Loading...
HomeMy WebLinkAboutR-98-0845J-98-914 8/26/98 RESOLUTION NO . 9 `' 845 A RESOLUTION APPROVING THE FURNISHING AND INSTALLATION OF SOD AT ALLAPATTAH COMSTOCK PARK AND DOUGLAS PARK FROM THOMAS MAINTENANCE SERVICE, INC., AWARDED UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 0996-2/98, ON A CONTRACT BASIS UNTIL NOVEMBER 30, 1998, FOR THE DEPARTMENT OF PARKS AND RECREATION, AT A TOTAL AMOUNT NOT TO EXCEED $78,277.50; ALLOCATING FUNDS THEREFOR FROM SAFE NEIGHBORHOOD PARKS BOND PROGRAM FUNDS AS APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE NO. 11623, AS AMENDED, ADOPTED MARCH 24, 1998, FOR CAPITAL PROJECTS. WHEREAS, the City Commission, pursuant to Resolution No. 974-87, adopted December 9, 1997, authorized the City Manager to submit applications and accept grants from Miami -Dade County for projects designated for the Safe Neighborhood Park Bond Program first year funding cycle; and WHEREAS, the Safe Neighborhood Bond Program allocation for the City of Miami is $21,675,000.00; and WHEREAS, the City of Miami submitted grant applications for the first year funding cycle for a variety of projects totaling $7,798,800.00; and WHEREAS, the projects include erection of new buildings, building renovations, lighting improvements, pool renovations, SEP 8 IM R•.dudon rim 98- 845 and land acquisition; and WHEREAS, in an effort to expedite the implementation of said grants, specifically the purchase and installation of sod at two (2) city parks, the city desires to utilize Miami -Dade County Contract No. 0996-2/98; and WHEREAS, in accordance with the Miami -Dade County contract, the city wishes to use Thomas Maintenance Services, Inc., at a total amount not to exceed $78,277.50; NOW, THEREFOR, BE IT RESOLVED BY THE COMMISSSION 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 furnishing and installation of sod at Allapattah Comstock Park and Douglas Park from Thomas Maintenance Service, Inc., awarded under existing Miami -Dade County Contract No. 0996-2/98, on a contract basis until November 30, 1998, for the Department of Parks and Recreation, at a total amount not to exceed $78,277.50, is hereby approved, with funds therefor hereby allocated from Safe Neighborhood Parks Bond Program funds as appropriated by Capital Improvement Ordinance No. 11623, as amended, adopted March 24, 1998, for Capital Projects. - 2 - 98- 845 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 8th day of September 1998. JOB CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legislation now becomes effective with the elapse of ten (10) days m the date of Comm' sicn action ATTEST: regarding same, without the Mayor exe Walter o errifin, City Clerk WALTER J. FOEMAN CITY CLERK W2862:CSK:kc l� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. - 3 - 9S-- 845 TO FROM Honorable Mayor and Members og the City Commission onald H. Warshaw City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=24 DATE: AUG 2 5 1998 FILE: SUBJECT: Authorizing the Furnishing and Installation of Sod at REFERENCES: Allapattah and Douglas Parks Dade County Bid No. 0996-2/98-1 ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the furnishing and installation of sod for two (2) City parks from Thomas Maintenance Services, Inc., a Black/Dade County vendor, located at 17200 SW 137th Avenue, Miami, Florida 33177, awarded under existing Miami -Dade County Contract No. 0996-2/98-1, for a total amount not to exceed $78,277.50, for the Department of Parks and Recreation. Funding is available from Safe Neighborhood Parks Bond Program funds appropriated in Capital Improvement Ordinance No. 11623, as amended, adopted March 24, 1998 for Capital Projects. BACKGROUND On December 9, 1997, the Miami City Commission authorized the City Manager to submit applications and accept grants from Miami -Dade County for projects designated from the Safe Neighborhood Park Bond Program first year funding cycle. The Safe Neighborhood Park Bond Program total allocation for the City of Miami is $21,675,000.00. The City of Miami submitted grant applications for the first year funding cycle totaling $7,798,800.00, to fund a variety of projects which include new buildings, building renovations, lighting, other site improvements, pool renovations, and land acquisition projects. Among the site improvement projects are the purchase and installation of sod for two City parks. The Departments of Purchasing and Parks 8i Recreation have realized a substantial savings utilizing the Miami -Dade County contract for said purchase. It is therefore recommended that an award be made to Thomas Maintenance Service, Inc., as the responsible and responsive vendor awarded under existing Miami -Dade County Contract No. 0996-2/98-1. Park Amount Allapattah Comstock Park $12,000.00 Douglas Park $62,550.00 Contingency $ 3,727.50 TOTAL $ 78,277.50 ResoSodAllapDougPkDCB r 2 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ' I GFFiCE Joe Pinon Assistant City Manager =ROM: _J Alberto Ruder, Director DATE: April 14, 1998 FILE : SUBJECT: Approval of Request for Formal Solicitation REFERENCES: ENCLOSURES: The Department of Parks and Recreation requests permissign for the City's procurement section to solicit bids from approved vendors for the projects listed below. We have verified with the Capital Improvement's Office and the Department of Budget and Management Analysis that funds are available from the Dade County Safe Neighborhood Parks Bond Program as allocated by Capital Improvements Ordinance No. 11623 adopted March 24, 1998. FENCING PROJECTS PROJECT NO. ACCOUNT CODES I AMOUNT 1. Brickell Park 333101 589305-860 $ 40,650 2. Coral Gate Park 332133, " " 30,113 3. Morningside Park 331313 " " 10,800 ' 4. Range Park 331070 63,000 5. Sewell Park 333105 33,000 . . 