Loading...
HomeMy WebLinkAboutR-98-0415J-98-452 4/21 /98 RESOLUTION NO. 98- 415 A RESOLUTION APPROVING THE PROCUREMENT OF SWIMMING POOL REPAIRS FROM L.A.W. CONSTRUCTION, INC., ON AN AS -NEEDED CONTRACT BASIS, UNDER MIAMI-DADE CONTRACT NO. 3037-0/97 "CONCRETE RESTORATION", FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, AT A TOTAL COST NOT TO EXCEED $29,000; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION'S FY '98 BUDGET, ACCOUNT CODE NO. 504000.420119.6.670; FURTHER AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID REPAIRS. WHEREAS, the Departments of Parks and Recreation, and General Services Administration are working together to ensure that all ten City operated swimming pools are opened for the 1998 summer season; and WHEREAS, It has been determined that specialized concrete restoration work is required; and WHEREAS, the acceptance of this contract shall enable the General Services Administration Department to complete the necessary repairs in a timely fashion; and Eel 0• 11:. •;, c • APR 2 8 1998 Resolution No. 98- 415 WHEREAS, funds are available from the General Services Administration, Department's FY `98 Budget, Account Code No. 504000.420119.6.670; and WHEREAS, the City Manager and the Director of General Services Administration recommend the award of said contract to L.A.W. Construction, Inc., under Miami -Dade County Contract No. 3037-0/97, at a total cost not to exceed $29,000, be approved, 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 procurement of swimming pool repair from L.A.W. Construction, Inc., on an as -needed contract basis, under Miami -Dade County Contract No. 3037-0/97, "Concrete Restoration", for the Department of General Services Administration, at a total cost not to exceed $29,000, is hereby approved, with funds therefor hereby allocated from Account Code No. 504000.420119.6.670. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said services. 2 98- 415 Section 4. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 28th day of April , 1998. JOE CAROLLO, MAYOR Inwcordance with Miami Code Sec. 2-36, since the Mayor did not indicate approv^l of ft legislation by signing it in the designated place m provided, a a of Commissic�n�eci:^n mimes effective with the elapse otxw regarding same, without the Mayorifter ATTEST: J o man, City Clerk WALTER J. FOEMAN CITY CLERK BUDGETARY EVIEW: DIPAK M. PAR KH, DIRECTOR OFFICE OF BUDGET AND MANAGEMENT ANALYSIS PREPARED AND APPROVED BY: APPRO D T F M AND CO ECT S RAFA L . D AZ J 0 DEPUTY CITY ATTO Y AT RNEY W2506:CSK 3 98- 415 CITY OF MIAMI, FLORIDA CA=12 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and DATE: April 28, 1998 FILE Members of the City Commission SUBJECT: Resolution Authorizing Contract for Repair of City Swimming Pools FROM: Jose Garcia -Pedrosa REFERENCES: City Manager ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission. adopt the attached Resolution authorizing a contract award utilizing an existing Miami -Dade County Contract No. 3037-0/97 "Concrete Restoration", for repair of city swimming pools. Contract award to L.A.W. Construction, Inc., a Black minority owned/Miami-Dade County vendor, located at 9507 N.W. 160th Street, Miami, Florida 33157. Further, authorizing an award on an as needed contract basis, in an amount not to exceed $29,000. Funds are available in the Department of General Services Administration, Building Maintenance Division's, FY '98 Budget, Account Code No. 504000.420119.6.670. BACKGROUND: The Departments of Parks and Recreation, and General Services Administration are working together to ensure that all ten (10) City operated swimming pools are opened for the 1998 Summer season. This contract shall enable specialized repairs to be completed in a timely fashion. Currently, needs for these services have been identified for seven of our swimming pool facilities. Additional services would be provided on an as needed basis. It is projected that a savings in the Parks and Recreation Department's water utility bills shall be realized after the repairs are completed. JGP:JP:JAP:eh W­_ c: Alberto Ruder, Director Parks & Recreation Department Juan Pascual, Director Department of General Services Administration GSA/MePools.doc 98- 41b CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Jose Garcia -Pedrosa City Manager FR an Pascual, Director Department of General Services Administration DATE : April 17, 1998 FILE SUBJECT: Contract for Repair of City Swimming Pools REFERENCES: ENCLOSURES: The Department of General Services Administration has verified with the Office of Budget and Management Analysis that funds are available from the Building Maintenance Division's, FY `98 Budget, Account No. 504000.420119.6.670, in an amount not to exceed $29,000. BTETARY.REVIEW AND APPROVED BY: .� DiI3 Parekh, Director Office of Budget and Management Analysis JGP:JP:JAP:eh c: Alberto Ruder, Director Department of Parks and Recreation GSA/MePools2.doc Date: 4, (/7 .APR-15-99 11:04 PM CONSTRUCTION INC. GENERAL CONTRACTORS April IOth. 1998 City of Miami Parks and Recreation Department RE: 1998 Pool Repairs Attn;: Victor Cornier Dear Sir, The following is acost breakdown for repair work requested by you for the above mentioned project. This proposal is within compliance of unk prices. fnr GSA contract bid Number 3037-0/97-Cw Y, Bennett. Estimator. CGC #I 0066588 Y507 S w. 160 5% - S4,1TE 220 - Miuwi, Floai& 331 5/ - (305) 254-1157•1 • F"; (305) 254-9 ,82 9$ 415 OPR-15-98 11:05 PM IL CONSTRUCTION INC. A ERAL CONTRACTORS tv , RACTORS (1) Plaster 4"x 60" reveal. (2) replace 40 if of 6"•6" tiles. (3) Fabricate and install 6 galvanized steel bolt to attach dive board to slab (4) Replace 6 damaged tiles (letters). (5) Replace (2) the for smaller pool (6) Replace 10. 6"x6" glass blocks at exterior wall. ' Debris removal Sob Total S2,000.00 RANGE r (1) install I81f of 1 "xl" tile(bullnose) (2).Rcmove and replace 851f of coping at pool area (3) Seal around coping 601f (4) Replace 851f of 6"x6" tiles. (5) Repair ceiling at bath stalls. (6) Plaster window Ledge 6"x 4" a@ 201f. Sob Total GIMON P.03 I'(I I I' i S7,S22.60 i (1) Install access ramp 6" thick, 5' wide, 25' long at front entrance to pool (2) Prepare and install 1001f. of cracks in pool deck for Sika epoxy (3) Replace 61f. of 6"x 6" the with stucco. (4) Repair 2'x3' of curbing install new or comparable tiles. Sub Total $4,500.00 CURTIS POOL (1) Remove and replace damage tiles (2) Remove and replace damage coping (3) Fix deck cracks (4) Provide and install plaster wirelbonding as necessary Sub Total R'ILMMS (I) Repair 200sgft of pool deck. (2) Plaster with Silva Product. (3) InstalI finish edge around pool. ' Debris removal. S1,104.00 CCC n 0066586 9507 SN4. 160 Si • Suit( 220 • Mi+Mi, FlunidA 3! 157 . (305) 254-957,1 • Fax; (501) 2i4-9582 98- 4i5 APR—t5-98 11:05 PM P.II04 �I CONSTRUCTION INC. GENERAL April 10, 1998 JOSE MARV PARK CONTRACTORS (1) Grout and stucco sealant from underside of coping.install 241f of Sika epoxy sealant 16 Hrs @ 41.5 (2) Replace mosaic tiles at pool area ( Ix 1 ) (3) Replace chipped tiles (not mosaic ) (4) Install 3/4" thick, 2" wide, 6' long, masonary strip at front entrance (5) Remove 10 damaged tiles and replace. (6) Repair deck crack. (5) Repair approx 29 sf of deck. ' Dump debris / clean-up Sub Total S3,479.60 SHENANDOAH (1) Remove and replace coping approx. 300If. (2) Remove and replace tiles - provide and install, grout as nw4ssa y (3) Repair 3'x 3' ft sections of curb - provide and install. (4) Repair wall - ---- is approx. 10" deep and about 4' x 4' wide. Repair - match existing stucco on concrete masonry unit. Sub Total $2,118.00 YARRIC�C (1) Replace ten tiles - remove residue, old tiles provide tiks and grout install (2) Patch side of pool/ skirting full length on north, west side and 50% of cast side. 2301f. Sub Total $6,003.00 NEST END (1) Provide & install 3 the caps at deck area (2) Provide & install approx. 20 tiles inside pool area at radiusgrout as necessary. (3) Fix behind dive board and where dive board is mounted to concrete. Remove board and repair. (4) Remove loose coping on cast, north, west and south side. (5) Provide and install 2 exterior tiles at front entrance prep before installing tiles. Sub Total S3,210.00 CGC 0 0066581E 9507 S.V., 160 Sr. S01t 220 MiaMi. Flonida 331 57 0 (305) 2i4-9514 fax: (305) 25-1-9582 98- 41� AWARD UNDER MIAMI-DADE COUNTY ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: RECOMMENDATION: CONTRACT NO. 30 3 7-0/9 7 Swimming Pool Repairs GSA On an as -needed contract basis until July 31, 1998 To enable specialized repairs of swimming pools at various City facilities for the,1998 Summer season. It is recommended that award be made .to . L.A.W. Construction Inc., a Black/Mlaml-Dade County vendor, under an existing Miami -Dade County Contract No. 3037- 0/97 "Concrete Restoration", at a total proposed amount not to exceed $29,000.00; Allocating funds from the Department of General Services Administration, Account Code No. 504000.420119.6.670. Award Under Dade County Contracts 9 8 - 410" AWARD SHEET ADDENDUM NO. f0: ALL OEPARTMENTS DATE: March 19, 1998 FROM: MIAMI-OAOE COUNTY GSA/PROCUREMENT MGMT. OIV. SUBJECT: 810 NO. 3037-0/97 TITLE: CONCRETE RESTORATION (CTA). Please note the following change(s): Contract term is extended from April 1, 1998 thru July 31, 1998. Approved by Bids and Contracts on March 18, 1998. ALL ELSE REMAINS THE SAME cc: Aviation Corrections and Reh. Finance GSA/Fac. Mai Tit. MOHA MOWASO Park and Rec. Seaport Team 1 Bid File SENIOR PROCUREMENT AGENT: ED MASON, CPPB GSA PROCUREMENT MANAGEMENT DIVISION 1 EM/ 1 f VC- SRUCTIONINC.E v E R L C O N T R A C T O R S REWENiIAI • COMMERcIAI • INOUSIttul CGU 00665,58 9507 S.w. 160 ST., SUITE 220 i --/ MIAMI, FL. 3 3 1 5 7 ► ANSfL BENNETT rd: (505) 254,9574 F,11MA111RA110 71:11111v1,/Nt I1I„1 366.05-11 Fta: ()05) 254.9582 98- 4i5 C O N T R A C T A W A R D S H E E T BID NO.: 3037-0/97-CW (Previous Bid No. 3037-6/92-2) CONCRETE RESTORATION (GUNITING, PRESSURE GROUTING, ETC.) CONTRACT PERIOD: 5/1/95 thru 4/30/97 COMMODITY CODE: 909-24/910-51/925-19 OTR YEARS: N/A PART #1: VENDORS AWARDED F.E.I.N.: 65-0451892 �a VENDOR: L.A.W. Construction x=.. STREET: 9507 N.W. 160th Street ;7' CITY/STATE/ZIP: Miami, Florida 33157 0 F.O.B. TERMS: N/A PAYMENT TERMS: Net 30 Days - DELIVERY: As Quoted PHONE: (305) 254-9574 FAX: (305) 254-9582 r CONTACT PERSON: L.A. Wary PART #2: ITEMS AWARDED PART #3: AWARD INFORMATION (X)BCC ( )PMD AWARD DATE: 2/7/95 BIDS & CONTRACTS RELEASE DATE: 3/6/95 ADDITIONAL ITEMS ALLOWED: See Attached SPECIAL CONDITIONS: See Attached TOTAL CONTRACT VALUE: $960,000.00 USER DEPARTMENT Aviation Corrections DDFM HUD Park & Recreation Seaport WASAD AGENDA ITEMS #: 3E(2)(K) OTR YEAR: N/A MODIFIED CONTRACT VALUE: N/A DOLLAR AMOUNT ALLOCATED $240,000.00 $10,000.00 $300,000.00 $40,000.00 $300,000.00 $50,000.00 $20,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Edward Mason, CPPB EM/rl 03-07-95 98- 4i5 BID PROPOSAL FOR: FIRM NAME: L.A.W. Construction, Inc. Item Description Unit Price 1. SANDBLASTING - TWO (2) MEN CREW One (1) skilled Mechanic/Nozzleman. One (1) skilled Laborer/Equipment Operator. Rateper Crew ....................................... (includes all materials) 2. SANDBLASTING - FOUR (4) MEN CREW Two (2) skilled Mechanic/Nozzlemen. One (1) skilled Laborer/Equipment Operator. One (1) unskilled Laborerq Rate per Crew ....................................... (includes all materials) 3. SANDBLASTING - PER SQUARE FOOT (Prices based on a minimum of 850 sq. ft. of work done in one particular area) $ 64.50 Hour $ 94.80 Hour A. Swimming Pools.. .............................. $ 0.85 Sq. Ft. B. Concrete Slabs .................................. $ 0.76 Sq. Ft. C. Vertical Surfaces (Bldgs., Walls, etc.)