be appropriated for the
completion of the Project; and
WHEREAS, as part of the Project, the existing shoreline
stabilization structures or "groins" will be reconfigured and new
groins will be added to provide better shoreline protection; and
WHEREAS, the purchase of 6,000 to 8,000 tons of lime rock
boulders to be used as riprap to strengthen the shoreline are
available under existing Miami -Dade County Contract
No. 4056-3/01-1-CW-OTR from the primary vendor, Overland
Carriers, Inc., and the secondary vendor, Pan American
Construction LP, for Zone 4 Item No. 130; and
WHEREAS, funds in the total amount of $100,000, are
available from Capital Improvement Project No. 336006, Account
Code No. 589301-860;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and, findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The purchase of lime rock boulders from the
primary vendor, Overland Carriers, Inc., and the secondary vendor
Pan American Construction LP, for Zone 4 Item No. 130, awarded
pursuant to Miami -Dade County Contract No. 4056-3/01-1-CW-OTR,
for the Virginia Key Beach Renourishment and Stabilization
- 2 - 09-- OAR
Project, at a cost not to exceed $100,000, is hereby approved,
with funds therefor hereby allocated from Capital Improvement
Project No. 336006, Account Code No. 589301-860.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.11
PASSED AND ADOPTED this day of �1ov m}J r 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse often (10) days from the date of C missicn action
regarding same, without the Mayor xerc' ' veto.
ATTEST: Wa J. eman, City Clerk
WALTER J. FOEMAN
CITY CLERK
VESS :'V
=� 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.
- 3 - �- 4-) el' o
CITY OF MIAMI, FLORIDA CAw8
INTER -OFFICE MEMORANDUM
To: Honorable Mayor and Members
o/ha-fa-
ty Commission
FROM:
s aw"�
City Manager
RECOMMENDATION
DATE: NO'kI -- 2 FILE:
SUBJECT: Authorization to Purchase
Lime Rock Boulders .for
Virginia Key Beach
REFERENCES: Miami -Dade County Contract
ENCLOSURES: #4056-3/01-1-CW-OTR
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the purchase of lime rock boulders
(riprap) from Overland Carriers, Inc. (non -minority, Miami -Dade
vendor, located at 12145 NW 991" Avenue, Hialeah Gardens, Florida)
awarded pursuant to Miami -Dade County contract No. 4056-3/01-1-CW-OTR
at a cost not to exceed $100,000 for the Virginia Key Beach
Renourishment and Stabilization Project, allocating funds therefor
from Capital Improvement Project No. 336006, account code 589301-860.
BACKGROUND
The attached legislation was prepared by the Real Estate and Economic
Development Department with assistance from the Parks and Recreation
Department. The State of Florida allocated to the City funds in the
amount of $100,000 to restore and replenish the sandy beach along the
eastern shoreline of Virginia Key. These funds were appropriated into
the post -Hurricane Andrew Capital Improvement Project No. 336006,
entitled "Hurricane Trust Fund Park Recovery".
As part of the beach restoration, the existing shoreline stabilization
structures, called "groins" will be reconfigured. The initial
reconstruction of the groins will require 6,000 to 8,000 tons of lime
rock boulders, which are currently available for purchase under Miami -
Dade County Contract No. 4056-3/01-1-CW-OTR from Overland Carriers,
Inc., a non -minority, Miami Dade vendor.
Additional funds in the amount of $1,000,000 have been allocated
this project from the Miami -Dade Coi•rt S f
program. These funds
the environmental
I17I1�
1 ip _tA)
DB/ED/ARW/DEJ
y a e Neighborhood
will allow the completion of the project
permits from regulatory agencies are in hand. ,
for
Bond
once
99- 848
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
OFFICE
Donald H. Warshaw October 15 1999 �� ~7 G+' 26
TO : DATE: � FILE
City Manager
FROM: Albert Ruder, Director
Department of Parks and Recreation
SUBJECT: Funding Verification Request
REFERENCES:
ENCLOSURES:
The Department of Parks and Recreation has verified that funds are available with the
Department of Management and Budget, to purchase lime rock boulders (riprap) for the Virginia
Key Beach Renourishment and Stabilization Project, from Overland Carriers, Inc., under an
existing Miami -Dade County contract No. 4056-3/01-1-CW-OTR at a cost not to exceed
$100,000.
Funds for this project were appropriated into the post -hurricane Andrew Capital Improvement
Project No. 336006 entitled "Hurricane Trust Fund Park Recovery", account code 589301, minor
object code 860, appropriated by Appropriation Ordinance No. 11748, adopted January 12, 1999.
Budgetary Review and Approval:
Luie Brennan, Interim Director
Department of Management and Budget
Pilar Sa nz-B er, CIP dministrator
Department of Management and Budget
�--�---�----
0. R,.
City Manager
.�AR/ED/ARW/DEJ/JW
99- 848
Up
* Mll/ lisle #
Budgetary Impact Analysis
I. Department Parks and Recreation
Division
2. Agenda Item # (if available) N/A
3. Title and brief description of legislation or attach ordinance/resolution:
Authorization to purchase 6,000 to 8,000 tons of lime
rock Overland Carriers, Inc.. anon-minorit Miami -Dade vendor, at ad cost noers t to
exceed $100,000 for the Virginia Key Beach Renourishment & Stab lization Project.
4. Is this item related to revenue? NO: x
YES -- (If yes, skip to item #7.)
5. Are there sufficient funds in Line Item?
YES: X Index Code 589301
NO: _ Complete the foZlowin Minor Obj. Code 860 Amount $ 100, 000
g questwns.
6 . Source of funds: Amount budgeted in the Line Item $
--------------
Balance in Line Item $
^ Amount needed in the Line Item
7• ----.s "k-L uria1 comments?
8• Approved b
� n
"—� Department Director/Desiene
FOIL DF-IARTMENT OF
Verified by:
Department of Management and Budget
Director/Designee
Date
//
Date
AGEMENT AND BUDGET USE ONLY
FVerified by: Transfer done by:
gAnalyst Budget Analyst
Date
Date
1 � �
MAM • 6
111yy uo:iU
Yr3ns 37: gg30
CONTRACT
0
810 NO.: 4056-3/01-1-CW-OTR
COARSE AGGREGATES
CONTRACT PERIOD: 2/1/99
COMMODITY CODE: 968-26
XSD DER. 3 FL
AWARD SHEET
(Previous Bid No. 4056-3/01)
thru 1/31/00
OTR YEARS: Three (3)
PART �1: VENDORS AWARDED
F.E.I.N.:
VENDOR:
59-2052879
STREET:
CITY/STATE/ZIP:
All Star Enterprises, Inc.
12060 N.W. South River Drive
F.O.B. TERMS:
Medley, FL 33178
Dest.
PAYMENT TERMS:
DELIVERY:
2% 20 Days
PHONE:
FAX:
As Required
(305) 888-1717
CONTACT PERSON:
(305) 887-4791
Alex Acosta
F.E.1.N.:
VENDOR:
59-2143275
Inc.STREET:
CITY/STATE/ZIP:
C & A Truckin
P.O. Box 171153 Inc.
F.O.S. TERMS:
Miami, FL 33017
Dest.
PAYMENT TERMS:
DELIVERY:
1- 3 15 Days, Net 30
PHONE:
FAX:
As Required
(954) 433-5686
CONTACT PERSON:
(954) 433-8529
Jose Casas
Marc Tupler
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/zlp:
F• 0. B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
65-0320824
Hernandez Truck Serv., Inc
10600 N.W. South River Drive
Medley, FL 33178
Dest.
2X 20 Days
As Required
(305) 883-8682
(305) 883-8660
Henry Lorenzo _
65-0138748
Overland Carriers, Inc.
12145 N.W. 99 Avenue
Hialeah Gardens, FL 33016
Dest,
Net 30 Days
As Required
(305) 826-9200
(305) 821-6S23
Rene Arencibia
59-2143275
Florida Rock & Sand Co.,
15900 S.W. 408th Street
Florida City, FL 33034
Dest.
Net 30
As Required
(305) 247-3011
(305) 248-9112
Rick Torcise
Z 001
99-- 848
LU 'U? 'NH UH: 49 =1115 372 UH3U
CONTRACT AWARD SHEET
Bid No. 4056-1-CW-OTR
Page 2
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP.-
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE: yhD5
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.S. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE!
FAX
CONTACT PERSON:
F.E.I.N.;
VENDOR:
STREET;
CITY/STATE/ZIP:
F.O.S. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
IV DEF-4 3 FL
65-0361262
L.B. Trucking, Inc.
18800 N.W. 2 Avenue, #107
Miami, FL 33169
Dest.
2% 20 Days, Net 30
As Uqulred
4 654-3500
748-1753
fiexander Sucknor, Hamid Fouladi
65-0000690
Marime, Inc.
9500 N.W. 77 Avenue, Ste. 84
Hialeah Grdns., FL 33016
Dest.
2% 20
As Required
(305) 825-0404
(305) 824-0804
Albeiro Mejias
59-3383628
Pan-American Construction
P.O. Box 65309
Miami, FL 33265
Dest. r
Net 30
As Required
(305) 883-8770
(305) 883-6606
John Parker
59-0615531
Rinker Materials Corp.
13292 N.W. 118 Avenue
Miami, FL 33178
Dest.
1% 10 Days, Net 30
As Required
(305) 818-4941-4957
(305) 818-4948
Bob Heydrich. Jim Cox
59-0934854
Lowell Dunn Co.
8300 N.W. 103 Street
Hialeah Gardens, FL 33016
Dest.