6. Simpson Park 331346 " 143,250 7. Wainwright Park 333100 IV" 34,100 8. Pullman Mini Park 333120 " " 1,800 9. Stearns/Pallot Parks 333118 IV" 5,500 10.Myers Park 331359 " 5,000 11.West End Park 331107 " 2,400 SITE FURNISHINGS I PROJECT NO. I ACCOUNT CODES - AMOUNT 1. Belle Meade Park 333116 " $ 5,600 2. Coral Gate Park 332133 8,800 3. Kennedy Park 333112 " " 2,400 4. Lincoln Park (gazebo) 333122 " 9,240 5. Maceo Park 333114 M13,600 6. Oakland Grove Park 333121 " " 2,900 7. Rainbow Village Park 333119 " " 7.600 8. Triangle Park 333106 " 9,700 MOM WALKWAYS PROJECT NO. I ACCOUNT CODES AMOUNT 1. Kennedy Park 333112 589305-860 $ 28,350 2. Morningside Park 331313 N &30,200 3.- Peacock Park (bdwlk.) 331359 ofof120,900 BOATRAMPS I PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Morningside Park 331313 "IV$ 2,000 2. Myers Park 331359 Nof - 22,000 BAS CT. I PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Clemente Park 331056 589305-860 $ 12,950 2. Hadley Park 333127 IV" 17,700 3. Shenandoah Park 331360 " " 19,950 4. Triangle Park 333106 " 18,100 SOD & FO D WORK I PROJECT NO. I ACCOUNT CODER AMOUNT 1. Allapattah Comstock 331309 589305-860 $ 12,000 2. Douglas Park 333102 " 62,550 BUaDING DEMOLITION I PROJECT NO. I ACCOUNT CODES AMOUNT 1. Blanche Park 333117 2. Morningside Park 333102 3. Stearns/Pallot Parks 333118 589305-860 S 4,500 of X 22,100 of IV 5,900 PARKING LOTS PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Myers Park 331359 589305-860 $ 37,550 2. Sewell Park 333105 N" 13,550 POOL EQUIP. & RENOV. PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Curtis Park 333113 589305-860 $ 3,100 2. Gibson Park 331341 MAt 3,400 3. Hadley Park 333127 " 31,300 4. Jose Marti Park 331385 59,000 5. Morningside Park 331313 3,600 98- 845 Z POOL EQUIPMENT Cont. I PROJECT NO. ACCOUNT CODES AMOUNT 6. Range Park 331070 IV if44,150 7. Shenandoah Park 331360 IV2,500 8. Virrick Park 331316 3,000 9. West End Park 333107 " 2,500 10.Williams Park 331351 "IV1,400 TRACK EQUIPMENT I PROJECT NO. I ACCOUNT CODES I AMOUNT 1. Curtis Park 333113 589305-860 Budgetary Review and Approval: Dipak Parekh, Director Office of Budget and Management Analysis Capital Iraprovements Review &'Approval: PPfiFZier4-Bbffer'--j Capital Improvements Administrator Please indicate below your approval or n (Not) Approved: AR:CH:jag of this $ 13,300 Joe PiRon it City Manager AWARD SHEET ADDENDUM NO. 6 FILE TO: ALL DEPARTMENTS DATE: JULY 6, 1998 FROM: METROPOLITAN DADE COUNTY SUBJECT: BID NO. 0996-2/98-2 GSA/PROCUREMENT MGMT. DIV. TITLE: SOLID SODDING: FURNISH, DELIVER & INSTALL. Please note the following change(s): Contract Life has been extended thru: November 30, 1998 Previous Value of Contract: $1,411,370.00 Three (3) Month Proration: $ 259,300.00 Revised Contract Value: $1,670,670.00 DEPARTMENT ALLOCATION + CGE.ORDER + PRORATION = CURRENT AVIATION $ 100,000.00 _ $ 25,000.00 $ 125,000.00 CORRECTIONS $ 5,000.00 --- $ 1,300.00 $ 6,300.00 FIRE $ 28,000.00 --- $ 7,000.00 $ 35,000.00 HUD $ 130,000.00 --- $ 33,000.00 $ 163,000.00 PARKS $ 388,000.00 --- $ 97,000.00 $ 485,000.00 P. WORKS $ 60,000.00 --- $ 15,000.00 $ 75,000.00 S. WASTE $ 285,370.00 --- $ 72,000.00 $ 357,370.00 WASD $ 105,000.00 --- $ 9,000.00 $ 114,000.00 UNALLOCATED $ 310,000.00 --- $ 0.00 $ 310,000.00 PMD 7/6/98 ALL ELSE REMAINS THE SAME JOSE A. SANCHEZ, CPPB SENIOR PROCUREMENT AGENT METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW SECTION 2.0 SPECIAL CONDITIONS SOLID SODDING (FURNISH, DELIVER AND INSTALL) 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 Solid -Sodding (Furnish, Deliver and/or.Install) in conjunction with the County's needs -on an as needed when needed basis.. 2.2 In.tentionally-Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the .contract by the Board of County Commissioners, unless otherwise" stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract- shall remain in effect for twelve (12) months and upon completion of the expressed and/or implied warranty period. , 2.5 OPTION TO RENEW (2) TWO YEARS (With Price Adjustment) The prices for a one year period from effective date shall be consistent with the provisions outlined in section 2.7 of these special terms and conditions; at which time Dade County shall have the option to renew for an additional two (2) years on a year to year basis. At that time Dade County will consider an adjustment to price based on Consumer Price Index, latest issue, as published by the U. S. Department of Labor Statistics Southeastern Regional Office, telephone: (404) 347-4416 for all Urban Consumers, Miami -Ft. Lauderdale area. It shall be further understood that the County reserves the right to. reject any price adjustments submitted by the bidder and/or to terminate the contract with the bidder based on such price adjustments. Continuation of the contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2.6 METHOD OF AWARD: To Two (2) Bidders By Item Award of this contract will be made to the lowest two (2) responsive, responsible bidders on an item by item basis. While the award will be made to multiple Bidders by item to assure availability, the lowest Bidder by item will be given the first opportunity to perform under the Terms and Conditions of the Contract. 98-- 841 Pace 1 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.7 PRICE57SHALL 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 Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE - 19) The successful bidder/vendor sfiall 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 it 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 Procurement Management Division, 111 N.W. 1st Street, Suite- 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440.. B. Public Liability Insurance, on a comprehensive basis, in an amount not less than $300,000 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 amounts not l-ess than $10,000 per person and $20,000 per occurrence for bodily injury and $10,000 per occurrence for property damage or $30,000 combined single limit. 