......... 4. GUNITE - THREE/FOUR (3-4) MEN CREW One/Two (1-2) skilled Mechanics/Nozzlemen and Finisher. One (1) skilled Laborer. One (1) unskilled Laborer. Rate per Crew ....................................... (includes all materials) 5. GUNITE - FIVE/SIX (5-6) MEN CREW Two (2) skilled Mechanics/Nozzlemen and Finisher. One (1) skilled Laborer/Equipment Operator. One/Two (1-2) unskilled Laborers. Rate per Crew ....................................... (includes all materials) $ 0.78 Sq. Ft. $ 50.25 Hour $ 275.00 Hour 98-. 41" B I D P R O P O S A L F O R FIRM NAME: L.A.W. Construction, Inc. ------------------------------------- Item Description Unit Price 6. GUNITE - PER SQUARE FOOT, LINEAR FOOT A. Overhead Slab ................................... $ 25.50 Per Sq. Ft. Finished $ 18.25 Per Sq. Ft. Unfinished B. Grade Beam ................................... $ 74.10 Per Sq. Ft. Finished $ 66.70 Per Sq. Ft. Unfinished C. Tie Beams ................................... $ 66.70 Per Sq. Ft. Finished $ 59.20 Per Sq. Ft. Unfinished D. Precast Rib Joist ............................... $ 49.00 Per Sq. Ft. Finished $ 41.50 Per Sq. Ft. -Unfinished E. Columns ......................................... $ 59.30 Per Sq. Ft. Finished $ 52.00 Per Sq. Ft. Unfinished F. 2" Liner ......................................... $ 5.50 Per Sq. Ft. Finished $ 5.20 Per Sq. Ft. Unfinished 9 8 - 4 5 B I D P R O P O S A L F 0 R: FIRM NAME: L.A.W._ Construction, Inc. --------------------------------------------------------- _________________ Item Description Unit Price 7. PRESSURE GROUT - THREE (3) MEN CREW One (1) skilled Mechanic/Pipe Operator. One (1) skilled Laborer/Equipment Operator. One (1) unskilled Laborer. Rate per Crew ....................................... $ 4.38 Cu. Yd. (includes all materials) 8. PRESSURE GROUT - THREE (3) MEN CREW One (1) skilled Mechanic/Pipe Operator. One (1) skilled Laborer/Equipment Operator. One (1) unskilled Laborer. Rate per Crew ....................................... $ 50.40 Hour (does not include materials) 9. EPDXY - TWO (2) MEN CREW: (UNDER 40 LINEAR FEET OF CRACKS) One (1) skilled Mechanic/Pump Operator. One (1) skilled Laborer/Prep Man. Rate per Crew ....................................... $ 34.20 Hour (does not include materials) 10. EPDXY - TWO (2) MEN CREW: (OVER 40 LINEAR FEET OF CRACKS) One (1) skilled Mechanic/Pump Operator. One (1) skilled Laborer/Prep Man. Rate per Crew ....................................... $ 26.10 L/F (does not include materials) 11. CHEMICAL GROUT - TWO (2) MEN CREW: (UNDER 40 LINEAR FEET OF CRACKS) Two (2) skilled Mechanics/Pump Operators Rate per Crew ....................................... $ 41.70 Hour (does not include materials) 98- 4-10 BID PROPOSAL FOR: FIRM NAME: L.A.W. Construction, Inc. Item Description Unit Price 12. CHEMICAL GROUT - TWO (2) MEN CREW: (OVER 40 LINEAR FEET OF CRACKS) Two (2) skilled Mechanics/Pump Operators. Rate per Crew ....................................... $ 41.40 Hour (plus one (1) hour travel time each day on the job and does not include materials) 13. SMALL MARCITE (POOL PATCH) - TWO (2) MEN CREW One (1) skilled Mechanic/Applicator. One (1) skilled Laborer/Mixer. Rate ner Crew ....................................... $ 37.80 Hour (does not include materials) 14. EXPANSION JOINTS A. Expansion Joints (up to 1" in width) installed.. $ 3.30 L/F B. Repair (spalled) Concrete - Slab Edges.......... $ 1.80 L/F C. Saw Cutting ..................................... $ 0.90 L/F D. Filling Slab Edges._ ............................ $ 1.50 L/F 17. WATERPROOF MEMBRANES - PER HOUR (For less than 310 sq. ft. of surface area for Membrane installation) A. Install Waterproof Membranes .................... $ 32.40 Hour (does not include materials) B. Install Waterproof Membranes .................... $ 34.20 Hour (inside planter areas) (does not include materials) 18. WATERPROOF MEMBRANES - PER SQUARE FOOT A. Install Waterproof Membranes .................... $ 0.58 Sq. Ft. (minimum 310 sq. ft. of surface area for Membrane installation) B. Install Waterproof Membranes .................... $ 0.78 Sq. Ft. (inside planter areas) (minimum 310 sq. ft. of surface area for Membrane installation) 98- 4110' B I D P R O P O S A L F O R FIRM NAME: L.A.W. Construction, Inc. ---------------------------------------- ------------------------- ----------------------------- Item Description Unit Price 17. MORTAR POINT-- TWO (2) MAN CREW Two (2) skilled Mechanics/Mixers Rate per Crew (under 200 linear feet) ............... $ 34.20 L/F (does not include materials) Rate per Crew (over 200 linear feet) ................ $ 33.00 L/F (does not include materials) Cost of Materials Cost of materials shall be at Contractors cost plus 20 % mark-up. Mark-up shall not exceed 20%. OPTION: Unusual Equipment Contractors rental cost plus 20 % mark-up. Mark-up shall not exceed 20%. 98- 4i METROPOLITAN DADE -gUNTY BID NO. 3037-0/97-CW SECTION 2.0 SPECIAL CONDITIONS CONCRETE RESTORATION SERVICES 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 Concrete Restoration Services in conjunction with the County's needs on an as needed when needed basis. 2.2 RACE CONSCIOUS MEASURES: SET -ASIDE PROVISIONS This contract is Set -Aside for competitive bidding among CERTIFIED Black -owned Vendor and Sub -vendor firms ONLY. All bidders are required to submit with their bid proposal an Affirmation of Certification. The successful bidder(s) are required to submit Monthly Black Vendor/Sub-vendor Utilization Reports on the forms provide in this set -aside provision throughout the contract period. As used herein, the term "Black General Contractors" shall mean all certified Black Contractors whose license(s) permit them to perform Concrete Restoration work and who do such work either with their own employees or through subcontracts with other certified Black Contractors. For certification, Vendor must contact Helen Sheffield at (305) 375-4132. 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWENTY-FOUR (24) 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. The contract shall remain in effect for twenty-four (24) months. 2.5 Intentionally Omitted 2.6 METHOD OF AWARD: To Three (3) Bidders In The Aggregate Award of this contract will be made to three (3) responsive, responsible bidders who bid on all items and whose bids offer the lowest price when all items are added in the aggregate (excluding material percentage mark-up and options). If bidder fails to bid on all items its bid shall be declared non -responsive. While the award will be made to multiple Bidders in the aggregate to assure availability, the lowest Bidder will be given the first opportunity to perform under the Terms and Conditions of the Contract where the job classification is priced by Linear Feet, Square Feet or Cubic Yard. When hourly labor rate projects are identified, the awarded bidders shall be invited to review the written specifications regarding the work to be accomplished, inspect the work area, and offer an itemized Page 1 rW 98- Ua METROPOLITAN DADE " 'NTY BID NO. 3037-0/97-CW price based on the quoted hourly labor materials if specified, to the County. Tf fixed price shall be awarded the specific of a specific work assignment to one (1) ability of the remaining awarded Bidders other work assignments. rate, including the cost of le Bidder offering the lowest work assignment. The award Bidder does not preclude the from submitting offers for All awarded bidders shall be notified of the specific time, date and location to review specifications and inspection of the project site, prior to the submittal of the project quote. Bidders that fail to attend this meeting within fifteen (15) minutes of the scheduled starting time, shall not be permitted to participate in the quoting of the project. 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; provided, however, that the bidder may offer incentive discounts from this fixed price to the County at any time during the contractual, term. 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 LIQUIDATED DAMAGES FOR INCOMPLETE PROJECTS Upon failure to complete the project in accordance with the specifications and to the satisfaction of the County within the time stated, the bidder shall be subject to charges for li.quidated damages in the amount of $50.00 for each and every calendar day the work remains incomplete. As compensation due the County for loss of use and for additional costs incurred by the County due to such noncompletion of the work, 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 to the bidder. 2.11 INDEMNIFICATION AND INSURANCE - (A3) - CONSTRUCTION RELATED WOR'- AT AVIATION The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procuremen-L Management Division, III 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: Page C 98- 415 METROPOLITAN DADF IUNTY --BID NO. 3037-0/97-CW A. Workmen's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Public Liability Insurance on a Comprehensive basis including Broad From Property Damage Coverage in a amount not less than $500,000 combined single limit per occurrence for bodily injury and 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 $1,000,000 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. 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 Page- 3 98- 4i5 METROPOLITAN DADE 'LINTY =-BID NO. 3037-0/97-CW 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. 1.6D-.