Net 30
As Required
(305) 821-8300
(305) 556-4852
Lowell A. Dunn
59-2242675 f
Metro Trucking Co.'
2225 West 78 Street
Hialeah, F1 33016
Dest.
Net 30
As Required
(305) 824-1423
(305) 824-1243
Gregory Martin, Carlos Martin
59-2813084
LP Quick Sand & Fill Corp.
2540 S.W. 135 Avenue
Miami, F1 33175
Dest.
Net 30
As Required
(305) 227-3554
(305) 223-6430
Ana 0. Vidal
59-2403975
Sunshine Trucking Corp.
8645 S.W. 109 Street
Miami, FL 33133
Dest.
Net 30
As Required
(305) 477-3305
(305) 477-0329
Ben Flores
tOOO2
99~
13
tn.n7/pA 06:41
17303 372 0630
O'k
CONTRACT AWARD SHEET
Bid No. 4066-1-CW-OTR
Page 3
PART #2: ITEMS AW_ �1RDED
SEE ATTACHED
PART 43: AWADD INFORMATION
(R)$CC ( )PMD AWARD DATE: 11/4/97
BIDS & CONTRACTS RELEASE DATE: 1/27/98
." DER-M 3 FL
AGENDA ITEM #: 7F2G (973660)
,0TR. YEAR: First
ADDITIONAL ITEMS ALLOWED: Yes, See Para. 2.30
SPECIAL CONDITIONS: See Attached
TOTAL CONTRACT VALUE: $4,980,800.00
USER DEPARTMENT
Aviation
Corrections & Rehab.
DERM
GSA/Fac. Maint,
MDHA
MDWASO
Park & Recreation
Public Works
Seaport
Solid Waste Management
MODIFIED CONTRACT VALUE: N/A
DOLLAR AMOUNT
AL�rE
Y
Q'Ir �p..�
88-.08 V+ao c7.e o
$8, eee. 00 goo-**
$1, 650, 000. 00 srolboo,00
$60,000. M aoj o00 . o a
�59, 999-99
S0','11Dfi"0� yf9�ovu.eo
SENIOR PROCUREMENT AGENT: Edward Mason, CPpB
EM/ggt
02-11-99
W
2. 003
99- 848
,n•n�►1908:41 a0 o+e be%A
vwuu
CONTRACT AWARD SHEET
Bid No. 4056-3/01-CW-OTR
Page 4
PART #2: I?EIS AWARDED
DERM 3 FL la004
�f
F.O.B. Destination
Group One:
All Prices
by ton,
except numbers 115-120, which are by
cubic yard
Zone
1:
North
Side of SW
8 Street, West Side of NW 27 Avenue to
County line.
Zone
2:
North
Side of SW
8 Street, East Side of NW 27 Avenue to
County line,
Zone
3:
South
Side of SW
8 Street, West Side of Fla. Turpike to
North Side
of SW
206 Steet.
Zone
4:
South
Side of SW
8 Street, East SA de of Fla. Turpike to
North Side
of SW
200 Steet.
Zone
5:
South
Side of SW
200 Street, West Side of SW 137 Avenue
to County
line.
Zone
6:
South
Side of SW
200 Street, East Side of SW 137 Avenue
to County
line.
GROUP ONE:
Rice Rock
ZONE 1
ZONE
2
ZONE 3
I. C & A
6.71
2.
C & A
7.49
3. C & A
7.49
L.B.
7.79
ZONE 4
ZONE
5
ZONE 6
4. Rinker
7.75
5.
N/A
6. L. B.
7.04
N/A
Rinker
8.25
Pea Rock
ZONE 1
ZONE 2
ZONE 3
7. Overland
6.50
S.
L.B.
7.30
9. C & A
6.49
ZONE 4
ZONE 5
ZONE 6
10. Overland
6.85
11.
Overland
7.35
12. Overland
7.35
99- 848
100?199 09'41 030S 373 ,;,:,,: D aEM 3 Ft
CONTRACT AWARb SHEET
Bid No. 4056-3/01-CW-OTR
Page 5
Grade 56 guars ate
ZONE 1
ZONE
2
ZONE
3
13. Sunshine
5.95 14. Sunshine
6.75
15. Sunshine
6.75
Overland
6.10
Overland
6.93
L.B.
Overland
7.00
ZONE 4
7.00
ZONE
5
ZONE 6
16. Sunshine
Overland
6.95 17. Sunshine
7.00 Overland
7.05
18. Sunshine
7,05
7.50
Overland
7.50
Grade 6 Acgre aate
ZONE I
ZONE 2
ZONE 3
19. Sunshine
Overland
5.85 20.
6.10
Sunshine
Overland
6.80
21. Sunshine
6.30
6.93
Overland
7.00
ZONE 4
ZONE 5
ZONE 6
22. Overland
Sunshine
7.00 23.
7.00
Sunshine
Overland
7.35
24. Sunshine
7.36
7,50
Overland
7.50
Grade 7 Agareaat
ZONE 1
ZONE 2
25. Sunshine
Overland
6.25 26.
6.60
Sunshine
6.85
ZONE 3
27. Sunshine
6•85
Overland
7.43
L.B.
7.20
ZONE 4
ZONE 5
28. Sunshine
Overland
7.00 29.
7.50
Sunshine
7.35
ZONE 6
30. Sunshine
7.35
Fla. Rock
7,40
Fla. Rock
7,7070
Grade 89 Ag-gregate
ZONE 1
ZONE 2
31. Overland
Sunshine
6.50 32.
Overland
ZONE 3
6.85 33.
6.25
Sunshine
6.85
C & A
ZONE 4
6.73
ZONE 5
ZONE 6
_. 34. Overland
6.85 35.
C b A
7.23
36. Overland
7.35
99- 848
08:42 V303 372 0830 MD DERR 3 Ft
CONTRACT" AWARD SHEET
Bid No. 4056-3/01-CW-OTR
Page 6
Brock Min 70i� Cawbonates
ZONE 1 ZONE 2
ZONE 3
37. Lowell 3.90 38. Lowell 4.70 39. Lowell
Overland 4.40 Sunshine 4.85 4.50
40. ZONE 4 ZONE 5
ZONE &
Lowell 4.90 41. C & A 4.83 42. L.B. 5.25
Sunshine 4.90 Sunshine 4.95 Sunshine 4.95
Limerock Min. 50X Carbonat
ZONE 1 ZONE 2
ZONE 3
43. Lowell 3.90 44. Lowell 4.70 45. Sunshine
Overland 4.40 Sunshine 4.85 4.30
Lowell 4.50
ZONE 4 ZONE 5
ZONE 6
46. Sunshine 4.85 47. C & A 4.83 48. L.B.
Sunshine ¢,g5 5.25
Sunshine 4.95
Limerock Fine Crushed
ZONE 1 ZONE 2
ZONE 3
49. Lowell 4.20 50. C & A
4.94
Overland 4.60 51. Lowell 4.80
ZONE 4 ZONE 5 L. B-
ZONE 6 5.20
52. Overland 5.50 53. L.B. -
5.50 54, L.B. 5.25
Fill Material
ZONE 1 ZONE 2
ZONE 3
55. Overland Lowell 3,80 56. Sunshine 4.20 57. C & A
3.60 C & A 3.73
4.23 Sunshine 3.75
Zoos
99- 848
in; n�?oa not - d"qn: two O330
CONTRACT AWARD SHEET
Bid No. 4056-3/01-CW-OTR
Page 7
Im DERN 3 FLDiM
ZONE 4
ZONE
5
58. Miami Crushed 4.30 59.
C & A
ZONE
6
Sunshine
4.33
4.70
60. C & A
4.53
Ballast ock. Sine 3
ZONE 1
ZONE 2
61. Overland
Sunshine
5.85 62.
5.75
Overland
6.50
ZONE
63, Sunshine
3
6.25
Sunshine
6,50
Overland
6.60
ZONE �
ZONE 5
54. Overland
Sunshine
6.60 65.
6.60
_Sunshine
6.25
ZONE
ZONE 6
6.75
Overland
6.90
Overland
6.90
6a11asi; Rock, Size 4
ZONE 1
ZONE 2
67. Overland
Sunshine
5.85 68.
5.75
Overland
6,50
ZONE 3
69• Sunshine
6.25
Sunshine
6.50
ZONE 4
ZONE 5
70. Overland
6.60 71.
Sunshine
6.75
ZONE 6
72.
Ballast Rock Size
9
L.B.
6.75
ZONE 1
ZONE 2
73, Overland
Sunshine
5.85 74.
6.25
Overland
ZONE 3
6.50 75. Overland
6.60
Sunshine
6.85
Sunshine
6.85
ZONE 4
ZONE 5
76. Overland
Sunshine
6.60 77.
7.00
Overland
6.90 78.
ZONE 6
Overland
SunshinQ
7,00
Sunshine
6.90
7,00
99- 848
1C:0;:99 08:42
'� 0S 3T? 8830 MD DERR 3, per_
CONTRACT AWARD SHEET
old No. ;v^56-3iu1-CW'bTR
Page 8
Ballast Rock Sire Y4
ZONE 1
ZONE Z
79, Overland 5.85
Sunshine 6.25
80. Overla 6.50
ZONE 3nd
81.