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: 98- 845 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW —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. or The company - mus,t hold 'a valid. Florida -Certi'ficate 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 shall be made without thirty certificate holder. no modification or change in insurance (30) days written advance notice to the _Note: Dade County Bid number and Title of Bid must appear on each certificate. Compliance with the foregoing requirements shall not relieve -the'- vendor of his liability and obligation under this section or under any other section of this Agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of, County Commission approval. If the insurance certificate is received' within the specified time frame but not in the manner prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the Bidder fails to submit the required insurance documents in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after Board of County Commission approval, the Bidder shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future Proposal to the County in accordance with Section 1.0, para. 1.6 of the General Terms and Conditions. The _Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the Bidder in accordance with Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the Invitation To Bid; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the County may t+itsQ METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW sole discretion, terminate this contract for cause and seek re-precU'rement charges from the Bidder in conjunction with Section 1-.0, para. 1.11 of the'General Terms and Conditions. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED DELIVERIES The successful bidder(s) shall submit an invoice(s) to the County using department(s) that requested the items through a purchase order. The invoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery. ticket number or packing slip number that was signed by an authorized representative' of the County department when the items were delivered and accepted.- The periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted' to the County in advance of the delivery and acceptance of the items. Z.16 SHIPPING TERMS: F.O.B. DESTINATION All" bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at Various locations. 2.17 DELIVERY SHALL BE FIVE (5) DAYS AFTER ORDER IS PLACED BY THE COUNTY The bidder shall make deliveries within five (5) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery .will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the 'County of -the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 98- 845. METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.18 BACK ORDERS SHALL NOT•BE ALLOWED The County shall not accept any back orders of deliveries from the bidder. Accordingly, the bidder is required to deliver all items to the County within the time specified in this solicitation; and no grace period shall be honored. In the event that the bidder fails to deliver the goods within "the time specified, the County reserves the right to cancel the order, seek the items from another vendor, and charge-the.bidder for any.re-procurement costs. 2.19 WARRANTY SHALL BE THIRTY (30) CALENDAR DAYS. A. Type of Warranty Coverage Required In addition to all other warranties that may be� supplied by the bidder, the bidder shall warrant its product and/or -'service against faulty labor and/or defective material for a minimum period of -thirty (30) calendar days 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 period identified above; 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 two (2) 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 three (3) 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: J. Carlos Plasencia at (305) 375-1084. 2.21 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 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 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. 2.22 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 busine-ftes performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation im 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 Intentionally Omitted 2.24 ACCEPTANCE OF PRODUCT BY THE COUNTY: The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.25 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 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. 9 8 - S4'5 METROPOLITAN DADE COUNTY 2.26 AUTHORIZATION TO PICK-UP MATERIALS: BID NO. 0996-2/98-OTR-CW Dade County employees are authorized to pick-up materials against purchase orders issued to the successful bidder(s). Such authorization is provided for the County employee through an "Authorization to Pick -Up .Materials" (Dade County Form No. 160.04.17) who shall surrender the form to the bidder during each purchase. If the bidder is in doubt about the authenticity of the person picking up the material, the bidder. shall - -contact Procurement Management for assistance at 375-5289. 2.27 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this Solicitation is specific to a County Department',' ..,.it is hereby agreed and understood that any County department or agency 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. Under these circumstances,' a separate purchase order shall be issued by the County which identifies' the requirements of the additional County department(s) or agency(ies). 2.28 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. 