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 1.0, para. 1.8H of the General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 CERTIFICATE OF COMPETENCY: In accordance with the Code of Metropolitan Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture who shall bid or proffer a bid shall, at the time of such bid or proffer of bid, hold a valid Certificate of Competency for General Contractor, Pneumatic Concrete or Pressure Grouting work issued by the State or County Examining Board qualifying said person, firm, corporation or joint venture to perform the work proposed. If work for other trades required in conjunction with this Bid Solicitation will be performed by a subcontractor( s), an applicable Certificate of Competency issued to the subcontractor(s) shall be submitted with the Bidder's proposal; provided, however, that the County may at its sole option and in its best interest allow the Bidder to supply the Certificate to the County during the bid evaluation period. 2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED The County shall provide periodic payments for services rendered by the successful bidder. In order for the County to provide payment, the bidder shall submit a fully documented invoice which identifies the appropriate purchase order number, the service location, and itemizes the services provided to the County using department(s). The. invoice shall be submitted to the County department within thirty (30) calendar days after the service have been rendered. It shall be understood that such invoices shall not be submitted for payment until Page 4 98- 415 METROPOLITAN DADF IUNTY _ BID NO. 3037-0/97-CW such time as the service has been completed and a County representative has reviewed and approved the service. 2.16 Intentionally Omitted 2.17 Intentionally Omitted 2.18 Intentionally Omitted 2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials -and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period;. regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within ten (10) calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or �subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within twenty (20) calendar days of receipt of the notice. If the bidder fails to -satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 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 LOCAL PREFERENC The award of this contract is subject to Ordinance No. 94-166 amending the code of Metropolitan Dade County, Florida effective September 23, 1994 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, preference will be Page-5 9 8 - 410 METROPOLITAN DADE LINTY --BID NO. 3037-0/97-CW given to the local business having the greatest percentage of its employees that are Dade County residents. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Dade County or has a place of business located in Dade County at which it will produce the goods or perform the services to be purchased. 2.22 QUARTERLY REPORTING, WHEN SUB -CONTRACTORS ARE UTILIZED: Bidders are advised that when sub -contractors are utilized to fulfill the terms and conditions of this contract, Metropolitan Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the successful contractor(s) to file quarterly reports as to the amount of contract monies received from the county and the amounts thereof that have been paid by the contractor directly to Black, Hispanic and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. 2.23 LOCAL PREFERENCE The award of this contract is subject to Ordinance No. 94-166 amending the code of Metropolitan Dade County, Florida effective September 23, 1994 which, except where federal or state law mandates to the contrary, allows preference to be given to a local business in the amount of one and one-half percent (1.5%) of the bid proposal price. In the case of tie bids involving local businesses, preference will be given to the local business having the greatest percentage of its employees that are Dade County residents. For the purposes of the applicability of this ordinance, "local business" means the vendor has its headquarters located in Dade County or has a place of business located in Dade County at which it will produce the goods or perform the services to be purchased. 2.24 AMERICANS WITH DISABILITIES ACT It shall be the responsibility of the successful Bidder(s) to become familiar with and comply with the Americans with Disabilities Act�of 1990 and implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders and laws relating to people with disabilities. 2.25 ACCIDENT PREVENTION AND BARRICADES: Precautions shall be exercised at all times for the protection of _ persons and property. All Contractors and Sub -Contractors shall conform to all OSHA, State and County regulations while performing Page-6 9 8 — Ai METROPOLITAN DADE 'LINTY --BID NO. 3037-0/97-CW under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. Barricades shall be provided by the bidder when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. ACCIDENT PREVENTION AND REGULATIONS AT THE SEAPORT DEPARTMENT All operations at the County's Seaport Department are under the direct control of Seaport Department personnel. Interference with vessels and vehicular traffic must be kept to a minimum. Ship berthing areas and roadways shall not be closed or opened by or for the Bidder unless express permission is given to the Bidder by the Seaport Engineer. The Bidder shall plan the scheduling of its work in collaboration with the Engineer in order to insure safety for and, minimum hindrance to, port operations. All equipment shall be withdrawn from work areas at the end of the work day in order to eliminate immediate or potential hazard to traffic and facilities. Materials stored at the Seaport by the Bidder shall be serviced in a manner that minimizes any obstruction to water and ground traffic. All equipment and stored materials shall be marked by barriers with flashing lights at no additional cost to the County. The Bidder shall exercise careful control during all phases of the work to prevent damage to Seaport utilities; including, but not limited to, overhead lights and buried cables. Before commencing work in any given area, the Bidder, working in conjunction with the Engineer and the Dade County Seaport Department Maintenance Staff, shall endeavor to locate any possible utility conflicts. Should the Bidder damage any Seaport utility through negligence, it shall promptly repair the damage at its own expense. 2.26 BASIC WORK UNIT: The basic work unit to be provided by the successful bidder shall be determined by the County Project Manager or his/her designee prior to start of the project as to classifications and number of personnel needed, and as to the scope and size of the project. 2.27 CLEAN-UP: All unusable materials and debris shall be removed from the premises. At completion, the successful bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the Department Project Manager. 2.28 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. Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. Page 7 h Q_ 4 i 5 METROPOLITAN DADE INTY BID NO. 3037-0/97-CW 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. 2.29 EMPLOYEES ARE RESPONSIBILITY OF BIDDER: All employees of the bidder shall be considered to be, at all times, the sole employees of the bidder under its sole direction and not an employee or agent of Dade County. The bidder shall supply competent and physically capable employees. Dade County may require the bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Dade County property is not in the. best interest of the County. Each employee shall have and wear proper identification. 2.30 ESCORT AT AIRCRAFT OPERATING AREA: 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. 2.31 ESTIMATED QUANTITIES: Estimated quantities or estimated dollars are provided 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 an order for any given amount subsequent to the award of this bid. Estimates are based upon the County's actual needs and usage during a previous contractual period. Said estimates may be used by the County for purposes of determining the low bidder meeting specifications. The estimated dollar ,value of this contract is $960,000.00 for two (2) years. 2.32 FURNISH AND SET IN PLACE REQUIREMENTS The successful bidder shall be required to furnish the materials or products identified in these bid specifications as well as to set in place or install materials or products at the facility designated by the County. The successful bidder shall also be required to provide adequate training to County personnel on the appropriate use of the materials or products if necessary. 2.33 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER Unless otherwise provided in Section 3 of this Solicitation entitled "Technical Specifications", the Bidder shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and Page 8 9 Q_ 415 15 METROPOLITAN DADE 1UNTY $ID NO. 3037-0/97-CW equipment shall be subject to the inspection and approval of the County's Project Manager. 2.34 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 and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the bidder for failure to obtain required licenses, permits or fines shall be borne by the bidder. 2.35 LIMITATION OF CONTRACT SHALL BE $50,000 PER PROJECT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the County or of a specific County agen- cy, it is hereby agreed and understood that this Sol.icitation does not constitute the exclusive rights of the successful Bidder(s) to receive all orders that may be generated by the County in conjunction with this Solicitation. It is hereby agreed and understood that, in _ accordance with Dade County Resolution #120-83, any trades assistance work project exceeding $50,000.00 must be bid separately and cannot be incorporated under the terms and conditions of this Solicitation. 2.36 LIMITED CONTRACT EXTENSION Any specific work assignment which commences prior to the termination date of this 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 herein. 2.37 LOCAL OFFICE SHALL BE AVAILABLE The Bidder shall maintain an office within the geographic boundaries of Dade or B.roward 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. 2.38 NOTIFICATION TO BEGIN WORK SHALL BE GIVEN THROUGH A WORK ORDER The Bidder shall neither commence any work nor enter a County work premise until a Work Order directing the Bidder to proceed with various items of work has been received from any authorized County representative; provided however, that such notification shall be superseded by any emergency work that may be specified in the Special or Technical Specifications. 2.39 OMISSION FROM THE SPECIFICATIONS: The apparent silence of this specification and any addendum regarding any details or the omission from the specification 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 . Page .9 9 8 - 4 i b METROPOLITAN DADE UNTY BID NO. 3037-0/97-CW interpretations of this specification shall be made upon the basis of this agreement. 