Sunshine 6.85
Overland 6.60
ZONE 4
Sunshine 6.85
ZONE 5
82. Overland 6.60
Sunshine 7,06
83• Overland 6.90
ZONE 6
84•
Limerock
Sunshine 7.00
Overland 6.90
Sushine 7.00
Screenin
ZONE 1
ZONE 2
85. Sunshine 6,25 86.
Overland 6.80
Sunshine 6.75
ZONE 3
87,
Sunshine 6.95
ZONE 4
ZONE 5
88• Sunshine 6.85 8-9-ZONE 6
Sunshine Sunshine 6.95
6.85
90. Sunshine 6.95
Mast,-- Sa d
ZONE I
ZONE 2
91. L•g• 7.95
Sunshine 92•
ZONE 3
Sunshine B-00 93.
L.B. 8.75
Sunshine
ne 7.50
L. 8.
CONE 4
8.46
94. Sunshine 8.50 95•
ZONE 5
ZONE 6
L.A. 8.85
Fla. Rock 15 96.
L.B.
Fla. Rock 8.45
Natural Silica Sand
8.95
L.B. --9.25
ZONE 1
ZONE 2
97. *Lowell 6.60 98.
Hernandez 13.45
* Lowell 6.70
ZONE 3
9g,
Hernandez 13.45
'"Lowell 7.65
ZONE 4
Marime 10.20
ZONE 5
100 *Lowell
Marime 101'
"Lowell
ZONE 6
10.47
*MINIMUM GF 2,00p TONS PER
8.30
DAarime 102,
11.40
Lowell 8.45
Marime
11.54
Q 00 0---s
99 RAQ
43 1'303 372 9930 XD DMV 3 FL
la 009
CONTRACt AWARD SHEET
81d No. 4056-3/01-CW-OTR
Page 9
S_ilita irau San 70
ZONE I
ZONE Z
103. Hernandez 11.26
104. Hernandez 11.26
ZONE 3
105. Hernandez
ZONE 4
11.26
ZONE 5
ZONE 6
106. Hernandez 11.26
107. Hernandez 11.26
108. Hernandez
White Yard Sand
11.26
ZONE 1
ZONE 2
109. Sunshine 5.00 110. *Lowell
*Lowell 5.60 5.70
ZONE 3
111.Sunshine 6.00
Sunshine 5.75
*Lowell
6.65
ZONE 4
ZONE 5
112. Sunshine 6.00 113. Sunshine 6.50
Overland 6.00 *Lo�reTi
ZONE
114. sunshine
6
6.50
*MINIMUM OF 2,000 TONS
PER DAY 7.30
*Lowell
7,45
Overburden Cubic Yard
ZONE I
ZONE 2
115- Sunshine 3.50 c.y. 116.
Lowell 4.24 c.y.
Sunshine 3.5D c. y•
ZONE
117. Sunshine
3
Quick 4.50 c.y.
Quick Sand
3.50 c.y,
3.75
118. Sunshine 3.65 c.y. 119.
Rinker 4.00 c.y.
Sunshina 4.50 c.y.
L.B.
120. Sunshine
c.y,
4.50
5.05c.y.
L.8.
c.y,
4.95
Filter Sand
c.y.
ZONE 1
ZONE 2
_
121. Hernandez 13.45 122.
Rinker 14.50
Hernandez 13.45 123.
ZONE 3
Hernandez
Rinker 14.50
Rinker
13.45
14.50
ZONE 4
124. Hernandez 13.45 125.
ZONE 5
Hernandez
ZONE 6
Rinker 14.50
13.45 126.
Rinker 15.50
Hernandez
13.45
Rinker
15.50
99- 848
fl•n,?/oo 03:33 +��... zc...
"u,jv ID DER31 3 FL
CONTRACT AWARD SHEET
Bid No. 4056-3/01-CW-OTR
Page 10
Q 010
F1- 3• A oTite imerock tRior��,t
ZONE 1 ZONE 2
127. L, g, ZONE 3
12.00 128. Overland 11.50 129. Overland
Overland 11.50 L.B. 11.50
14, Op L.B. 14.00
ZONE 4 ZONE 5
130. Overland ZONE 6
11.50 131. Overland 11,50 132. Overland 11.50
Mom, 12,50 L.B. 15.00
Ql'K�s�o'r Lowe11 12.90
Grou T o• A11 rites F.O. estination
b Ton
Delivered to:
1South Dade Landfill 24000 SW
Fr—Lmmry
Second__ar,_v
97th Aven
ATTstar
9.30
2• North bade Landfill, NW 47 Ave at
NW 215 St
A71star
7.40
3. Resources Recovery Landfill,
6990 NW 97 Avenue and
58 Street Landfill,
Allstar
7.45 Rinker
6.75
6991 NW 97 Ave
Pea Rock, Delivered to:
4. South Dade Landfill, 24000 SW 97th Ave
North Dade Landfill
5• , NW 47 Ave
Sunshine
7.05
NW 215 St at
Overland
6.20
6• Resources Recovery Landfill,
6990 NW 97 Avenue and
58 Street Landfill,
Sunshine
5.80
6991 NW 97 Ave
7. Public Works, 9301 NW 58 Street
Grade 56 A re ate Delivered to:
Sunshine
5.80
8, South Dade Landfill, 24000 SW 97th Ave
Sunshine
9• North Dade Landfill NW 47
7.05 Overlap d
7,30
NW 215 St � Ave at
Overland
5.90
A-i !1 I1 J -
iu. vi: ed C2.43 101=5 Sit 6630 MD DERH 3 FL
CONTRACT AWARD SHEET
Bid No. 4056-3I01-CW-OTR
Page 11
Primary
Secondary
10.
Resources Recovery Landfill,
Overland
5.60 Sunshine
5.75
6990 NW 97 Avenue and
58 Street Landfill, 6991 NW 97 Ave
Grade 6 Aaereaate, Delivered to:
11.
South Dade Landfill, 24000 SW 97th Ave
Metro
7.00 Sunshine
7.05
12.
North Dade Landfill, NW 47 Ave at
NW 215 St
Sunshine
00.10 Overland
6.10
13.
Resources Recovery Landfill,
6990 NW 97 Avenue and
Metro
5.60 Overland
5.60
58 Street Landfill, 6991 NW 97 Ave
Grade 7 Aaareaatee, Delivered to:
14.
South Dade Landfill, 24000 SW 97th Ave
Sunshine
6.80 Fla. Rock
7.50
Metro
7.50
15.
North Dade Landfill, NW 47 Ave at
NW 215 St
Sunshine
5.95 Metro
6.30
16.
Resources Recovery Landfill,
Sunshine
5.60 Metro
6.10
6990 NW 97 Avenue and
58 Street Landfi.11, 6991 NW 97 Ave
Grade 89 Agarevate Delivered to:
17.
South Dade Landfill, 24000 SW 97th Ave
Sunshine
7.05
18.
North Dade Landfill, NW 47 Ave at
NW 215 St
Overland
6.20 Sunshine
6.25
19.
Resources Recovery Landfill,
Metro
5.80
6990 NW 97 Avenue and
58 Street Landfill, 6991 NW 97 Ave
Limsrock. Minimum 70X Carbonates, Delivered to:
20. South Dade Landfill, 24000 SW 97th Ave Overland 4.35 Fla, Rock 4.25
21. North Dade Landfill, NW 47 Ave at NW 215 St Lowell 4.10
4 011
99- 848
IU'07- 99 06:44 0305 3712 8630
CONTRACT AWARD SHEET
Bid No. 4056-3I01-CW-OTR
Page 12
AID DERli J FL
Prime Secondary
22.
Resources Recovery Landfill,
6990 NW 97 Avenue and
Lowell
3.15
Overland
3.50
58 Street Landfill, 6991 NW 97 Ave
23.
Public Works, 9301 NW 58 Street
Lowell
3.25
Overland
3.50
Limerock, Mialmum 50% Carbonates,
Delivered to:
24.
South Dade Landfill,
24000 SW 97th Ave'
Overland
4.35
Fla. Rock 4.25
25.
North Dade Landfill, NW 47 Ave at
NW 215 St
Lowell
4.10
26.
Resources Recovery Landfill,
6990 NW 97 Avenue and
Lowell
3.15
Overland
3.50
58 Street Landfill, 6991 NW 97 Ave
Limerock, Fyne Crushed., Delivered
to:
27.
South Dade Landfill,
24000 SW 97TH Ave
C & A
4.35
L.B.
4.35
28,
North Dade Landfill, NW 47 Ave at
Lowell
4,40
NW 215 St
29,
Resources Recovery Landfill,
6990 NW 97 Avenue and
Lowell
4.10
L.B.
3.80
58 Street Landfill, 6991 NW 97 Ave
30.
Public Works, 9301 NW 58 Street
Lowell
3.75
Overland
4.15
C & A
4.15
Pit Run Rock Fill, Delivered to:
31. South Dade Landfill, Overland 3.75
24000 SW 97th Ave L.B 3.85
Fla Rock 3.85
32. North Dade Landfill, NW 47 Ave at NW 215 St Lowell 3.70
33, Resources Recovery Landfill, Overland 2.80 Lowell 2.65
6990 NW 97 Avenue and
58 Street Landfill, 6991 NW 97 Ave
0.2
10/01/90 09:44
e103 372 6630 MP DERH 3 FL
y4 . i
CONTRACT AWARD SHEET
Bid No. 4056-3/01-CW-OTR
Page 13
BALLAST ROCK
Size #24, Delivered to:
34. South Dade Landfill, 24000 SW 97th Ave Overland
35. North Dade Landfill, NW 47 Ave at Overland
Nil 215 S4.