2.29 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 2.30 COUNTY WIDE: Any Governmental Unit in Dade, Broward and Palm Beach Counties, 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. 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. " 0 / METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.31 'DAMAGES GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.32 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER The successful Bidder shall promptly correct all .deficiencies and/or defects in work and/or.any.work that fails to conform to the Contract fa Documents; whether or not bricated, installed or completed. All cor- rections shall be made within three (3) calendar days after such rejected defects, deficiencies, and/or non -conformances are verbally reported to the Bidder by the County's Project Administrator. The Bidder shall bear all costs of correcting such rejected work. If the Bidder fails to'correct the work within -the period.; specified, the County.may, at.its discretion, notify the Bidder, in writing, that the Bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within five (5) calendar days of receipt of. the notice. . If the Bidder fails._.to correct the work within the period' specified in the notice, the County shall place the Bidder on default, obtain the services of another. vendor to correct the deficiencies, and charge the Bidder for -these" costs; either through a deduction from the final payment owed to the Bidder or through invoicing. 2.33 DELIVERY TIMES SPECIFIED The Bidder shall -only be authorized to deliver items between the hours of 7:00 a.m. and 4:00 p.m. 2.34 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. 2.35 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. 9$- 845 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.36 *FURNISfi­AND INSTALL REQUIREMENTS: These specifications describe the various functions and classes of work required as necessary for the completion of the project. Any technical omissions of functions or classes within the sections of these specifications shall not relieve the bidder from furnishing, installing or performing such work where required to the satisfactory completion of the project. 2.3.7 LIMITATION OF.OPERATIONS: No work shall be done on Sunday or on any days between the hours of 6:00 P.M, and 6:00 A.M. except when such work is necessary for the proper care and protection of the work already performed, and when permission to do' such work is secured from the Dade ,County Department representative. No overtime work shall be started without prior approval of the immediate project manager or his/her designated representative. 2.38 LIMITED CONTRACT EXTENSION TO MAINTAIN SERVICE LEVELS It is hereby agreed and understood that this contract may be extended for an additional thirty (30) day transitional period after the contract is scheduled for termination and after its option year(s),.is: exercised. During this transitional period the Bidder agrees to continue the same or a reduced level of service to the County at the same prices while the new contract, also in force, is being mobilized. If the Bidder is supplying equipment in conjunction with this contract, the Bidder agrees to retain the equipment at the designated County premise for an additional thirty (30) calendar days after the termination of the Contract; at which time the equipment shall be removed from the premises. The Bidder shall be allowed to invoice the affected County department for this additional period on a pro -rated basis. 2-.39 MINIMUM WAGES BASED ON FEDERAL LAW Under this contract, the wage rate paid to all laborers, mechanics and apprentices employed by the bidder for the work under the contract, shall not be less than the prevailing wage rates for similar classifications of work in Dade County Florida, as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division. 2.40 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall' enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase. order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 1 % i;:161 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.41 PRIMARY -VENDOR DESIGNATION While the method of award identified in Section 2.6 of the Special Terms and Conditions prescribes the method for determining the lowest responsive, responsible bidder, the County reserves the right to award this contract to the designated lowest bidder as the primary vendor and to award this contract to the designated second lowest bidder as the secondary vendor. If the County exercises this right, the primary vendor shall be given the first opportunity to perform .the service or deliver the goods identified in this contract. - If the primary vendor declines this opportunity, the County shall seek the identified goods or services from the secondary vendor. It should be noted that price adjustments, if allowed under the terms and conditions of this bid, may affect the order of designation. 2.42 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. 2.43 PURCHASE —OF OTHER ITEMS NOT LISTED ON THIS BID SOL While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these ancillary items to the primary contract vendor, another contract vendor based on the lowest price quote or to bid the items through a separate solicitation. 2.44 SUPERINTENDENT SHALL BE SUPPLIED BY THE BIDDER The successful Bidder shall employ a shall be in attendance at the project si work. The superintendent shall be the p Bidder and all communications given to superintendent shall be binding to the superintendent shall be considered to be, the Bidder under its sole direction and Dade County. 2.45 WORK ACCEPTANCE: competent superintendent to during the progress of rimary representative for [nd all decisions made by 3idder. Notwithstanding, at all times, an employee not an employee or agent This project will be inspected by an authorized representative of County. This inspection shall be.performed to determine acceptance work, appropriate invoicing, and warranty conditions. 