2.40 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 bidder during the term of this contract; and the bidder shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the bidder's operation on the property. 2.41 RELEASE OF CLAIM REQUIRED Pursuant to Florida Statute 255.05 and Metropolitan Dade County Code Section 10-35, all payments to the bidder's subcontractors shall be made within ten (10) days of receipt of the draw by the bidder. With the exception of the first draw, the bidder must pay all' of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the draw by the bidder for monies due it as a result of a percentage of the work completed. The bidder must provide the County's project manager with duly executed affidavits (subcontractor's statement of satisfaction) or releases of claim from all subcontractors and suppliers who have performed any work or supplied any materials for on the project as of that date. The affidavit or releases shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous draws. In the event such affidavits cannot be furnished, the bidder may submit an executed consent of surety to requisition payment; identifying the subcontractors and suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the bidder fails to provide a consent of surety to requisition payment, the amount in dispute will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished. 2.42 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED IMPORTANT NOTE: THIS REQUIREMENT IS SEPARATE AND INDEPENDENT FROM BBE REQUIREMENTS AS MAY BE STATED IN PARAGRAPH 2.3 - As part of its Bid Proposal, the Bidder is required to identify any and all Subcontractors that will be used in the performance of the proposed contract, their capabilities and experience, and the portion of the work to be done by the subcontractor. The competency of the Subcontractors) with respect to experience, skill, responsibility and business standing shall be considered by the County when making the award in the best interest of the County. If the bidder fails to identify any and all sub -contractors in the Bid Proposal, the bidder may be allowed to submit this documentation to the County during the bid evaluation period if such action is in the best interest of the County. 2.43 SUPERINTENDENT SHALL BE SUPPLIED BY THE BIDDER The successful Bidder shall employ a competent superintendent who shall be -in attendance at the project site during the progress of the Page 10 008 _ 4 5 METROPOLITAN DADE C, TY BID NO. 3037-0/97-CW work. The superintendent shall be the primary representative for the Bidder and all communications given to and all decisions made by the superintendent shall be binding to the Bidder. Notwithstanding, the superintendent shall be considered to be, at all times, an employee of the Bidder under its sole direction and not an employee or agent of Dade County. 2.44 WORK ACCEPTANCE: This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 2.45 WORK ASSIGNMENTS IDENTIFIED BY THE COUNTY: All work assignments during the contract period will be on an "as needed" basis, complying with not requirements. Bidder shall assume no guarantees as to the number or frequency of work assignments or the amount of payments under the terms of this contract. Determination of material quantities and/or specifications for each assignment will be made by the County Department. The County department will notify the Bidder of each work assignment; at which time the Bidder and the County Department will mutually agree, in writing, of the beginning and ending dates of the work assignment. For each assignment, the Bidder shall be responsible for the proper and necessary use of the materials in performance of the work. 2.46 UNUSUAL EQUIPMENT Any rental of unusual equipment necessary for a specific project, (Scaffolds, Heavy Equipment, etc.) shall be billed to the Using Department at Contractor's cost plus the percentage mark-up bid. The Contractor must have prior approval from the Project Manager prior to renting any necessary equipment. 2.47 HOURLY RATE: The hourly rate quoted shall include full compensation for labor, equipment use, travel time, and any other cost to the bidder. This rate is assumed to be at straight -time for all labor, except as otherwise noted. The bidder shall comply with minimum wage standards and any other applicable laws of the State of Florida. If overtime is allowable under this Bid, it will be covered under a separate item in the special clauses. 2.48 LABOR AND MATERIAL CHARGES The awarded bidder shall provide the County with quality labor and materials on an as needed, when needed basis. Accordingly, the bidder shall indicate the cost of this labor and materials on its bid proposal form. The bidder shall not offer an overtime hourly labor rate that exceeds 1 112 times the value of the regular hourly labor rate; nor shall the bidder offer a cost of materials that exceeds a 20a mark-up from the bidder's actual cost. If either excesses are reported on the bidder's proposal, the bid shall be considered non -responsive and ineligible for award. Page 11 98- -45 METROPOLITAN DADE CC .'Y -BID NO. 3037-0/97-CW 2.49 LIMITATION OF OPERATIONS: No work shall be done on Saturday, Sunday or on any days between the hours of 5:00 P.M. and 7:00 A.M. except when such work is necessary. When work is necessary to -be done on other than Monday thru Friday between the hours of 7:00 a.m. and 5:00 p.m., bidders shall given written quotes for the specific project. These quotes shall be submitted in a sealed envelope prior to a specific time and date. 2.50 SALES TAX: Dade County is exempt from all State, Federal and Local Sales Tax. Not withstanding, bidders should be aware of the fact that any materials and/or supplies which are purchased by the bidder, in conjunction with this Contract, may be subject to Sales Tax, in accordance with Section. 212.08 Florida Statutes amended 1970 and all amendments, thereto and such taxes shall be borne solely by the bidder. Page 12 9 4 i 5 METROPOLITAN DADE C, TY BID NO. 3037-0/97-CW SECTION 3.0 TECHNICAL SPECIFICATIONS CONCRETE RESTORATION SERVICES 3.1 SMALL SANDBLAST"CREW Small Sandblast Crew shall consist of two (2) man crew: One (1) skilled Mechanic-Nozzleman and one (1) skilled Laborer -Equipment Operator. Necessary equipment for this crew shall consist of Sandblast Pots mounted on back of truck with a 300 C.F.M. Compressor (or larger) and a 3" Diaphragm Pump (minimum). Rate of this crew shall be on a per hour basis. Bid price shall include all materials necessary to do the job plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. (Scaffolding or the use of a man lift, if necessary, shall not be included.) 3.2 LARGE SANDBLAST CREW Large Sandblast Crew shall consist of four (4) man crew: Two (2) skilled Mechanic-Nozzleman and one (1) skilled Laborer -Equipment Operator and one (1) unskilled Laborer. Necessary equipment for this crew shall consist of Sandblast Pots mounted on back of truck with a 600 C.F.M. Compressor (or larger) and a 3" Diaphragm Pump. Rate of this crew shall be on a per hour basis. Bid price shall include all materials necessary to do the job plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. (Scaffolding or the use of a man lift, if necessary, shall not bP included.) 3.3 SANDBLASTING - PER SQUARE FOOT Contractor shall provide all necessary crew, materials and equipment necessary to do the job. (Scaffolding or the use of a man lift, if necessary, shall not be included.) Prices per square foot shall be based on a minimum of 850 square feet of work done in one particular area. Any work for less than" the aforementioned square footage will be based on an hourly rate for the necessary size crew. 3.4 SMALL GUNITE CREW Small Gunite Crew shall consist of a three (3) or four (4) man crew: One (1) or two (2) skilled Mechanics-Nozzleman and a Finisher, one (1) skilled Laborer -Equipment Operator, one (1) unskilled Laborer. Page 13 9 4 Y 5 METROPOLITAN DADE CL 'Y BID NO. 3Q37-0/97-CW 3.5 3.6 3.7 W Necessary equipment for this crew shall consist of:, a truck mounted Gunite mixer, Gunite Pot (N-0 or N-1), with a 300 C.F.M. Compressor (or larger), and three (3) to four (4) 13-pound (13#) Chipping Hammers. Rate of this crew shall be on a per hour basis. Bid price shall include all materials necessary to do the job plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. LARGE GUNITE CREW Large Gunite Crew shall consist of a five (5) or six (6) man crew: Two (2) skilled Mechanics-Nozzleman and a Finisher, one (1) skilled Laborer -Equipment Operator, and one (1) or two (2) unskilled Laborer. Necessary equipment for this crew shall consist of: a truck mounted Gunite mixer, Gunite Pot (N-0 or N-1), with a 375 C.F.M. Compressor (or larger), and five (5) to six (6) 13-pound (13#) Chipping Hammers. Rate of this crew shall be on a per hour basis. Bid price shall include all materials necessary to do the job plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. GUNITE - PER SOUARE FOOT - PER LINEAR FOOT Contractor shall provide all necessary crew, materials and equipment necessary to do the job. Prices shall be per square foot/linear foot as listed on the bid proposal. PRESSURE GROUT CREW - PER CUBIC YARD, Pressure Grout Crew shall consist of three (3) man crew: One (1) skilled Mechanic -Pipe Operator, one (1) skilled Laborer -Equipment Operator and one (1) unskilled Laborer. Necessary equipment for this crew shall consist of a truck mounted Grout Mixer and Hydraulic Grout Pump. Rate for this crew shall be on per cubic yard basis. Bid price shall include all materials necessary to do the job, including travel time. PRESSURE GROUT CREW - PER HOUR Crew shall be the same as of Pressure Grout Crew - per cubic yard. Equipment shall also be the same as listed for Pressure Grout Crew - per cubic yard. Rate for this crew shall be on a per hour basis for labor, equipment and one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. Cost for materials shall be added to the per hour cost. Page 14 9 8 - 413 METROPOLITAN DADE Cl._.,TY .BID NO. 3037-0/97-CW 3.9 EPDXY CREW Epoxy Crew shall consist of two (2) man crew: One (1) skilled Mechanic -Pump Operator and one (1) skilled Laborer -Prep Man. Necessary equipment for this crew shall consist of a Injectomatic Hydraulic Epoxy Pump, Clean out Pump, Heavy duty Industrial Grinder., Heavy duty Drill, Portable Air Compressor and Portable Generator, if necessary. Rate of this crew (based on there being less than forty (40) -linear feet of cracks) shall be a per hour basis, plus cost of materials plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. If there is more than forty (40) linear feet of cracks, then the rate shall change from time and materials. to per linear feet price plus cost of materials. 