36. Resources Recovery Landfill, Overland
6990 NW 97 Avenue and
58 Street Landfill, 6991 NW 97 Ave
Size #3, Delivered to:
37. South Dade Landfill, 24000 SW 97th Ave Overland
38. North Dade Landfill, NW 47 Ave at Overland
NW 215 St
39. Resources Recovery Landfill, Overland
6990 NW 97 Avenue and
58 Street Landfill, 6991 NW 97 Ave
40. Public Works, 9301 NW 58 Street
Overland
Size #4, Delivered to:
41. South Dade Landfill, 24000 SW 97th Ave
42. North Dade Landfill, NW 47 Ave at
NW 215 St
43. Resources Recovery Landfill,
6990 NW 97 Avenue and Overland
58 Street Landfill, 6991 NW 97 Ave
Size #9, Delivered to:
44. South Dade Landfill, 24000 SW 97th Ave Overland
45. North Dade Landfill, NW 47 Ave at Overland
NW 215 St
Sec- o-. ndary
7.30 Fla. Rock 7.20
5.90
6.00
7.30 Sunshine 6.80
5.90 Sunshine 5.95
6.00 Sunshine 5.60
6.00 Sunshine 5.60
Overland 7.30
Overland 5.90
6.00
7.30 Sunshine 7.05
E.90 Sunshine 6.25
99- 848
0 013
......•...�.,,.-.,..re.�.A,.me: �wwtt!�rur*%�aNd��@+4%r:++�d,d7�i'ifW
0:'07!98 08:44 0308 an 8830
MD DERY 3 FL
CONTRACT AWARD S1IEET
Bid No. 4056-3/01-CW-OTR
Rage 14
Prim- a�Y
46. Resources Recovery Landfill,
6990 NW 97 Avenue and Overland
58 Street Landfill, 6991 NW 97 Ave
NJsturai Silica Canr1 Delivered to;
47.
South Dade Landfill, 24000 SW 97th Ave
Lowell
48.
North Dade Landfill, NW 47 Ave at
NW 215 St
Lowell
49.
Resources Recovery Landfill,
6990 NW 97 Avenue
Lowell
and
58 Street Landfill, 6991 NW 97 Ave
11MMEk Screen i ns Delivered to:
SO.
Public Works, 9301 NW 58 Street
M son Sand.• Delivered to:
51.
Public Works, 9301 NW 58 Street
Sunshine
Secondary
6.00 Metro 6.10
10.60• L.S. 10.85
6.85 Allstar 10.85
8.00 Allstar 11.35
Sunshine 5.55
6.95 Allstar 7.85
0 014
99- 848
METRO**_AD_E_
BID NO: 4056-3101-OTR
OPENING: 2:00 P,M, WEDNESDAY
DATE: JUNE 18, 1997
METROPOLITAN DADE COUNTY, FLORIDA
INVITA. T10 N
TO BID
TITLE
COARSE AGGREGATES FOR VARIOUS DADE COUNTY DEPARTMENTS FOR A
ONE (1) YEAR PERIOD WITH OPTION TO RENEW FOR THREE (3) YEARS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED
BELOW.-
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEN IIFICATION- 'INSURUCE:
PRE -BID CONFERENCE VALX_TnU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFXDAgIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
NIA
N/A
NIA
SEE SECTION 2.0, PARA. 2.11
NIA
NIA
NIA
NiA
SEE 'SECTION 2.0, PARA. 2.32
NIA
NIA
FOR INFORMATION CONTACT:
(305) 375-3900
EDWARD MASON, CPPB
METROPOLITAN DADE COUNTY
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
rm M on Re. yc.d +� :rr
99 - 848
FORMAL BID SOLICITATION
Each Bid Proposal submitted to the CLERK OF THE BOARD will have the
following information clearly marked on the face ofthe 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.
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO
THE CLERK OF THE BOARD ON OR BEFORE THE STATED TIME AND
DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE
BIDDER. DADS 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. ANY BID
RECEIVED AFTER THE DATE AND TIME STATED IN THE INVITATION
TO BID WILL NOT BE OPENED AND WILL NOT BE CONSIDERED.
This Bid shall be submitted to the following address:
CLERK OF THE BOARD
Stephen P. Clark Center
I I I N.W. 1st Street, 17th Floor, Suite 202
Miami, Florida 33128-1983
It is the policy of Metropolitan Dade County to comply with all requirements of the
Americans with Disabilities Act (A.D.A). For A.D.A. complaints call (305)-75-3566.
The Bidder recommended for award shall be required to complete an A.D.A. affidavit
in accordance with Resolution R-385-95 prior to the award of a Bid Solicitation.
Failure to complete the affidavit as required may result in the rescinding of the
recommendation for award.
a:boil5-15.doc
99- 848
SECTION 1
GENERAL TERMS AND CONDITIONS
1.1 DEFINITIONS
-o
The term "Bid" shall refer to any offer(s) submitted in response to this Bid
Solicitation.
The term "County" shall refer to Metropolitan Dade County.
The term "Bidder" shall refer to anyone submitting a Bid in response to this Bid
d
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
Order 3-2 and any purchase order or change order issued by the SA. Procurement
Management Division. t
The term "GSA" shall refer to Dade County's
Department. General Services Administration
1.2 CONTENTS OF BID
1. It
A. General Conditions
(1) Ii 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.
I
Itc-• 200/97
0577,
B. Additional nfotmation/AdriP.,��
(1) Request -for additional information, explanation, clarification
interpretation must be made in writing to the GSA Procurement
Management Division contact person identified on the cover page of
this Bid Solicitation. The request shall be received by GSA
Procurement Management Division 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.
(2) GSA Procurement Management Division will issue a response to an
inquiry. as deems necessary, by written addenda, issued prior to the
Opening date. The Bidder shalt statement or explanationot rely on any representation,
n other than those made in this Bid Solicitation
document or in any addenda issued. Where there toconflict between this Bid Solicitation, and any a dendaPPearS issued, the 1 a
addendum issued. will prevail.
(3) It is the Bidder's responsibility to ensure receipt of all addenda and
substitute Bid Proposal Forms. The Bidder shall verify Procurement Management Division contact persoth
the GSA
n, prior to submig
a Bid, that all addenda have been received. Ifapplicable, the Bi det ris
required to submit the substitute Bid Proposal Forms and acknowledge
the number of addenda received as
Part completing and signing the attached Addenda A know eaolicitation, by
gment 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
Terms and Conditions.
D. Prices Contained in this Bid Solicitation
(1) Prompt Payment Terms
,. r
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.
boil5 15 ,10,
R,.:-. , �:/9,9 9 - 848
The Bidder is required to provide prompt payment terms 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 SUBMISSI6N OF BID
A. Pre aration/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 all
corrections made by the Bidder will be initialed in ink by the authorized
agent. The use of pencil or erasable ink or failure to comply with any
of the foregoing may result in the rejection of the Bid.
(3) Where there is a discrepancy between the unit prices and any extended
Prices, the unit prices will prevail.
(4) The County will 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) Unless otherwise specified in the Special Terms and Conditions, the
proposed delivery and/or completion time, if required, shall be stated in
calendar days.
(6) The Bidder shall not charge tax, as the County is exempt from State,
all
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 materials and/or supplies are not manufactured by
the Bidder, 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.
a:boiiS-1S.doc
a��V 9- 848
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.
(7) Any telegraphic or facsimile Bid will not be considered.
(8) The Bidder shall incorporate in their Bid price -all costs related to this
Bid Solicitation.
(9) 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 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 Re stration
Dade County requires the Bidder to complete a re '
plication
with GSA Procurement Management Division. TThe Bidderon pmust be
registered to be recommended for any contract award. To register, or
for assistance in registering, contact (305) 375-5287.
C. Criminal Conviction Disclosure
Pursuant to Metro -Dade 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."
Forms are available from GSA Procurement Management Division.
D. Sworn Statement on Public Entit Crimes
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 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
'rhu:15-15.dn
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."
E. 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, 111
N.W. 1st Street, Suite 1710, Mami, FL 33128, Phone: (305) 375-
4132.
F. Business Activity With and Travel To Cuba
Pursuant to Metro -Dade County Resolutions Nos. 202-96 and 206-96
as implemented by Administrative Order 3-12, which restricts
purchases from a firm conducting business with Cuba, and restricting
travel to Cuba by the Successful Bidder, respectively, the Bidder shall
be required to complete a Cuba affidavit prior to the award of this Bid
Solicitation. Failure to complete the affidavit, may result in the
rejection of the Bidder's Proposal and/or rescinding of the
recommendation for award.
11.4 MODIFICATION OR WITHDRAWAL OF A BID
A. Modification of a Bid
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. A Bid may be withdrawn only by written letter received by the
CLERK OF THE BOARD prior to the Bid opening date. 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
,.r front cover of this Bid Solicitation. The withdrawal letter must be on
company letterhead and signed by an authorized agent of the Bidder.
-Ii.doc 5 I,.... "/10/9 9 9 848
1,5 EVALUATION OF A BID
A. Reiection of Bid -
(1) The County may reject any Bidder's Proposal and award to the next
lowest responsive/responsible Bidder or;
The County may reject and re -advertise for all or any part of this Bid
Solicitation, whenever it is deemed in the best 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 prices are not fair and reasonable, as
determined by the County, and/or exceed the County's estimated
budget for this Bid Solicitation or;
If the Bidder take exceptions to or modifies the terms and conditions of
this Bid Solicitation. The County shall be the sole judge of what is "fair
and reasonable."
B. Elimination from Consideration
This Bid Solicitation shall not be awarded to any person or firm which
is in arrears to Dade County upon any debt, taxes, or Contract which is
defaulted as surety or otherwise upon any obligation to the County.
C. Waiver of Informalities
The County reserves the right tc waive any informalities irregularities in this Bid Solicitation. or
D. Demonstration of Competency
(1) A Bid will only be considered from a firm which 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.
