Loading...
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