3.10 CHEMICAL GROUT CREW Chemical Grout Crew shall consist of two (2) man crew: Two (2) skilled Mechanics -Pump Operators. Necessary equipment for this crew shall consist of two (2) Grout Pumps (one to pump water and the other to pump chemical grout materials), Heavy duty Industrial Grinder, Heavy duty Drill and a Portable Generator, if necessary. Rate of this crew (based on there being less than forty (40) linear feet of cracks) shall be a per hour basis, plus cost of materials plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. If there is more than forty (40) linear feet of cracks, then the rate shall change from time and materials to per linear feet price plus cost of materials. 3.11 SMALL MARCITE (POOL PATCH) CREW Small Marcite (Pool Patch) Crew shall consist of a two (2) man crew: One (1) skilled Mechanic -Applicator and one (1) skilled Laborer -Mixer. Necessary equipment shall consist of a Mud Mixer (Gas or Electric), Sump Pump and Generator, if needed. Rate for this crew shall be on a per hour basis, plus cost of materials plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site. 3.12 EXPANSION JOINTS Price shall be per linear inch (1") in width). installation includes the Expansion Joint material. foot (based on Expansion Joints up to one This per foot price for Expansion Joint removal of the existing Backer Rod and The existing joint shall be prepared for Page 15 4b �^' METROPOLITAN DADE CL_..TY BID NO. 3037-0/97-CW the acceptance of the new joint material by grinding the surface (both horizontal and vertical) to obtain clean sound concrete in the repair area. 3.13 WATERPROOF MEMBRANES Installation of a polyurethane base membrane system would be as fo llowS.: Pressure clean existing concrete deck surface, detail all cracks in the slab by grinding :" x :" grove, fill ground out cracks with polyurethane base sealant, install cant bead of sealant to all wall and floor intersections as well as around all existing planters. Apply 171 primer to all surface areas receiving membrane. Apply base coat (first coat) and then apply finish coat twenty-four (24) hours later. Removal of fill and plants and the reinstallation. -upon completion of membrane work to be done by using Department. Price per square foot shall be based on a minimum of three hundred and ten (310) square foot, of surface area for membrane installation. Areas of lesser amounts will be priced on a per hour basis plus one (1) hour travel time each day on the job, unless equipment can be securely stored at job site, plus cost of materials. 3.14 MORTAR POINTING CREW Mortar Pointing Crew shall consist of a two (2) man crew: Two (2) skilled Mechanics/Mixer Operators. Necessary equipment shall consist of a Mixer. Rate for this crew shall be on a per linear feet price plus cost of materials. 3.15 MARK-UPS Cost plus percentage (%) mark-ups shall not exceed twenty (20%) percent. Contractors exceeding the 20% mark-up will not be considered for award. Proof of actual cost may be requested at any time by using Department. 3.16 TRAVEL TIME (MOBILIZATION) Travel time where applicable shall not exceed one (1) hour per day per job. 3.17 BREAKDOWNS When equipment breaks down and the Project Manager determines there is no more work to be done, charges on equipment/crew charges will cease. 3.18 RESPONSE TIME Normal response time shall be no more than forty-eight (48) hours. -- 41 Page 16 METROPOLITAN DADE COUNTY FLORIDA Department of Business and Economic Development BLACK BUSINESS ENTERPRISE PROGRAM (ORDINANCE 92-45) BL,NCK BUSINESS ENTERPRISE PARTICIPATION PROVISIONS There are four (4) race concious measures: Set -Asides, Goals, BBE Selection Factor and Bid Preference. THE RACE CONSCIOUS MEASURE(S) APPLICABLE TO THIS PROJECT: SET- A SIDE - Department of Business and Economic Development 111 NW 1st Street, Suite 1710 ;tiami, Fiorida 33128-1975 (3C5) 375-4132 Fax 375-4232 AUGUST 1992 98- 415 TABLE OF CONTENTS Section Page A. Definitions ..................................... 2 B. General Information ............................. 6 c. Certification ................................... 7 D. Race Conscious Measures ......................... 7 1. Set -Aside ................................... 7 2. Goals ....................................... 8 3. Bid Preferences ............................ 11 4. BBE Selection Factor: ...................... 11 E. Pre-7-ward Compliance ............................. 31 1. Investigatory Meeting .................... 11 2. Determination by MDC................ ..... 12 3. Informal Bearings by Contracting Officer.. 12 4. Consideration of Other Bids .............. 1.2 5. Failure of Bidder -to Participate.......... 12 F. Prompt Payment ................................... 13 G. Post Award Compliance and Monitoring............ 13 1. Approval of Subcontracts ................. 13 2. Access to Records ........................ 13 3. Monthly Reporting.....0............ 14 4. Deviations From the Schedule of Participation ............................ 14 H. Sanctions for Contractual Violations............ 16 I. Debarment ....................................... 17 J.Certification List _ 9s- 4.15 A. DEFINITIONS: The definitions in this section. apply only to these BBE Participation Provisions, hereafter referred to as "Provisions". Note: THESE PROVISIONS ARE IN ADDITION TO FEDERAL REQUIREMENTS GOVERNING DISADVANTAGED BUSINESS ENTERPRISES. 1. "Approval Letter" means a document issued by DBED at the request of a BBE or bidder that, based on the written representations of the BBE or bidder, finds a specified activity or scope of work consistent with normal industry practice. 2. "Available" means to have, prior to bid submission, reasonably estima-ed i-committed capacity sufficient to provide required goods or. se: -vises; all licenses, certificates, and permits neccssa y to provide such goods or services, consistent with normal industry practice; the ability to obtain bonding that is reasonably required to provide such goods and services consistent with normal industry practice; and the necessary experience, organization, technical qualifications, and skill to reet bid Lpecifications. 3. "Bid" means a quotation, proposal, or offer by any bidder in response to any kind of invitation to submit such quotation, proposal, or offer to provide goods or perform services. 4. "Bidder" means any person, partnership, corporation or other business entity that submits a bid. - 5. "Bid preference" means an amount deducted from the total bid price in order to calculate the bid price to be used to evaluate the bid.' 6. "Black" means a person who is a citizen or lawful resident of the United States and who has origins in any of the Black racial groups of Africa. 7. "Black Business Enterprise" or "BBE" means a firm that is owned and controlled by one or more Black individuals, has an actual place of business in Dade County, and is certified in accordance with Ordinance 92-45. 8. "BBE selection factor" means an element specified in bid documents that designates as one criteria for choosing among bids that the bidder is a non-BBE that demonstrates significant utilization of BBEs in accordance with Ordinance 92-45, is a BBE or is a joint venture owned and controlled by a BBE. 9. "Board" means the Metropolitan Dade County Board )f County 2 - 98-- 415 Commissioners, Dade County, Florida. 10 . "Certif ication List" means a list maintained by, the Department of Business and Economic Development that contains the names, addresses, and certification expiration date, of certified Black business enterprises, sorted by trade, service, and/or commodity. 11. "Commercially useful function^ means contractual responsibility for the execution of a distinct element of the work of a contract by a Black business enterprise and the carrying out of its contractual responsibilities by actually performing, managing, and supervising the work involved. The determination of whether an activity is a commercially iz_eful function shall include the evaluation of the amount of o):k subcontracted, normal industry practices, and other factors. 12. "Compliance monitor" means the Director of the Department of Business and Economic Development or his or her designee assigned to review compliance pursuant to Ordinance 92-45 Lnz-,d the administrative Order, entitled "Black Business E�:teri.z: e Program". 13. "Contracting Officer" means the person assigned under a contract, usually a Department Director or his or her designee, who has primary responsibility to monitor the contract and enforce contract requirements. 14. "County" means Metropolitan Dade County, Florida, a political subdivision of the State of Florida. 15. "Debar" means to exclude from County contracting and subcontracting for a specified period of time, not to exceed three years, a contractor, its individual officers, its shareholders with significant interests, or its affiliated businesses. 16. "DBED" means the Metropolitan Dade County Department of Business and Economic Development. 17. "Employment Data Report" means a document completed by a subcontracting BBE and submitted monthly by the successful bidder on a contract with goals providing information regarding the number and ethnicity of the BBE's employees. 18. "Goal" means a proportion of a total contract value stated as a percentage to be subcontracted to Black business enterprises to perform a commercially useful function. 19. "Goods" means any tangible product, material or supply `-`:at is not a service. 3 98- 41-0 20. "Joint venture" means an association of two or more persons, partnerships, corporations, other business entities or any combination of the above, at least one of which is a Black business enterprise, that is lawfully established to carry on a single business activity that is limited in scope and duration. 21. "Joint Venture Agreement" means a document submitted to DBED by a joint venture that provides information regarding the nature of the joint venture. 22. "Letter of Intent" means a letter signed by a subcontracting Black business enterprise detailing the scope and dollar value of the work to be performed by the Black business enterprise for the successful bidder on a contract with goals. 23. "TfDC" :Leans ':etropolitan Dade County, Florida. 