'a'1)05-' i.rinc
09
(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.
(4) Dade County reserves the right to audit all records pertaining to and
resulting from any award from this Bid Solicitation, financial or
otherwise.
E. -Copy of Bid Tabulation
The Bidder who desires to receive a copy of the Bid tabulation shall
enclose a self-addressed/sfamped 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 BED 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
Any tie Bid will be decided by the Director of Procurement or
designee, and according to Ordinances Nos. 94-166 and 96-26 and
Resolution No. 50-96, when applicable.
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 GSA Procurement
Management Division, may rescind the award.
D. Term of Contract
The term of this Bid solicitation shall be specified on one of three
documents, issued to the Successful Bidder. These documents may
f 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. MLAuan
Any implied warranty granted under the Uniform Commercial Code
shall apply to all goods purchased under this Bid Solicitation.
G. Estimated Ouantities
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. Said
estimates may be used by the County for purposes of determining the
low Bidder meeting specifications.
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 terms, conditions and
awards rendered under this Bid Solicitation, unless such purchases are
determined to be in the best interest of the County.
Local Preference
The award of this Bid Solicitation is subject to Ordinances Nos. 94-166
and 96-26 and Resolution No. 50-96; which, except where federal or
state law mandates to the contrary, allow preference to be given to a
local business in the amount of one and one-half percent (1.5%) for
Dade County and one percent (1 %) for Broward County of the Bid
Proposal price. For the purposes of the applicability of this Ordinance,
r "local business" means the Bidder has its headquarters located in
Metropolitan Dade or Broward Counties or has a place of business
n:bri1.5. ! 5.da: 8 P..e%. 2; :0/99 07 " 848
located in Metropolitan Dade or Broward Counties at which it will
.produce, distribute and/or perform a substantial portion of the goods -
and/or services to be purchased. `
K. 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 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 RIGHT OF APPEAL
Any Bidder may protest any recommendation for Contract award or rejection
of all Bids, in accordance with the procedures contained in Sections 2-8.3 and
2-8.4 of the Code of Metropolitan Dade County, as amended by, Ordinances
Nos. 95-201 and 95-125, and as established in Administrative Order 3-21.
A. Bid Award Over $500,000.00
This Bid award recommendation will be in writing, signed by the
Director of GSA Procurement Management Division or designee and
filed with the Clerk of the Board. The Bidder shall have ten (10) days
after the filing of an award recommendation to file a written protest
with the Clerk of the Board. As a condition of initiating a protest of
award -recommendation, the Bidder shall post at the time of filing a
Surety Bond ( cashier's check or money order ) in the amount of
S500.00 payable to the Board of County Commissioners. Failure to
file the proper Bond at the time of filing the protest, will result in
denial of the protest. If, the Hearing Examiner's ruling is in favor
of the County's recommendation, the Bidder's Bond will be
forfeited and the County will seek all costs and attorney's fees.
B. Bid Award Over $25 000.00 but less than $500 000.00
This Bid award recommendation will be posted by 9:00 A.M., every
Monday in the lobby of the Stephen P. Clark Building. It shall be the
responsibility of the Bidder to monitor such Bulletin Board after the
Bid opening to ascertain that a recommendation for award has been
made. In addition, the Bidder can call the Bid Award Line at (305)
375-4724 or (800) 510-4724, or contact the person identified on the
cover page of this Bid Solicitation. The Bidder shall have five (5)
days after the posting of an award recommendation to file a written
protest with General Services Administration Procurement
r Management Division or the using department awarding this Bid
9y-' 848
a:1105-'. S.c' 9 Rev.: '10 7
i4:
�I�
Solicitation. The Bidder shall post at the time of
{ cashier's check or moneyorder fig, a Surety Bond
General Services Admihi tration, Procuremennt-of $5„- p0.pp payable to
or the using department awarding
ana emeni Division
submit the proper Bond at the time of riling hetP otest, will re to
in denial of the protest. If, the Coun esuit
the Bidder's Bond will be forfeited andtheCounty recommendation
seek all
costs and attorneys fees.
C. Bid Award of S25 000.00 or less
This Bid award recommendation is final and may not be protested.
1.8 CONTRACTUAL, OBLIGATIONS
A.Rules Re lations Licerisin Re uirements
The Successful Bidder shall comply with all laws and re
applicable to the goods and/or services contained in this id
Solicitation. The Bidder is presumed. to be thus Bid
State and local laws, or familiar �� � Federal,
Way affect the goods and/or servicesdofferred regulationses and that may d any
B. Conditions of Material and Packa 'n
il) 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. R738-92.
(2) All goods furnished shall be fully guaranteed by the Successful Bidder
against factory defects and workmanshi
occur within the period of the manufacturerr's1 standard and/or andefects which y
implied warranty shall be corrected -by the Successful Bidder at no
expense to the County. The standard manufacturer's warranty may be
superseded by the Special Conditions.
C. Subcont�ti
(1) Unless otherwise specified in this Bid Solicitation, the Successful
Bidder shall not subcontract any portion of the work without the prior
written 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.
a:haili-15,c1f,c
10 q9 848
Rc: v. 2/ 1 ()/rj� �l
l � r
(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, Dade 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
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.
D. 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.
E. Delivery
Unless otherwise specified in this Bid Solicitation, prices quoted shall
be F.O.B. Destination with freight included in the proposed price.
F. 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.
G. 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 848 Q
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 the Agreement by the
Successful Bidder or its employees, agents, servants, partners,
principals or subcontractors. The Successful Bidder shall pay all clairns
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.
H. 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.
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.
1.10 TERMINATION OF CONTRACT
A. Termination for Convenience
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."
..chuil5-15.doc 12 k", 2/19/9P 9 ^ 848
Y+
x
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.
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 Cleric of the Board
at (305) 375-5126.
METROPOLITAN DADE COUNT.
BID h .056-3/O1-OTR
SECTION 2.0 SPECIAL CONDITIONS
COARSE AGGREGATES
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 Coarse Aggregates 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 MONTHS
This contract shall commence on the first calendar day of the month
succeeding. approval of the contract by the Board of County
Commissioners, unless otherwise stipulated in the Notice of Award
Letter which is distributed by the County's GSA Procurement Management
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 FOR ADDITIONAL YEARS (With Price Adjustment)
The prices for. a one year period from effective date shall be
consistent with the provisions outlined in section 2.7 of these terms
and conditions; at which time Dade County shall have the option to
renew for an additional three (3) years on a year to year basis. At
that time Dade County will consider adjustment to price based on
consumer price index, all urban consumers, more than 1.2 million
population. 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.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE
ONLY FOR THOSE ITEMS ORIGINALLY AWARDED.
Page 1 (Revised)
99- 848
METROPOLITAN DADE COUNT BID 14056-3/01-0TR
2.6 METHOD OF AWARD: To Two Bidders By Zone For Group One And Two Bidders
By •Item For Group Two
Group 1. Delivery to Various Sites Within a Zone
Award of this group will be made to the lowest t-#ree—(* responsive,
responsible bidders on an item by item, zone by zone basis for each
zone, whose bids will be most advantageous to the County. While the
award will be made to multiple Bidders by zone to assure availability,
the lowest bidder shall be contacted first.
Group 2. Delivery to Specific Sites
Award of this group will be made to the lowest two (2) responsive,
responsible bidders on an item by item basis whose bids will be most
advantageous to the County. While the award will be made to multiple
Bidders by item to assure availability, the lowest bidder shall be
contacted first.
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the bidder is awarded a contract under this bid solicitation, the
prices proposed by the bidder shall remain fixed and firm during the
term of contract.
2.8 INTENTIONALLY OMITTED
2.9 INTENTIONALLY OMITTED
2.10 LIQUIDATED DAMAGES FOR LATE DELIVERY
Upon failure to deliver the product(s) within the agreed time frame
and to the satisfaction of the County within the time stated, the
bidder shall be subject to charges for liquidated damages in the
amount of $50.00 for each and every calendar day that the product is
not delivered and accepted. The County shall have the right to deduct
the said liquidated damages from any amount due, or that may become
due to the bidder under this agreement, or to invoice the bidder for
such damages if the costs incurred exceed the amount due the bidder.
2.11 INDEMNIFICATI.ON 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
Page 2 (Revised)
99- 848
METROPOLITAN DADE COUN'.�
BID f , ;055-3/01-OTR
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 furnish.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 standard liability insurance manuals, which most nearly
reflect the operations 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 V" 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.
Page 3 (Revised)
99-- 848
METROPOLITAN DAbE COUNT( BID !; 056-3/O1-OTR
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.
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.
Page 4 (Revised)
99- 848
i
METROPOLITAN DADE COUN' ,�,:
BID i0,571,056-3/01-OTR
2.12 INTENTIONALLY OMITTED
2.13 INTENTIONALLY OMITTED
2.14 INTENTIONALLY OMITTED
2.15 MFTunn nc DAVAAc►Pr_
The successful bidder(s) shall submit an invoice(s) to the County
using department(s) that requested the items through a purchase
order. The invoices shall reference the appropriate
rder
number, the delivery address, and the corresponding del very a ticket
number or packing slip number that was signed by an authorized
representative of the County department when the items were delivered
and accepted. The periodic invoices shall not exceed thirty
(30
calendar days from the delivery of the items. Under no circumsances
shall the invoices be submitted to the County in advance of the
delivery and acceptance of the items. Bidder(s) shall be reimbursed
for cost of all road and bridge tolls. Toll receipts shall be
presented with invoice for approval and reimbursement.