98- who the the the the of of the of 8415 METROPOLITAN DADE COUNTY BID NO. 0996-2/98-OTR-CW 2.46 WORK QRDERS SHALL BE GENERATED FOR EACH PROJECT: The County's authorized representative shall generate and issue a Work Order for each project to be performed under this Solicitation and subsequent Contract. The Work Order shall include the location, description and plans, if necessary, covering the scope of work to. be completed. The Work Order shall also include a cost estimate calculated by the County for the work listed on the Work Order. This estimate shall be based on the prices total on the Bidder's Proposal. For purposes of identification' and payment, the Work Order shall be numbered and dated. The preliminary. Work Order describing " the description of work and cost' estimates shall be issued to Bidder(s) which have been qualified to perform work under this Solicitation. The Bidder(s) shall be required to supply the County's authorized representative with a written price proposal within a time frame specified by the County. If multiple Bidders are solicited, the County shall select the lowest price proposal; provided that the price proposal does not exceed the _dollar estimate calculated by the County. If a single Bidder is solicited, the price proposal shall be accepted; provided that the price proposal does not exceed the dollar estimate --.calculated by the County. The selected Bidder's name shall then be entered on the Work Order and issued to the Bidder. The Work Order shall also direct the Bidder to commence work on a certain day and it shall specify the amount of time allotted for completion of work covered by the Work Order. All work covered by a Work Order ` shall constitute a Contract Schedule. , �� PaQe 11 CONTRACT AWARD SHEET 'ILE BID NO.: 0996-2/98-2 (PREVIOUS BID NO. 0996-2/98-1) SOLID SODDING (FURNISH, DELIVER AND INSTALL) CONTRACT PERIOD: 9/1/97 thru 8/31/98 COMMODITY CODE: 790-50 PART #1: VENDORS AWARDED OTR YEARS: TWO (2) F.I.D. NO.: 59-2118932 VENDOR: Thomas Maintenance Services, Inc. STREET: 17200 S.W. 137th Avenue CITY/STATE/ZIP: Miami, FL 33177 F.O.B. TERMS Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 253-7433 FAX: (305) 253-7065 CONTACT: Melvin C. Thomas F.I.D. NO.: 59-1360164 VENDOR: Rouco & Sons, Inc. STREET: 1371 W. 36th Street CITY/STATE/ZIP: Miami, FL 33012 F.O.B. TERMS Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 822-1373 FAX (305) 822-3627 CONTACT: Reynaldo Rouco F.I.D. NO.: 59-1876263 VENDOR: Bannerman Landscaping, Inc. STREET: 901 N.W. 143rd Street CITY/STATE/ZIP: North Miami, F1 33168 F.O.B. TERMS Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 685-5622 FAX (305) 688-0204 CONTACT: Paul Bannerman Page 1 of 7 Pages 98- 845 F.I.D. NO.: 65-0511569 VENDOR: African Gardens Landscaping & Maintenance, Inc. STREET: 21487 N.W. 2nd Avenue CITY/STATE/ZIP: Miami, FL 33169 F.O.B. TERMS_ Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 653-5388 FAX None CONTACT: Barbara Hardemon F.I.D. NO.: 58-1995002 VENDOR: Select Turf, Inc. STREET: 3515 Sylvester Rd. CITY/STATE/ZIP: Albany, GA 31705 F.O.B. TERMS Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE:- (912) 438-5622 FAX (912) 438-5961 CONTACT: Derrell Spikes F.I.D. NO.: 59-1304231 VENDOR: Jackie's Parker Sod STREET: 7600 S.W. 87th Avenue CITY/STATE/ZIP: Miami, FL 33137 F.O.B. TERMS Destination PAYMENT TERMS: Net 30 DELIVERY: As Required PHONE: (305) 596-5610 FAX (305) 270-0375 CONTACT: Diane Manganaro PART #2: ITEMS AWARDED *COMMENCEMENT DATE FOR ITEMS DELIVERIES, UNLOADED AND INSTALLED IS 9/1/97 *COMMENCEMENT DATE FOR PICKUP ON COUNTY TRUCKS IS 9/1/97 NOTE: ALL DELIVERIES OR PICKUPS PER SECTION 2.0. PARAGRAPH 2.17 ST. AGUSTINE, BITTER BLUE, CERTIFIED PRIMARY BANNERMAN 1. Delivered and Unloaded, 20 Pallets...... $.17/Sq. Ft. THOMAS 2. Delivered unloaded and installed......... $.1929/Sq. Ft. SECONDARY THOMAS $.1723/Sq. Ft. BANNERMAN $.20/Sq. Ft. Page 2 of 7 Pages 98- 845 THOMAS BANNERMAN 3. Loaded on County trucks by vendors,...... $.1697/Sq. Ft. $.25/Sq.Ft. Pickup after receipt of order 3 Days 3 Days Square feet per pallet: 400 Sq. Ft. 500 Sq. Ft. ST AUGUSTINE BITTER BLUE, UNCERTIFIED 4. Delivered and Unloaded 10 Pallets per BANNERMAN THOMAS truckload ............................... $.165/Sq. Ft. $.1723/Sq. Ft. BANNERMAN THOMAS 5. Delivered unloaded and installed......... $.175/Sq. Ft. $.18/Sq. Ft. THOMAS BANNERMAN 6. Loaded on County trucks by vendors,...... $.17/Sq. Ft. $.21/Sq. Ft. pickup within Dade County, one to two pallets. Pickup -.after receipt of order 3 Days 2 Days Square -feet per pallet: 500 Sq. Ft. 500 Sq. Ft. ST. AUGUSTINE, FLORATAM, CERTIFIED 7. Delivered and Unloaded, BANNERMAN THOMAS 20 Pallets per truckload ................. $.18/Sq. $.1841/Sq. Ft. THOMAS BANNERMAN 8. Delivered unloaded and installed......... $.2459/Sq. Ft. $.30/Sq. Ft. THOMAS BANNERMAN 9. Loaded on County trucks by vendors,...... $.2032/Sq. Ft. $.26/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Days 2 Days Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. ST. AUGUSTINE, FLORATAM, UNCERTIFIED, THOMAS ROUCO 10. Delivered and Unloaded 16-20 Pallets... $.1750/Sq./Ft. $.1868/Sq. Ft. THOMAS AFRICAN 11. Delivered unloaded and installed....... $.2390/5q. Ft. $.2400/Sq. Ft. JACKIE ROUCO 12. Loaded on County trucks by vendors,...... $.179/Sq. Ft. $.1868/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 2 Days 1 Day Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. Page 3 of 7 Pages BAHIA ARGENTINE, UNCERTIFIED, JACKIE ROUCO 13. Delivered and unloaded 18 pallets...... $.12/Sq. Ft. $.13/Sq. Ft. per truckload. JACKIE BANNERMAN 14. Delivered unloaded and installed....... $.16/Sq. Ft. $.170/Sq. Ft. JACKIE THOMAS 15. Loaded on County trucks by vendors,...... $.139/Sq. Ft. $.18/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 1 Day 3 Days Square feet per pallet: 450 Sq. Ft. 500 Sq. Ft. Ft. BERMUDA TIFTON 469, CERTIFIED SELECT THOMAS 16. Delivered and unloaded 18 pallets...... $.21/Sq. Ft. $.2613/Sq. per truckload. THOMAS BANNERMAN 17. Delivered unloaded and installed....... $.29/Sq. Ft. $.38/Sq. Ft. THOMAS AFRICAN 18. Loaded on County trucks by vendors,...... $.28/Sq. Ft. $.39/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Day 4 Days Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. BER14UDA TIFTON 419, CERTIFIED_ SELECT THOMAS 19. Delivered and unloaded 18 pallets...... $.20/Sq. Ft. $.2613/Sq. Ft. per truckload. 