24. "Owned and controlled" means a business that is at least fifty-one percent (51%) owned by one or more Black individuals, or in the case of a publicly owned business, at least fifty-one percent (51%) of the stock of which is..owned by one or more Black individuals, and whose management and daily business operations are controlled by one or more such individuals. 25. "PMD" means the General Services Administration Procurement Management Division. 26. "Review Committee" or "RC" means the committee established by the County Manager to review proposed projects for the application of race -conscious measures. 27. "Schedule of Participation" means a form contained in the bid documents of a contract with goals on which -bidders list at the time of bid submission all Black business enterprises to be used to meet the goal, the scope of work each will perform, including the goods or services to be provided, and the dollar value of such work. 28. "Services" means construction, maintenance, alteration, or repair of a public improvement and any performance of work offered for public or private consumption that does not consist primarily of goods. "Services" does not mean architectural, engineering, landscape architectural, land surveying, and other professional services. 29. "Set -aside" means the designation of a given contract for competition solely among Black business enterprises. 30. "Set -aside List of Subcontractors" means a form contained in the bid documents of set -aside contr::cts for services 4 98 4ib identifying the work the bidder will perform with his own forces and, listing at time of bid submission, all subcontractors, the scope of work each will perform, including the services each will provide,. and the dollar value of such work. 31. "Significant Utilization" means purchases of goods or services from BBEs by a bidder in the preceding twenty-four (24) months that: a. were not required under governmental race -conscious measures or Minority Business Enterprise Program; and b, were not a nominal amount relative to the biede::'s purchases of goods and services in Dade County, t:;e bidder's overall purchases of goods and services, � nd availability of BBEs; and' C. were pursuant to the bidder's systematic efforts to eliminate discrimination against BBEs in its purcha, es of goods and services in Dade County. 32. "Successful bidder" means the bidder to which the contiact Js awarded. 33. "Unavailability Certificate" means a document signed by a )3BE stating that the BBE is not available to participate on a specific project at a specific -time. 34. "Utilization Report" means a report completed by the successful bidder on a contract with goals and submitted monthly listing all work performed in the past month by the BBEs identified on- the Schedule of Participation and all expenditures made in the last month to the identified BBEs. 35. "Work" means the provision of goods or, services, including construction. FI g g - 415 B. GENERAL INFORMATION The bidder shall fully comply with these BBE -Participation Provisions which implement Metropolitan Dade County ordinance 92-45 and Administrative order "Black Business Enterprise Program". Four race -conscious measures are possible under the Black Business Enterprise Program: set -asides, goals, bid preferences, and BBE selection factors. The race conscious measures) applicable to this contract is indicated on the cover sheet of these Provisions. MDc shall not award a contract to any bidder which it determines fails to comply with the applicable requirements of these Provisions. A certification list is included as an appendix to assist bidder compliance with any goal established for this project. The certification list is updated every two (2) weeks. Bidders must utilize the most current certification list in complying with these Provisions. A current certification list may be obtained by contacting the Metropolitan Dade County (MDC) Department of Business and Economic Development (DBED) at ill N.W. 1st Street, Suite 1710 or by telephone at (305) 375-4132, facsimile (305) 375- participates as a BBE. MDC shall monitor the compliance requirements of these Provisions be performed under the contract. of the successful Bidder with the during the course of -the work to Forms necessary for submittal of information pertaining to these Provisions are included in the appendix. Additional copies may be obtained by contacting the Compliance Monitor (DBED), at: Metropolitan Dade County (MDC) Department of Business and Economic Development (DBED) at 111 N.W. 1st Street, Suite 1710 or by telephone .at (305) 375-4132, facsimile (305) 375-4,232. n y8- C. CERTIFICATION 1. Attached as an example is a Certification List with a specified • date . Certification Lists are updated and issued ,every two weeks. Bidders shall use the most recent Certification List available prior to bid opening. Certification lists may be obtained by contacting DBED at telephone number (305) 375-4132 during normal business hours. 2. The firms on the Certification List will be identified by trade, commodity or service area. A BBE must be certified by trade, commodity, or service area in order to be eligible to participate as a BBE on contracts in such trade, commodity or service area. General contractors in order to -be eligible to participate as a BBE subcontractor must be certified in the trade, commodity or service area in which they are to perform work as a BBE. 3. In order to participate as a BBE on this contract, a BBE must have a valid certification at the time of bid submittal, bid award, and throughout the duration of 't-he contract in which the BBE participates as a BBE. 4. Joint Ventures. only joint ventures approved by DBED are eligible to participate as joint ventures in the BBE Program. Joint ventures must be lawfully established. -- The Black member.of the joint venture must be certified as a BBE before the joint venture can be approved. D. RACE CONSCIOUS MEASURES 1. Set Asides a. Contracts that are set -aside are for bidding solely among BBEs. A BBE awarded a set -aside contract shall not transfer to a non-BBE through subcontracting or otherwise any part of the actual work of the contract unless these bid documents expressly and specifically permit such transfer as consistent with normal industry practice, or the BBE requests and receives prior to bid award an approval letter from DBED. b. Bidders on set -asides that cannot demonstrate their compliance with the requirements of the preceding paragraph (D.l.a.) shall be found to be in non- compliance with these provisions, C. Bidders on set -asides, to be eligible for award, 7 98- 4ib shall submit upon request of the Compliance Monitor a "Set -Aside List of Subcontractors" (Form BBE 104) prior to bid award. Failure to submit the list and any relevant information the Compliance Monitor may request with respect to the bidder's submitted list shall constitute non-compliance with these provisions. d. The following shall constitute non-compliance with these Provisions: (1) Submission of a Set -Aside List of Subcontractors that the bidder knew or should have known is incomplete or inaccurate; or (2) Deviation from the list without the written approval of the Compliance Monitor shall constitute non-compliance with these provisions. 2. Goals The Stated Goal is to have portions of the work under the Contract performed by available BBEs for prices totaling not less than the percentage of the contract price set out in the bid form. After a bid is advertised with a BBE goal, it may be reduced only with the approval of the County Commission or, if the contract is to be executed by the Public Health Trust, by that body. A bidder challenging or protesting the goal must submit to the office or person to whom the bid is submitted, no later than the time of bid submission, written reasons for such challenge or protest. Challenges or protests to a BBE goal by bidders after the time of bid submission, or challenges based on reasons not previously provided in writing prior to bid submission, shall not be heard by the County Commission. The Project Worksheet for establishing the stated goal is included in the appendix of these Provisions. a. Bidder Responsibilities: (1) Bidders must submit a completed Schedule of Participation (Form BBE 101) at the time of bid submission. The Schedule of Participation constitutes a written representation by the bidder that to the best of the bidder's knowledge the BBEs listed are available to perform as specified, or that the Bidder will 8 '98 4ib It LIM 14W demonstrate unavailability. The Schedule of Participation is a commitment by the bidder that if awarded the contract, it will enter into subcontracts with the identified BBEs for the scope of work at the price set forth . in the Schedule of Participation. (2) Bidders who fail to submit the Schedule of Participation shall be _ considered non- responsive. Bids that contain a defective Schedule of Participation are voidable. Examples of defects include but are not limited to: incomplete Schedules; the listing of an unidentifiable BBE; and percentage miscalculations that are not mere cle4ical errors apparent on the face of the Schedule. Expenditures to subcontracting BEES shall be counted toward meeting specified goals as -follows: (1) One hundred percent (100%) of the expenditures to BBEs that perform a commercially useful function in the supply of goods or services required for fulfillment of the contract; (2) One hundred percent (100%) of the expenditures to BBEs that subcontract work further to non- BBEs only if bid documents expressly and specifically permit such subcontracting as consistent with normal industry practice, or the bidder or BBE requests and receives prior to bid award an approval letter from DBED; (3) One hundred percent (100%) of the expenditures to BBE general contractors, working - as subcontractors, that perform actual work with their own forces; (4) None of the expenditures to a BBE that acts essentially as a conduit to transfer funds to a non-BBE unless bid documents expressly and specifically permit such transfers as consistent with normal industry practice or the bidder or BBE requests and receives prior to bid award an approval letter; (5) None of the expenditures to a BBE which is partially or wholly owned by the bidder. Bidders that are BBEs, and bidders that are joint -ventures that are owned and controlled by one or more BBEs, may use their own forces to meet up to 9 J 8 - 1.) 