At loading sites where it is normal industry loaded truck and issue weight tickets, a'coppractice
y of the weight ticket
shall be given to the County Representative in addition to the above
receipt.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
ATT bidders shall quote unit prices for cubic
F.O.B. Destination and shall hold title to the yard or ton based on
as they are delivered to, and accepted by, an
authoriz d s until cCounty
representative at various locations within a zone or for Department of
Solid Waste Management Landfill Sites, and Public Works at:
Solid Waste Management
or
1) South Dade Landfill
24000 S.W. 97 Avenue
2) North Dade Landfill
N.W. 47 Avenue at N.W. 215 Street
Page 5 (Revised)
Zones
Zone 1: North side of
S.W. 8 Street
West side of N.W.
27 Ave. to County Line
Zone 2: North side of S.W.
8 Street, East side
of N.W. 27 Ave. to
County Line
....... ... .
�9-- 848
METROPOLITAN DADE COUN'. f':
QO
BID , (7'y, 056-3/01-OTR
�r
3) Resources Recovery Landfill
6990 N.W. 97 Avenue and
58 Street Landfill
6991 N.W. 97 Avenue
Public Works
4) 9301 N.W. 58 Street
Zone 3: South side of'8 Street
West side of Florida
Turnpike to North side
of S.W. 200 Street
Zone 4: South side of S.W.
8 Street, East side of
Florida Turnpike to
North side of S.W.
200 Street
Zone 5: South side of S.W.
200 Street, West side
of S.W. 137 Ave. to
County Line
Zone 6: South side of S.W.
200 Street, East side
of S.W. 137 Avenue to
County Line
2.17 DELIVERY SHALL BE TWO (2) DAYS AFTER ORDER IS PLACED BY THE COUNTY
The bidder shall make deliveries w.ithin two (2) calendar days after
the date that the County department orders the items. All deliveries
shall be made in accordance with good commercial practice and shall be
adhered to by the successful bidder(s); except in such cases where the
delivery will be delayed due to acts of God, strikes, or other causes
beyond the control of the bidder. In these cases, the bidder shall
notify the County of the delays in advance of the delivery date so•
that a revised delivery schedule can be negotiated.
Should the bidder(s) to whom the contract(s) is awarded fail to
deliver in the number of days as stated in its proposal, the County
reserves the right to cancel the contract after any back order period
which is specified in the Special Conditions has lapsed. If the
contract is cancelled, it is hereby understood and agreed that the
County has the authority to purchase the goods elsewhere and to charge
the bidder with any re -procurement costs. If the bidder fails to
honor these re -procurement costs, the County may suspend the bidder
from submitting bid proposals on County contracts for a minimum period
of six (6) months.
Page 6 (Revised)
99- 848
METROPOLITAN DADE COUN.
2.18 BACK ORDERS SHALL NOT BE ALLOWED
BID , _�� 4056-3/O1-OTR
The County shall not accept any back orders of deliveries from the
bidder. Accordingly, the bidder is required to deliver all items to
the County within the time specified in this solicitation; and no
grace period shall be honored. In the event - that the bidder fails to
deliver the goods within the time specified, the County reserves the
right to cancel the order, seek the items from another vendor, and
charge the bidder for any re -procurement costs.
2.19 INTENTIONALLY OMITTED
2.20 CONTACT PERSONS:
For any additional information regarding the specifications and
requirements of this contract, Contact: Edward Mason at (305) 375-3900.
2.21 ACCEPTANCE OF PRODUCT BY THE COUNTY:
The products shall be maintained and delivered to the County in
excellent condition. If a product does not meet specifications, it
will be returned to .the bidder as exchange for suitable merchandise or
for full credit at no additional cost to the County.
2.22 ADDITIONAL FACILITIES MAY BE ADDED:
Although this Solicitation identifies specific facilities to -be
serviced, it is hereby agreed and understood that any County
department or agency facility may be added to this contract at the
option of the County. Successful bidder(s) under this contract shall
be invited to submit price quotes for these new facilities. If these
quotes are comparable with prices offered for similar services, the
award(s) shall be made to the lowest responsible bidders) meeting
specifications in the best interest of the County and a separate
purchase order shall be issued by the County. Notwithstanding, the
successful bidder does not have an exclusive right to these additional
sites. The County may determine to obtain price
uotes for the
additional facilities from other bidders in the event the County does
not find the price quotes comparable.
2.23 COUNTY WIDE. -
Any Governmental Unit in Dade County 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.
Page 7 (Revised)
9- 848
METROPOLITAN DADE COUN
BID 056-3/01-OTR
a
Each Governmental unit which uses a
will establish its own contract, plan
purchase orders, be invoiced therefrom
issue its own exemption certificates as
e
contract(s) resulting Nerefrom,
its own orders, issue its own
and make its own payments and
required by the bidder.
It is 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.
2.24 DELETION OF FACILITIES
Although this Solicitation identifies specific facilities to be ser-
viced, it is hereby agreed and understood that any County department
is no
or agency may delete service for any facility(ies) when such service
calendaro days written required
notice durinto thelontract bidthe csuccessfuupon fourteen (14)
1 bidder.
2.25 ESCORT AT AIRCRAFT OPERATING AREA:
2.26
When performing work at the County's Aviation Department, the
successful bidder shall report to. the Aviation Department's
Maintenance Division Building No. 3025 and be escorted to and from
each area* of work that traverses the aircraft operating area. The
Department shall monitor the placement of the bidder's equipment at
each location. Upon completion of the work, the bidder shall call the
Maintenance Office, 876-7311, to arrange for inspection and escort out
of the aircraft operating area. Any violations of this section by the
bidder shall result in immediate cancellation of this Contract.
Pursuant to A.O. 3-20, the County has the right to retain the services
of an independent private sector inspector general (IPSIG). Upon writ-
ten 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 County shall be responsible for the
payment of these services and under no circumstances shall the
Bidder's price be inclusive of any charges relating to the services.
The term of this provision apply to the Bidder, its offices, agents
and employees. Nothing contained in this independent right ofounty provision shall impair any
operations, activities and performance of audit
Vendor nvintcgonne the
with this contract. The terms of this ended,
nor shall they be construed, to impose any �liability onneither he County eby
the Vendor or third parties.
Page 8 (Revised)
99- 848
.�.
METROPOLITAN DADE COUNW
BID A 'J56-3/01-OTR
2.27 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, materi-
al 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.
It shall be the responsibility of the successful bidders to furnish
all equipment, driver(s), fuel, maintenance, repairs, insurance,
license tags, current inspection stickers, permits, licenses, and
incidentals necessary for the legal operation of equipment at no cost
to the County except the bid price. The successful bidder shall be
responsible foi° compliance with all Federal, State, County or
municipal regulations and shall be fully accountable for any penalties
resulting from infractions thereby.
2.28 LICENSES, PERMITS AND FEES:
The bidder shall obtain and pay for all licenses, permits and inspec-
tion fees required for this project; and shall comply with all laws,
ordinances, regulations 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 or fines shall be
borne by the 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.
2.30 PURCHASE OF OTHER ITEMS NOT LISTED ON'THIS BID SOLICITATION BASED ON
PRICE QUOTES
While the County has listed all major items on the bid solicitation
which are utilized by County departments in conjunction with its
operations, there may be ancillary items that must be purchased by the
County during the term of this contract. Under these circumstances, a
County representative will contact the primary vendor to obtain a
price quote for the ancillary items. If there are multiple vendors on
the contract, the County representative may also obtain price quotes
from these vendors. The County reserves the right to award and add to
the contract, these ancillary items to the primary contract vendor,
another contract vendor based on the lowest price quote or to bid the
items through a separate solicitation.
Page 9 (Revised)
METROPOLITAN DADE COUNTQ
BID INS��4056-3/01-OTR
SECTION 3.0 TECHNICAL SPECIFICATIONS
COARSE AGGREGATES
3.1 COARSE AGGREGATES: The Aggregates shall be composed of clean, durable
Limerock. It shall be free from roots, marl, organics and other
extraneous matter. It shall have not more than a 50% loss of section
when tested in accordance with AASHTO T96 specifications (ASTM C131)
governing the Los Angeles Abrasion Test. Each grade shall meet all
applicable gradation requirements of the following table:
COARSE AGGREGATE GRADATION
Per cent by weight of coarse aggregates passing square opening
Laboratory sieves.
GRADE 56 GRADE 6 GRADE 7 GRADE 8 & 9 PEA ROCK RICE ROCK
Previous
D.O.T. No. 11 12 14 & 15 16 & 16 S
NOMINAL
SIZE 1" 3/8" 3/4" 3/8" 1-1/2"-4 3/811416 3/81148 #4410
SIEVE
SIZE
1-1/2"
100
1"
90-100
100
3/4"
40-75
90-100
100
112"
15-35
20-55
90-100
100
100
3/8"
0-15
0-15
40-70
90-100
75-85 100
#4
0-5
0-5
0-15
20-55
10-20 60-85
#8
0-5
5-30
0-5
#10
0-15
#16
0-10
#50
0-5
The previous page gradations represent the extreme limits for sizes
indicated. The gradation of aggregate from any one source shall be
reasonably uniform and not subject to the extreme percentage of
gradations specified above.
3.2 LIMEROCK, MINIMUM 70% CARBONATES (MAXIMUM 3 1/2): The Limerock shall
be Miami Oolite Limerock and shall be obtained from pits from which
all overburden has been removed previous to blasting or excavation.