20. Delivered and unloaded and ............. THOMAS SELECT $.24/Sq. Ft. $.385/Sq. Ft. THOMAS AFRICAN 21. Loaded on County trucks by vendors,...... $.2418/Sq. Ft. $.39/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Days 2 Days Square feet per pallet: 500 Sq. Ft. 450 Sq. Ft. BERMUDA TIFTON 419, UNCERTIFIED ROUCO JACKIE 22. Delivered and unloaded 16-18 pallets...... $.1920/Sq. Ft. $.20/Sq. Ft. JACKIE BANNERMAN 23. Delivered unloaded and installed....... $.259/Sq. Ft. $.30/Sq. Ft. Page 4 of 7 Pages 98- 845 ROUCO JACKIE 24. Loaded on County trucks by vendors,...... $.1920/Sq. Ft. $.19/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Days 2 Day Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. BERMUDA TIFTON 328, CERTIFIED SELECT BANNERMAN 25. Delivered and unloaded 18 pallets...... $.25/Sq. Ft. $.30/Sq. Ft. per truckload. BANNERMAN SELECT 26. Delivered unloaded and installed....... $.40/Sq. Ft. $.441/Sq. Ft. BANNERMAN THOMAS 27. Loaded on County trucks by vendors,...... $.45/Sq. Ft. $.5757/Sq. Ft. pickup.:within Dade County, one to two pallets. Pickup after receipt of order 3 Days 3 Days Square feet per pallet: 480-500 Sq. Ft. 500 Sq. Ft. BERMUDA TIFTON 328, CERTIFIED BANNERMAN THOMAS 28. Delivered and unloaded 20 pallets...... $.19/Sq. Ft. $.309/Sq. Ft. per truckload. BANNERMAN THOMAS 29. Delivered unloaded and installed....... $.28/Sq. Ft. $.36/Sq, Ft. THOMAS AFRICAN 30. Loaded on County trucks by vendors,...... $.340/Sq. Ft. $.45/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Days 3 Days Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. ZOYSIA EMERALD, CERTIFIED, JACKIE BANNERMAN 31. Delivered and unloaded 20 pallets...... $.381/Sq. Ft. $.40/Sq. Ft. per truckload. JACKIE BANNERMAN 32. Delivered unloaded and installed....... $.47/Sq. Ft. $.48/Sq. Ft. AFRICAN BANNERMAN 33. Loaded on County trucks by vendors,...... $.60/Sq. Ft. $.65/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 2 Days 3 Days Square feet per pallet: 400 Sq. Ft. 500 Sq. Ft. Page 5 of 7 Pages mmol ST. AUGUSTINE, FX-1 JACKIE BANNERMAN 34. Delivered and unloaded 20 pallets...... $.246/Sq. Ft. $.30/Sq. Ft. per truckload. JACKIE BANNERMAN 35. Delivered unloaded and installed....... $.321/Sq. Ft. $.35/Sq. Ft. AFRICAN BANNERMAN 36. Loaded on County trucks by vendors,...... $.35/Sq. Ft. $.45/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 1 Days 3 Days Square feet per pallet: 500 Sq. Ft. 500 Sq. Ft. BERMUDA TIF DWARF, CERTIFIED SELECT JACKIE 37. Delivered and unloaded 18 pallets...... $.35/Sq. Ft. $.405/Sq. Ft. per truckload. JACKIE SELECT 38. Delivered unloaded and installed....... $.47/Sq. Ft. $.48/Sq. Ft. THOMAS AFRICAN 39. Loaded on County trucks by vendors,...... $.76/Sq. Ft. $.80/Sq. Ft. pickup within Dade County, one to two pallets. Pickup after receipt of order 3 Days 3 Days Square feet per pallet: 500 Sq. Ft. 450 Sq. Ft. ROLLED SOD, 42" X 100' 40. BERMUDA TIFTON 419 CERTIFIED THOMAS AFRICAN A. Tube Deposit $51.45 $ .49 THOMAS AFRICAN B. Per Day Rental $92.59 $250.00 THOMAS AFRICAN C. Tractor Installation Attachment Rental $112.16 $225.00 41. BERMUDA TIF DWARF CERTIFIED THOMAS AFRICAN A. Tube Deposit $51.45 $ .85 THOMAS AFRICAN B. Per Day Rental $92.59 $225.00 THOMAS AFRICAN C. Tractor Installation Attachment Rental $112.16 $225.00 Paqe 6 of 7 Pages PART #3: AWARD INFORMATION BCC: RATIFICATION BIDS & CONTRACT RELEASE DATE: 7/21/97 ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: INSURANCE TYPE II TOTAL VALUE: $1,411,370.00 USER DEPARTMENT AVIATION CORRECTIONS & REHABILITATION FIRE GSA/FACILITIES & UTILITIES HUD PARKS & RECREATION PUBLIC WORKS SOLID WASTE WASD AGENDA ITEM: 3E-2A OTR YEAR: TWO (2) OF TWO (2) MODIFIED VALUE: N/A DOLLAR AMOUNT ALLOCATED $ 95,000.00 $ 80,000.00 , $ 40,000.00 $ 12,000.00 $135,000.00 $389,000.00 $ 60,000.00 $210,370.00 $ 83,000.00 PROCUREMENT SPECIFICATION SPECIALIST: Jose A. Sanchez, CPPB JS/vs - 07/24/97 Page 7 of 7 Pages BSf 845 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. 0996-2/98-1 ITEM: Furnishing and Installation of Sod DEPARTMENT: Parks and Recreation TYPE OF PURCHASE: On a contract basis until November 30, 1998 REASON: To purchase and install sod at Allapattah Comstock Park RECOMMENDATION: It is recommended that award be made to Thomas Maintenance Services, Inc., under existing Miami -Dade County Contract No. 0996-2/98-1, at a total cost not to exceed $78,277.50. Allocating funds from Safe Neighborhood Park Bond Program funds appropriated in Capital Improvement Ordinance No. 11623, as amended, adopted March 24, 1998 for Capital Projects. f—CL� — Ju S. / e irector of Purchasing Dat Award Under Dade County Contracts METROCADE BID NO: 0996-2/98-OTR-CW OPENING: 1:00 P.M. WEDNESDAY - - DATE: JULY 5, 1995 1 METROPOLITAN DADE COUNTY, FLORIDA INVIT"AT'ION TO BID TITLE SOLID SODDING -(FURNISH, DELIVER AND INSTALL) FOR VARIOUS METRO-DADE COUNTY DEPARTMENTS FORA .ONE (1) YEAR, PERIOD WITH COUNTY OPTION TO RENEW FOR'TWO (2). ADDITIONAL THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED,BELOW: , „ h BID DEPOSIT "AND PERFORMANCE BOND: NIA �' r CATALOGUE AND LISTS: N/A EQUIPMENT LIST: N/A INDEMNIFICATION/INSURANCE: SEE SECTION 2.0, PARA. 2.11._: PRE -BID CONFERENCE/WALK-THRU N/A RACE -CONSCIOUSNESS MEASURE: N/A SAMPLES/INFORMATION SHEETS: N/A SITE VISIT/AFFIDAVIT: N/A SOURCE OF SUPPLY: N/A TRADE CERTIFICATION: N/A WRITTEN WARRANTY: N/A FOR INFORMATION CONTACT (305) 375-1084 J. CARLOS PLASENCIA, CPPB METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION aPnnted on Rftycied P,W 9 8- 845 INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE TO A SOLICITATION Each bid proposal returned to the On* of the Board must have the following information clearly marked on the face of the envelope: Biddee's name & -return address ► Opening date of the bid ►. Bid number. ► Title of the bid The Bidder shall submit 'each proposal, cow of one original and three copies, and any required attachments in one envelope. - The endosed return envelope should be used whenever possible. If bids are submitted at the same time for different bid solicitations, each bid must be placed in separate envelopes and each envelope must contain the information previo * stated. To receive a copy of the tabulation of bids, the -Bidder must endow a self -adder stamped envelope when submitting their proposal. _ THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING THIS BID TO THE CLERK OF 771E BOARD ON OR BEFORE THE STATED -TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY THE UNITED STATES MAIL DELIVERY OR CAUSED BY ANY OTHER OCCURRENCE. BIDS RECEIVED BY THE CLERK OF THE BOARD AFTER BIDS RAVE BEGUN TO BE OPENED WILL NOT BE OPENED AND WELL NOT BE CONSIDERED FOR AWARD. Bids must be submitted to the address listed below by the time specified to be considered for award. . CLERK OF THE BOARD STEPHEN P. CLARK CENTER 111 N.W. IST STREET SUITE 210 MIAMI, FLORIDA 33128 It is the policy of Metro -Dade County to comply with all requirements of the Americans with Disabilities Act. For sign language interpreter services or bids accessible in format (Braille, tape or large print call (305) 375-5289 five days in advance. For ADA complaints call (305) 3 75-3 566. 98- 845 SEcrm I GENERAL ?'ERMS AND CON&FIONS 1.1 APPLICABILITY These General Terms and -Conditions apply to all bids made to Metropolitan Dade County - (herCirAfter refdred to as "Cmmty*) by all prospective bidders (hereinafter referred to as "Bidders") in response to Invitation to Bids issued by the GSA Prowretnerit Management Division. The word "Bid" is used in referee to any and all offers submitted in cotgunction with this bid solicitation. 1.2 CONTENTS OF BID (1) Bidders shall thoroughly read and examine all Bid documents. As Bid documents frequently change for each solicitation, Bidders should not assume that this solicitation contains the same terms and conditions that were contained in previous solicitations. (2) Bidders shall make all investigations necessary to thoroughly familiarize themselves with all the conditions affecting this bid solicitation. It is the sole responsibility of the Bidder -to familwiae themselves with the bid requiratients and no plea' of ignorance by the Bidder of conditions' that exist, or that may exist as a result of the failure to fulfill the requirements of the bid solicitation, will be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the successful Bidder who is awarded the contract. (3) Bidders are advised that all County contracts are subject to all legal requirements contained in the County's Administrative Order 3-2 and other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this bid solicitation and these legal -documents, the higher authority shall prevail. B Conflicts in the Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, the Special Terms and Conditions, and/or the Technical Specifications the order of precedence is the..Technical Specifications, Special Terms and Conditions and then the General Terms and Conditions. 1 98- 845 C. Requests for additional information, ocplanations, clarifications or interpretations must be made in writing to the GSA Prowrement Management Division contact person, identified on thei6ww page of this bid solicitation, no leer than seven (7) working days prior to the -scheduled bid opening. Any request received after the time may not be considered. The' request must contain the proposers name, address, telephone number, and f msimile number, .if transmitted by facsimile. Electronic ale well be accepted at (305) 375-5409. Facsimiles nest have a cover sheet which includes at a minimum, the.. proposers -name, address, -number of pages tranknitted, telephone number and the sender's facsimile number. The County will issue responses to inquires and any other corrections or amendmems it determines to be necessary by written addenda issued prior to the scheduled opening date. Bidders should not rely on any ions, statements, or explanations other than those mule in. the bid solicitation or in any addenda to this solicitation. Where there appears to be. -a conflict between this solicitation and any addenda issued, the last addendum issued will prevail. It is the Bidder's responsiiMlity to assure receipt of all addenda. The Proposer should verify with the contact person prior "to submitting a Bid that all addenda have been received. Proposers are required to acknowledge the munber of addenda received as part of this solicitation on the attached Addenda Acknowledgment Form. (1) Prompt Payment Terms a. Bidders may offer a cash discount for prompt payments, however, such discounts shall not be considered in determining the lowest priced Bidder for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in payment terms. b. Bidders are required to provide their prompt payment terms in the space provided on the Bid Proposal signature page of this solicitation. If no prompt payment discount is being offered the Bidder must enter mro (0) for the percentage discount to indicate no discount. if the Bidder fails to enter a oercentaae it is hgnft understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the County, whichever is later. (2) Current Prices Bids indicating prices in effect "at time of shipment" will be rejected, unless otherwise specified in the Special Terms and Conditions. 