50% of a specified goal. d. Bidders agree to take all necessary and reasonable steps in accordance with these Provisions to ensure that BBEs have the maximum opportunity to compete for and perform this contract. Bidders shall select portions of the work to be performed by BBEs so as to increase the likelihood of meeting the goal including, where appropriate, breaking down contracts into economically feasible units to facilitate BBE participation. e. All bidders must submit Letters of Intent (Form No. BBE 102) to the person or office to whom the bid was submitted by 4:30 p.m. on the second business day following bid opening. Defective betters of Intent are voidable. Examples of defects include but are not limited to improperly executed letters, the listing of an unidentifiable BBE, and percentage miscalculations that are not mere clerical errors apparent on the face of the Letter of Intent. Expenditures to BBEs on a Schedule of Participation that are not confirmed by a Letter of Intent shall not count toward the goal. f. Bidders whose bids do not meet the:specified goal, in order to remain eligible, must submit to the person or office to whom the bid was submitted by 4:30 p.m. on the second business day following bid submission evidence proving the lack of available BBEs to afford effective competition to provide the goods or services to meet the goal. g. To prove lack of availability, bidders must submit the following: (1) Unavailability Certificates (Form No. BBE 103) either completed and signed by the BBE or completed and signed by the bidder explaining the contacts with the BBE, statements or actions of the BBE showing unavailability, and the reason(s) why the BBE's .signature could not be obtained; and (2) A listing of any bids received from a BBE, the scope of work and price of each bid, and the bidder's reasons for rejecting each bid; and ( 3 ) A statement of the bidder's contacts with DBED for assistance in determining available BBEs; and 10 98 - 4135 V4 (4) A statement showing compliance with paragraph D. 2. d. above; and (5) A complete description of the bidder's process for soliciting and evaluating bids from BBEs. (6) Bidders may establish a BBE as unavailable if the bidder provides evidence proving the BBE's bid is not reasonably competitive with comparable bids of non-BBEs -for the same scope of work. (7) Evidence of lack of availability may address only the period prior to bid submission. h. The bidder shall either meet the Goal or demonstrate lack of availability as a condition of being aware.ed this Contract. If a bidder who has not met the rca.l fails or refuses to substantiate the lack of availability, any security submitted with the bid may be forfeited as liquidated damages because of such failure or default. i. The successful bidder on a contract with goals shall promptly review billings from BBEs listed on the Schedule of Participation. On those amounts not in dispute, the successful bidder must make payment within thirty (30) days of its receipt of the billing. 3. Bid Preferences. Reserved. 4. BBE Selection Factor. Reserved. PRE -AWARD COMPLIANCE 1. Investigatory'Meeting by Compliance Monitor. The Compliance Monitor shall review for compliance with these provisions every contract that is a set -aside or has a goal. If the Compliance Monitor has concerns regarding compliance with these provisions, the Bidder shall upon at least three (3) days notice meet with the Compliance Monitor. The purpose of this investigatory meeting shall be for the Compliance Monitor to consider whether to recommend the Bidder's bid be determined to be in compliance or non-compliance with the requirements of these Provisions. The Compliance Monitor may consider relevant information from any person in making this decision. At the investigatory meeting the Bidder shall have an opportunity to present information and arguments pertinent to his compliance with the applicable 11 98- ` i5 requirements. The Compliance Monitor may require the Bidder to produce such information as the Compliance Monitor deems appropriate and may obtain whatever other and further information from whatever sources the Compliance Monitor deems appropriate. No later than fifteen (15) business days after this investigatory meeting with the Bidder, the Compliance Monitor shall make a written recommendation to the Contracting Officer which shall include a statement of the facts and reasons upon which it is based. This recommendation shall also be forwarded to the Bidder. 2. Determination by MDC. Following receipt of -a recommendation of non-compliance from the Compliance Monitor, the Contracting Officer shall notify the Bidder of an informal hearing regarding the bidder's compliance with these provisions. Such notice shall indicate the date, time and place at which the Bidder will have an opportunity to present pertinent arguments and information to the Contracting Officer relating to the recommendation of non-compliance by the Compliance Monitor. The Bidder shall supply such further relevant information as required by the Contracting Officer. 3. The Contracting Officer in conjunction with the Compliance Monitor may also conduct informal hearings, to which the Bidder shall be invited, in which other parties invited by the Contracting Officer may offer -information relevant to the issue of the Bidder's non-compliance. 4. The Contracting Officer shall in writing determine whether the bid of such Bidder complies with the requirements of these Provisions and whether to recommend to the County Manager that the Contract be awarded to the Bidder. A copy of such recommendation shall be sent to the Bidder. Such recommendation shall not affect the power of the Board of County Commissioners to reject the Bidder's bid for any other reason or to take such action on the recommendation of the Contracting Officer as the Board deems appropriate. 5. Consideration of Other Bids. If the Contracting Officer or Compliance Monitor deems it advisable in the interest of expediting the award of the contract, the procedures set forth in this subsection may be carried out with respect to the bids of one or more additional Bidders at the same or different times with each such proceeding to be separately conducted. 6. Failure of Bidder to Participate. The Bidder will be 12 98 - U5 bound by the proceedings under this subsection to which they have been given required notice without regard to their participation or lack of participation. A lack of participation upon receiving notices- and requests pursuant to these Provisions shall not be grounds for reconsideration of any action taken;in the proceedings. 7. MDC shall not award this contract to any Bidder which it determines fails to comply with the applicable requirements of these Provisions. Nothing herein shall relieve any Bidder from any of the terms, conditions or requirements of the contract or modify MDC's rights as reserved in the Contract document. F . PROMPT PAYMENT 1. It is the County's intent that BBEs providing goods or services to the County shall receive payments promptly in order to maintain sufficient cash flow.- 2. The successful bidder on a contract with goals shall promptly review billings from BBEs listed on the Schedule of Participation. On those amounts not in dispute, the successful bidder must make payment within thirty (30) days of its receipt of the billing. G. POST AWARD COMPLIANCE AND MONITORING 1. Approval of Subcontracts. The Successful Bidder shall submit to the Contract Officer for approval subcontracts corresponding in all respects to the proposed agreements listed on the Successful Bidder's Schedule of Participation or Set -Aside List of Subcontractors, unless a deviation is approved under paragraph G.4. below. The Successful Bidder shall enter into each subcontract and shall thereafter neither terminate any such subcontract nor reduce the scope of work to be performed by or decrease the price to be paid to the BBE thereunder without in each instance the prior written approval of the Compliance Monitor. The Contracting Officer shall not give a final written determination without a recommendation from the Compliance Monitor. 2. Access to Records. Successful bidders and BBEs shall permit the County to have access during normal business hours to books and records relating to the bidder's compliance with the race -conscious measures applied to this contract. Such books and records include but are not- limited to: journals, ledgers, correspondence, and doct:=ents and records between the bidder or the BBE and 13 98- 45 other entities. This right of access shall be granted for one year after completion of the work or full payment of contract obligations, whichever comes last. 3. Monthly Reporting. The successful bidder on a project shall submit monthly a utilization Report (Form M 200) and an Employment Data Report (Form M 201) to the Contracting Officer on or before the tenth working day following the end of the month the report covers. Standard reporting forms are included in these Provisions. Additional forms may be obtained from the Compliance Monitor. The Employment Data Report is to be completed by each BBE listed on the Schedule of. Participation or Set -Aside List of Subcontractors and is to be submitted by the successful bidder. Failure to comply with the reporting requirements may result in the imposition of either or both- contractual sanctions or administrative penalties by the County at its option. 4. Deviations from the Schedule of Participation. or Set - Aside List of Subcontractors a. The Compliance Monitor shall be responsible for monitoring the performance of the successful bidder regarding compliance with race -conscious measures applied to the contract. The Compliance Monitor may, at his or her discretion, investigate deviations in the utilization of BBEs from that described on the Schedule of Participation or Set - Aside List of Subcontractors and make recommendations regarding compliance to the Contracting Officer. The Contracting Officer'shall not make a final determination without a recommendation regarding compliance from the Compliance Monitor. Deviations from the goal stated in the contract that shall be monitored include but are not limited to: 1. Termination of a BBE's subcontract; 2. Reduction in the scope of work to be performed by a BBE; 3. Modifications to the terms of payment or price to be paid to a BBE; 4. Failure to enter into a contract with a EBE. b. Excuse from Entering Subcontracts. if prior to execution of a subcontract required by these 14 98- U5 Provisions, the Successful Bidder submits a written request to the Contracting Officer demonstrating to the satisfaction of the Contracting Officer that, as a result of a change in circumstances beyond his control of which he was not aware and could not reasonably have been aware until subsequent to the date of the award of the Contract, a BBE who is to enter into such subcontract has unreasonably refused to execute the subcontract, or is not available, the Successful Bidder shall be excused from executing such