It shall show no tendency to air slake or undergo chemical changes
under exposure to weather. It shall contain by weight not less than
70% of carbonate of calcium and/or magnesium. The remaining
constituents shall be silica or other inert materials. It shall be
free from roots, organics of other deleterious material. The limerock
shall be of such a size so that not less than 97% will pass a 3 1/2"
sieve. It shall be uniformly graded with all fine material,
Page 11
9.9
METROPOLITAN DADE COUNT'
BIb 4056-3/01-0TR
consisting entirely of dust of fracture, to enable compaction to take
place without undue hardships. The purchaser reserves the right to
have sample tests made of the materials at selected intervals by an
approved laboratory and will pay cost of such tests.
3.3 LIMEROCK. MINIMUM 50% (MAXIMUM 3 1/2"): All specifications the same
for LIMEROCK, MINIMUM 70% CARBONATES above: EXCEPT: THAT "It shall
contain by weight not less than 50% of carbonate of calcium and/or
magnesium."
3.4 LIMEROCK (FINE CRUSHED - MAXIMUM 3/411): All specifications the same
for LIMEROCK, MINIMUM 70% CARBONATES stated above EXCEPT that the
limerock shall be of such a size so that no less than 97% will pass a
3/4" sieve.
3.5 FILL MATERIALS: This material is to be used as fill in locations
where existing. subgrade is composed. of unsuitable material that must
be removed. It shall be composed of sand and limerock free from
organics or any other deleterious materials. The purchaser reserves
the right to examine the material at the pit, for suitability, prior
to placing An order.
3.6 PIT RUN ROCK FILL: This fill material is to be used for subgrade on
pit roads.or as daily cover on landfills. It shall be composed of a
minimum fifty (50%) carbonate of calcium and/or magnesium. The
remaining constituents shall be silica or other inert materials. It
shall be free of organics or other deleterious material. The maximum
particle size of rocks shall not exceed twelve (12") in diameter. No
more than ten percent (10%) of the material by volume shall exceed six
inches (0) in diameter. Dade County shall be the sole judge of
whether or not materials offered meet this specification.
3.7 BALLAST ROCK: Ballast Rock shall be locally .procured and shall be
obtained from fresh water sources. It shall be washed and free of any
deleterious matter. It shall not have more than 45% loss of section
when tested in accordance with T96 of AASHTO (ASTM C131)
specifications governing the Los Angeles Abrasion Test. It shall not -
show more than 12% loss of cycles when tested in accordance with
T104-74 (ASTM C88) of AASHTO specifications governing the soundness
test. Finally, it shall pass the gradation requirements as specified
by M-43-82 of AASHTO (ASTM D 448) specifications for each specified
gradation namely:
SIZE NUMBER NOMINAL SIZE IN INCHES
#24 2 112 to 3/4
# 3 2 to 1
# 4 1 112 to 3/ 4
The purchaser reserves the right to have sample tests made of the
material, at selected intervals, by an approved laboratory and will
pay the cost for such tests.
Page 12
99)- 848
METROPOLITAN DADS COUi ._,.�.„
BID '. 4056-3/01-OTR
3.8 LIMEROCK SCREENING:
of Mia Srreenin s h
De mi Ool�te Limerock and shall allll free from dirt,
foreign material, composedof durable particles
made of the Material, at
County reserves the ri dust. or other
and will at selected intervals ght to have sample tests
andpay the cost for such tests. ' by an approved laboratory
following gradation requirements. Screening shall meet th
PERCENT BY WEIGHT
No.
4
No.
4
No.
10
No.
40
No.
80
No.
200
3.9 t4ASON SAND
RETAINED ON SIEVE
90-100
5-20
18-35
30-50
11-21
The Mason Sand shall conform to the 0-15
Of Section 902, Article 902-1 of
Standard specifications for Road and Bridge Construction quality requirements
the Florida State Road Department
the material shall pass the number 4
be retained on the uction 1982. Ali of
number 10 sieve and no more than 5% shall
graded from coarse to fine. sieve. The sand shall be
3.10 NATURAL SILICA SAND: uniformly
locally and shall consist he Natural Silica Sand shall be entirelymainly of durable shall be obtained
matter. free of all marl, muck, rootsandalles others fare • It
3.11 SILICA TRAP SAND SPECIFICATIONS FOR #70 foreign
A. FINENESS MODULES:
Color: 2.27 - 2.35
Specific Gravity. Metric 1
Uniform Coefficient: 2.37 - 2.62
B. Sieve e3 or less
� sis:
Sievvee,Size %Pa_ ssing
3/8"
4" 100%
8" 100%
16" 99-100T
30" 92-95%
501, 50-57%
100" 15-25%
0-1%
3.12 WHITE YARD
minimum of 60� ND�lirals0 known as
White Siliea/Limestone screenings,
3.13 OVERBURDEN• with 100% passing #8 U.S. Sieve.
shaR o contain al more than free and20% rock.
nd
and clear of rock over 311
matter over 3" in. No more than 10�'15�iofeorganic
diameter.
PASSING SIEVE
No.
10
NO.
40
No.
80
No.
200
Page 13
e
9 -- 848
METROPOLITAN DADE COUNo e5'
BID. nc�'=�� 4056-3/01-OTR
3.14 FILTER SAND: Filter sand shall be specially selected and graded -
silica sand composed of hard, durable grains, free from clay loam,
dirt and organic matter. Not more than one percent by weight shall be
flat or micaceous particles. Filter sand shall be well graded and any
material showing abnormal grading will be rejected. The sand as
shipped will be confined to particle sizes ranging from 0.71 mm to
0.42 mm, with not more than 10 percent by weight being larger than
0.71 mm more than 25 percent by weight being smaller than 0.42 mm
shall be less than 10 percent by weight. Filter sand, conforming to
these specifications, shall be obtained from suppliers experienced in
furnishing this material. The high quality of this material specified
limits its source of supply to only a few natural deposits in any
region.
3.15 LIMEROCK (RIPRAP): The Limerock (RIPRAP), shall be composed of
Florida Oolite.Limerock Boulders only, with no deleterious materials.
It shall be free from roots, marl, organics, sand and/or any other
extraneous matter. The RIPRAP shall range in size from 12 inches .to
36 inches in diameter having a specific gravity of 2.0 and not less
than 1.0 for any individual boulder. Only boulders ranging from 12 to
36 inches in diameter shall be delivered and accepted at specified
sites. No more than twenty percent (20%) by number of the RIPRAP
shall be one (1) foot size and no less than twenty percent (20%) by
number of the RIPRAP shall be three (3) foot size,.(12 to 36 inches).
Page 14
0y_ 848
METROPOLITAN DADE COUN BID '4056'-3/01--0TR
;t
ShF�
BID PROPOSAL
COARSE AGGREGATES
RM NAME:
FOR:
aup One: Description, Items, Zone, Unit Price (Ton or Cubic Yard), Delivered Within Zone
Grade 6 Aggregate
Zone 1: $ Per Ton
Zone 2: $ Per Ton
Grade 7 Aggregate
Zone 1: $ Per Ton
Zone 2: $ Per Ton
'rade 89 Aggregate
Zone 1: $ Per Ton
!-one 2: $ Per Ton
21.
Zone
3:
$_Per
Ton
22.
Zone
4:
$
Per Ton
27.
Zone
3:
$
Per
Ton
28.
Zone
4:
$_
Per
Ton
33.
Zone
3:
$
Per
Ton
34.
Zone
4:
$
Per
Ton
Page 17 (Revised)
23.
Zone
5:
$_
Per
Ton
24.
Zone
6:
$___
Per
Ton
29.
Zone
5:
$
Per Ton
30.
Zone
6:
$
Per Ton
35.
Zone
5:
$
Per
Ton
36.
Zone
6:
$
Per
Ton
99- 848
..............-nre.,xKry�.41�"IA1'S.VN�Nh'�A�1Rr.�'',�:2�,"1
METROPOLITAN DADE COUN' '..
E{ r BID
056-3/01-OTR
gID PROPOSAL FOR:
COARSE AGGREGATES
RN NAME:
oup One: Description, Items, Zone, Unit Price
(Ton or Cubic Yard), Delivered w '
•----------------------�__--______- -_ ------ With!" Zone
Filter Sand
I. Zone 1:
Per Ton
Ton
'. Zone 2; $
_Per Ton
123.
Zone
3:
$--.__rPer
Ton
124.
Zone
4;
-----_Per
Ton
Florida Oolite Limerock ( Reprao)
. Zone 1:
-_Per Ton 129. Zone 3; �
. Zone 2: � --_Per Ton
--____Per Ton 130. Zone 4:
—�Per Ton
Page 23 (Revised)
125.
Zone
5:
$ —_____Per
Ton
126.
Zone
6:
$ -�Per
Ton
131.
Zone
5:
—_Per
Ton
132.
Zone
6:
$ ---,Pe
r
Ton
99- 848
METROPOLITAN DADE COUI,
BID 4056-3/01-OTR
k.
DID PROPOSAL
COARSE AGGREGATES
=IRM NAME:
F-0 R :
:tem
=� — -- -------------=====Description
Unit -Price
=====_-_-__
;ROUP TWO. Solid Waste Management, and Public Works, Prices are F.O.B. Destination:
:OARSE AGGREGATES
Rice_Rock, Delivered to:
1.
South Dade Landfill, 24000 SW 97 Avenue
2.
North Dade Landfill, NW 47 Avenue at NW 215 Street $
Per Ton
r
3.
Resources Recovery Landfill, 6990 NW 97 Avenue and
58
Per Tonf;�K,
Street Landfill, 6991 N.W. 97 Avenue $
Per Tan
N ,
Pea Rock, Delivered to:
4.