subcontract. The procedures of paragraphs G.4.f. and g. below apply to this paragraph. c . Termination of Subcontracts. If, after execution of a subcontract required by these Provisions, the Successful Bidder submits a written request.to the Contracting Officer and ' demonstrates to tha satisfaction of the Contracting Officer that, as a result of a change in circumstances beyond his control of which he was not aware and could not reasonably have been aware until subsequent to the date of execution of such subcontract, a ME who entered into such subcontract has comratted a material breach of the subcontract, the successful Bidder shall be entitled to exercise such rights as may be available to him to terminate the subcontract. The procedures of paragraphs f. and g. below apply to this paragraph. d. MDC's Determination of Bidder's Excuse or Termination. If the Successful Bidder at any time submits a written request to the Contracting Officer under the prior two paragraphs the Contracting Officer, as soon as practicable, shall determine whether the Successful Bidder has made the requisite demonstration, and shall not determine that such -a demonstration has not been made- without first providing the Successful Bidder, upon notice, an opportunity to present pertinent information and arguments. The procedures of paragraphs f. and g. below apply to this paragraph. e. Alternative Subcontracts. If the Successful Bidder is excused from entering into a .subcontract or rightfully terminates a subcontract under these Provisions and without such subcontract the Successful Bidder will not achieve the level of BBE participation upon which the contract was awarded, the Successful Bidder shall make every reasonable -effort to propose and enter into an alternative subcontract or subcontracts for the same work ':o be 15 98-. 415 et performed by another available BBE for a sr :contract price or prices totaling -not less than the subcontract price under the excused or terminated subcontract, less all amounts previously paid thereunder. The Bidder must submit a revised Schedule of Participation or Set -Aside List of Subcontractors and Letter of Intent to include the substitute BBE(s). A successful bidder that cannot secure a substitute BBE must provide a written statement to the Compliance Monitor and Contracting Officer that includes a list of the names, addresses, telephone numbers, and the late of contact for each BBE. The procedures of p-.agraphs f. and g. below apply to this paragraph. f..The Compliance Monitor shall promptly meet with the Successful Bidder and provide him with an opportunity to demonstrate compliance with these requirements. The Compliance Monitor shall, as promptly as practicable, recommend to the Contracting Officer whether the Successful Bidder should be determined to be in compliance with these requirements. The Compliance Monitor may require the Successful Bidder to produce such information as the Compliance Monitor deems appropriate and may obtain whatever other and further information from whatever sources the Compliance Monitor deems appropriate. The Compliance Monitor shall make his recommendation under this paragraph to the Contracting Officer and forward a copy to the Bidder. g. The Contracting Officer will consider objections to the Compliance Monitor's recommendation only if such written objections are received by the Contracting Officer within five calendar -days from the Successful Bidder's receipt of the Compliance Monitor's recommendation. The Contracting Officer with or without a hearing, as he in his discretion may determine, will reply to the Successful Bidder's written objection within 10 days of receipt of these objections. The Contracting Officer's determination upon consideration of the Successful Bidder's written objection shall be final and binding without right of appeal. H. SANCTIONS FOR CONTRACTUAL VIOLATIONS If at any time, the Successful Bidder is in violation of his obligations under these Provisions, MDC not withstanding z,7_.y other penalties and sanctions provided by law may impose one or more of 16 _ 98- 41z) the following: 1. The suspension of any payment or part thereof until Mich time as the issues concerning compliance are resolved; 2. Work stoppage; 3. Termination, suspension, or cancellation of the contract in whole or part. I. DEBA N= The County may debar BBEs or non-BBEs for violation of, or non-compliance with, the provisions of Ordinance 92- 45, Administrative Order Black Business Enterprise Program, or these bid documents. 1. Violations that may result in debarment iriclude but are not limited to: a. Falsifying or wrongfully withholding inf oi-mation in the BBE certification, bidding, or I:eporting processes; b. Failing to perform a commercially useful function, or subcontracting to a BBE by a non- BBE that knew or should have known the BBE could not perform a commercially useful function. When determining whether the BBE performs a commercially useful function, DBED shall consider factors such as but not limited to: (1) Whether actual work is performed by the BBE. Actual work includes drop shipping when the BBE.has actual and legal responsibility for billing and performance of the contract. Brokering is considered to be actual work when it is consistent with normal industry practice. (2) Whether further subcontracting by the BBE is consistent with normal industry practice; (3) Whether the BBE subcontractor is a general contractor; (4) Whether the BBE subcontractor has entered into bonding • agreements that shif;� to another the expenses, risl.s, or responsibilities of the work for the purpose of meeting bonding requirements. 2. -Debarment procedures shall comply with Administrative order 3-2, Section VI. 17 i LETTER OF INTENT BLACK BUSINESS ENTERPRISE PARTICIPATION rs must awnut 30fral of Intenta Contracting UfriWby p.m. on he second business day following bid opening. Expenditures to BBEs on a Schedule if Participation that are not confirmed by a property executed Letter of Intent shall tot count toward the goal. TO: Name of Prime CONTRACT NAME. CONTRACT NO.: TOTAL BID i The undersigned holds DEED BBE Certificate No. . expiring on The undersigned intends to perform the following work in connection with the _ above contract: ITEM NO. ISCOPE - Description ion of Work Items S Amount Total The undersigned has reasonably uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necesssary to provide such goods or services, the ability to obtain bonding that is reasonably required to provide such goods or services consistent with normal industry practice, and the abMW to otherwise meet the bid specifications. Signature Date Print Name Title SSE Fum SSE l a 98 415 sted /a the aid tta, at the Pori;on of the work to be performed by the BBE member of a Join�Ventu�relsto�bet�l tln delaias eof b!d aubm/ttal. TTie performed by the non-BBE member,eparate/y from the work to be Name of Prime• Project Number. this schedule of participation to demonstrateIlack of availability or of BBEs addition to this To be caompletsd by the General Contractor I certify that the representations contained In this BBE Schedule of Participation are to thi@ best of my knowledge true and accurate. Signature Date Print Name Title Name of CEO or President BBE /01 I CERTIFICATE OF UNAVAILABILITY Title of cerdfy that on Finn Date i contacted the.. to obtain a bid for work Black Business Enterprise items to be pertormea on metropwitan uaae co convact No. Work items sought Form of bid sought (i.e. unit price,matedals & labor, labor only, etc. s Signature Print Name Title 1 was offered Me above opportunity to bid BBE Name I was unavailable to perform the above work at the above soedfied time dus to: I am aware that the CountyAdminisvabve Order 3-3 ,Part 11 &(S) states 'Any BBE drat falls to bid at a minimum, the lesser of Vase (3) or 50% of the available projects, in their primary ceiV21ed trade, Qvmmo ft, or servkv, wX*i one calendar year of aerdl9cadon, (12 calendar months) may be decertilree. Signature DBED BBE Certificate No. Print Name Title Expires BEE 103 98 45 %J - I —r OiUl- LIJ I Ur- OUt UU14 1 IJAU I UHS Tills form is to be Completed for all Subcontractors listed In the Bid Submitta/at the Ilene ofbid submisslon. The pordorr of the work to be performed by the BBE member of a joint venture Is to be set forth /a decay se sly ftm b the non-BBE member. Bldder Is to identify the work to be done with the b/d*es ownram"the work to be pert famed Name of Bidder: Project Number: ------------ Location: Certificate Type of work to be performed Dollar % of Bid Subcontractor/Bidder No. Amount $ % s % s % s % s % s % s % $ % a % $ % To be Completed by the Bidder Total I certify that the representations contained in this Set -Aside List of Contractors are to the be of my knowledge true and accurate. Ur Signature Date Telephone Print Name Title BBE 104 This report Is requ re MONTHLY UTILIZATION REPORT sanctions on the successful bidder,tin ddldNon to pursuing any other av Of an Y a ure to com y may resu t n Y PaymM or part thereof, termination or cancellation of the contract and the denial commenc ng procee ngs to mfwes awarded b MDC. allable legal remedy. Sanctions may Include the Suspension Reporting Period ro Participate In any further contracts on From:____----_ Contract Goal; % B dders ame an rose SUCCESSFUL BIDDER INFORMATION ate o ate o Pre -Bid Bid Bld ange E ate Name of Contract and Number Conference 0 enln Amount Order Goal o f c e u s ercent Amount Attalnetl Award Completon Contract Date Com let& Amount of Requlslllon this Period: $ Total Amount Requisitioned to Date: $ Amount Requleiuoned for OBE Subcontractors this Period: t; Total Amount Requisitioned for BBE Subscontraclors fo Date:tj ame o BUCK OUSINESS ENTERPRISES gg OppO�NITIE9 Contract Description of Work u moun mount clua Amount Paid to Sub to Sub to Startingc ie u e this As ulsltlon Oate Completion Dale Date 0 Authorized Signature Company Data Tlua Telephone Page____of M-200 ,&- I ivtl—l_v i IVICIV Contract Number FroReporting Period m To This repoh is required by Metropollten Dade County. The Successful Bldder holdin Measures MUST submit Monthly Employment Data Report monthly, Fallura to comply to Impose sanctions on the successful bidder, In addition to pursuin g a contract It In ning any paw Conscious ply may result In MOC commencing Proossdinge the suspension of any payment or part thereof, termination or rsuingiany of the ally le legal remedy. Sanctions may include further ntracts awarded b MDC,canact, and the denial to partigpate In any DATA REPORT Name of Contract Name o'Nsuccessful Bldder Address Authorized Olpnature Print Name Date Paps of --- M-20 r W