South Dade.Landfill, 24000 SW 97 Avenue
5•
$
North Dade Landfill, NW 47 Avenue at NW 215 Street $
Per Ton
6•
Resources Recovery Landfill, 6990 NW 97 Avenue and 58 Street $
Per Ton
Landfill, 6991 N.W. 97 Avenue
Per Ton
7•
Public Works, 9301 N.W. 58 Street
}err
t
$
Grade 56 AogreQate, Delivered to:
Per Ton
t }.
3•
South Dade Landfill, 24000 SW 97 Avenue
a•
$
North Dade Landfill, NW 47 Avenue at NW 215 Street
Per Ton
1•
$
Resources Recovery Landfill, 6990 NW 97 Avenue and $
58 Street
Per Ton
yam'
Landfill, 6991 N.W. 97 Avenue
Per Ton
Grade 6 A gregate, Delivered to:
�•
South Dade Landfill, 24000 SW 97 Avenue
'•
$
North Dade Landfill, NW 47 Avenue at NW 215 Street
Per Ton
•
$
Resources Recovery Landfill, 6990 NW 97 Avenue and $
58 Street Landfill,
Per Ton
6991 N.W. 97 Avenue
Per Ton
Page 24
99- 848
."7
METROPOLITAN DADE COUO� BIb h`ti 4056-31O1-OTR
BID PROPOSAL FOR:
COARSE AGGREGATES
*IRM NAME:
:tem Description
Unit _Price
-=-=-N==-=
Grade 7 Aggregate, Delivered to:
.4.
South Dade Landfill, 24000 SW 97 Avenue
$
Per Ton
.5.
North Dade Landfill, NW 47 Avenue at NW 215 Street
$
Per Ton
.6.
Resources Recovery Landfill, 6990 NW 97 Avenue and
$
Per Ton
58 Street.Landfill, 6991 N.W. 97 Avenue
Grade 89 Aggregate, Delivered to:
7.
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
' 8.
North Dade Landfill, NW 47 Avenue at NW 215 Street
$
Per
Ton
9.
Resources Recovery Landfill, 6990 NW 97 Avenue and
$
Per Ton
58 Street Landfill, 6991 N.W. 97 Avenue
Limerock. Minimum 70% Carbonates, Delivered to:
0.
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
1.
North Dade Landfill, NW-47 Avenue at NW 215 Street
$
Per
Ton
2.
Resources Recovery Landfill, 6990 NW 97 Avenue and
$
Per
Ton
58 Street Landfill, 6991 N.W. 97 Avenue
3.
Public Works, 9301 N.W. 58 Street
$
Per
Ton
Limerock. Minimum 50% Carbonates, Delivered to:
r.
4..
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
5.
North Dade Landfill, NW 47 Avenue at NW 215 Street
$
Per
Ton
5.
Resources Recovery Landfill, 6990 NW 97 Avenue and
$
Per
Ton
58 Street Landfill, 6991 N.W. 97 Avenue
Page 25
99- 848
METROPOLITAN DADE COUI
a I D PROPOSAL
BID �-*),4056-3/01-OTR
F•0 R .
COARSE AGGREGATES
RM NAME:
tion
em Description
Unit Price
Limerock. Fine Crushed, Delivered to:
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
North Dade Landfill, NW 47 Avenue at NW
215 Street
$
Per
Ton
Resources Recovery Landfill, 5990 NW 97
Avenue and
$
Per
Ton
.58 Street Landfill, 6991 N.W. 97 Avenue
Public Works, 9301 N.W. 58 Street
$
Per
Ton
Pit Run Rock Fill, Delivered to:
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
North Dade Landfill, NW 47 Avenue at"NW
215 Street
$
Per
Ton
Resources Recovery Landfill, 6990 NW 97
Avenue and
$
Per
Ton
58 Street Landfill, 6991 N.W. 97 Avenue
LLAST ROCK
Size #24, Delivered to:
E
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
North Dade Landfill, NW 47 Avenue at NW
215 Street
$
Per
Ton
Resources Recovery Landfill, 6990 NW 97
Avenue and
$
Per
Ton_.,'`;`Y;
58 Street Landfill, 6991 N.W. 97 Avenue
,
Size #3, Delivered to:
r
South Dade Landfill, 24000 SW 97 Avenue
$
Per
Ton
North Dade Landfill, NW 47 Avenue at NW
215 Street
$
Per
Ton
Resources Recovery Landfill, 6990 NW 97
Avenue and
$
Per
Ton
58 Street Landfill, 6991 N.W. 97 Avenue
Public Works, 9301 N.W. 58 Street
$
Per
Ton
Page 26
848
METROPOLITAN DADE COUNT
BID
=IRM NAME:
PROPOSAL
COARSE AGGREGATES
BID' 4056-3/01-OTR
F. 0 R
item
----------•-------------------Description
------------------__=====Unit
Price=-==-_=
Size #4, Delivered to:
4.
South Dade Landfill, 24000 SW 97 Avenue
$
Per Ton
'2.
North Dade Landfill, NW 47 Avenue at NW
215 Street $
Per Ton
•3.
Resources Recovery Landfill, 6990 NW 97
Avenue and $
Per Ton
58 Street Landfill, 6991 N.W.'97 Avenue
Size #9, Delivered to:
4.
South Dade Landfill, 24000 SW 97 Avenue
$
Per Ton
5.
North Dade Landfill, NW 47 Avenue at NW
215 Street $
Per Ton
6.
Resources Recovery Landfill, 6990 NW 97
Avenue and $
Per Ton
58 Street Landfill, 6991 N.W. 97 Avenue
Natural Silica Sand, Delivered to:
7.
South Dade Landfill, 24000 SW 97 Avenue
$
Per Ton
S.
North Dade Landfill, NW 47 Avenue at NW
215 Street $
Per Ton
9.
Resources Recovery Landfill, 6990 NW 97
Avenue and $
Per Ton
58 Street Landfill, 6991 N.W. 97 Avenue
Limerock Screening, Delivered to:
).
Public Works, 9301 N.W. 58 Street
$
Per Ton
Mason Sand, Delivered to:
1.
Public Works, 9301 N.W. 58 Street
$
Per Ton
NOTE: Please submit the contact person and phone number:
CONTACT PERSON, PHONE #
Page 27
,00 9- 848
METROPOLITAN DADE W44
8 1 U P R O P O S A L
COARSE AGGREGATES
BID h 4056-3/01-OTR
FOR:
NO BID PLEASE INDICATE REASQN~____�~�w-_~�~�____a__________-_�_.�
=ompt Payment Terms: % days net day
NO. of Bidder:— _ ~(Bidders Federal Employer Identification Number as used
return Form 941.) If none Bidders Social Security No.
undersigned Bidder certifies that this Bid Proposal is submitted in accordance with
Bid Specifications and Conditions governing this Bid, and that the Bidder will accept
awards made to him as a result of this bid.
NAME
ET ADDRESS
,STATE,& ZIP CODE
'NONE NUMBER FAX NUMBER
)RIZED SIGNATURE
(Signature) (Print Name) (Date)
OF OFFICER
below mailing address (if other than above):
3OX
city state zip code
Page 28
99-- 848
METROPOLITAN DADE COUi BID 4056-3/01-OTR
ACKNOWLEDGEMENT OF ADDENDA
TITLE: COARSE AGGREGATES
BID NO. 4056-3/01-OTR
DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED
IN CONNECTION WITH THIS BID:
Addendum #.1,
Dated
199
Addendum #
2,
Dated
199
Addendum #
3,
Dated
199
Addendum #
4,
Dated
199
Addendum #
5,
Dated
, 199�
Addendum #
6,
Dated
199
Addendum #
7,
Dated
199
Addendum #
8,
Dated
199
Addendum #
9,
Dated
199
PART II:
-------------------
NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE:
Page 29
;Date ;
99- 848
DrS A UTT ITT NONDISCRIMINATION -AFFIDAVIT
CONTRACT REFERENCE
NAME OF FIRM, CORPORATION, OR ORGANIZATION
AUTHORIZED AGENT COMPLETING AFFIDAVIT
POSITION PHONE NUMBER (_)
being duly first sworn, state
That the above named 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 project 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, aeoess 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. 12101-12213 and
47 U.S.C. Sections 223 and 611 including Title I, Employment; Title 11, Public Services; Title a Pubic
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
Signature
Date
SUBSCRIBED AND SWORN TO (or affirmed) before me on
Date
by He/She js personally known to me or has
(Affrant)
presented as identification.
(Type of Identification)
(Signature of Notary) (Serial Number) -
(Print or Stamp Name of Notary)
Notary Public
(State)
(Expiration Date)
Notary Seal
9-9- 848
AWARD UNDER MIAMI-DADE COUNTY
CONTRACT NO. 4p5b-3/01-1-CW-OTR
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
Award Under Dade County Contracts
Lime Rock Boulders for Virginia Key Beach
Real Estate and Economic
Contract
The Department of Real Estate and Economic
Development has determined that the purchase of 6,000
to 8,000 tons of lime rock boulders (rip rap) are needed
for the Virginia Key Beach Renourishment and
Stabilization Project.
It is recommended that award be made to the primary
vendor Overland Carriers, Inc. and the secondary
vendor Pan American Construction LP, for zone
4 item 130, under existing Miami -Dade County
Contract No. 4056-3101-1-CW-OTR, effective until
January 31, 2000, subject to further extensions from
Miami -Dade County, for the purchase of lime rock
boulders (rip rap) for the Virginia Key Beach
Renourishment and Stabilization Project; allocating funds
therefor from Capital Improvement Project No.
336006, Account Code 589301-860.
U er
Director of Purcha mg
199 - 848