2 98- 845 (3) 14s ounts Offered During Teem of CoMrsct Prices offered in the Bid sW be faked for a period of 120 days after award by the Board of County CommisaiotI - m, unless otherwise specified in the Special Terms and Conditions. Theresi%r price discounts off the original Prices Quoted in the Bid Proposal will be accepted from S111 ul Bidder(s) during the term of the contract. Such discaaus shall raisin in effect for a minimum of 120 days from acceptance by the County. (4) Collusion The Bidder, -by :afhximg a signai= to their •Bid, certifies that its Bid is made without previous understanding, agreement or connection either with any person, firm or corporation making a Bid for the same items, or with the Dade County Procu Division or initiating- department. The Bidder certifies that its Bid is fair, without control, collusion, fraud or otherwise illegal action. The Bidder certifies that they are ut compharnx with Section 2-11.1, Conflict of Interest and - Code of Ethics Ordinance, of the Dade County Code. The County will investigate all potential situations where collusion may have occurred .and the County reserves the right to reject any and all bids where collision may have occurred. 1.3 PREPARATION AND SUBMISSION OF BIDS A. ' Preparation/Submission (1) The Bid Proposal Form, which is part of the bid solicitation must be used when submitting a Proposal. Use of any other form will result in the rejection of the bid. (2) The Bidder must furnish any samples or other documents/information required by the bid solicitation. Failure to supply the required samples or documentation/information as required may result in the Bid being rejected. (3) The Bidder's authorized agent must sign the Bid Proposal Form in ink. Failure to sign as provided herein may result in the Bid being rejected. (4) Unit prices must be shown where required. Where there is a discrepancy between the unit prices and any extended prices the unit prices shall prevail. (5) Multiple Bids will only be accepted if submitted as separate bids, submitted in separate envelopes, which are not for the same product or service. AU Bids must meet all requirements of the bid solicitation. Where multiple Bids are submitted for an identical product or service only the lowest price will be considered. (6) Proposed delivery. time, if required, must be stated in calendar days. 3 98- 845 (7) bidders:lull not ebarge federal tows nor State of Florida sales, excise and use taxes in bid prices as the County is exempt from payment of all such taxes, except where the goods are for mule by the County. Such taxes shall be borne by the Bidder except wlrc[e the County is Pardus* the goods for resale. An acemtption —certificate will be provided where applicable upon request. (8) The Bid must be typed or printed in ink. Use of pencil or erasable ink will result in the Bid being r *tied. d H cornwdons made by the Kidder mum be Mi" d in ink bn the arthoriW amff- ar d w Bid weny be r+eiected. (9) Telegraphic or facsimile bids will not be conddered. (10) Once a Bid has been opened, the County will not consider any subsequent submissions which alter the Bid. B. Vendor Application Prospective Bidders should register with the GSA Procarranent Management Division as this will ensure that they receive nonce of solicitations when they are issued by the County. The successful Bidder(s) must register with GSA Procurement Matugement Division, as specified herein, prior rejection of their Bid. to award. Failure to so register will result in the Conducting business with the County requires a business entity to complete a registration application, available through GSA Procurement Managemrerrt Division, and to pay an annual administrative fee. The following documents are required and included in the registration application form: 1. Commodity Code listing 2. Certificate of Filing of Articles of Incorporation Every Florida based corporation is required to submit a copy of the single Certifications page that was signed and dated by the Florida Secretary of State that shows receipt of the duly executed Articles of Incorporation. 3. Copy of current Business or Occupational License Most Dade County based businesses are require to purchase an Occupational License to conduct business within the County. Where no license exists the business entity must submit such a statement to that effect on their letterhead. 4. Executed Cuba Affidavit This affidavit requires business entities to attest to their business activities and investments in Cuba, and that they are in compliance with Dade County Resolution No. R-656-93, as adopted by the Board of County Commissioners on July 3, 1993. 5. Executed Florida Public Entity Crime Affidavit Florida Statutes, Sections 287.132-133, effective July 1, 1989 requires that business entities complete an affidavit with regard to the commission of public entity crimes. 6. Executed Vendor Disclosure of Ownership Form 4 M� 7. Drug Fm WodMIM ASdsvit 8. FwWly Lave Affidavit 9. W-9 Form it is Jilinresponsibility of the business entity to update its application concarin any -changes, such as; new addreas, telephone number, commodities, etc. This must be on company kttah ad and sent to the GSA Procunenmertt Managencent Division, Vendor Assistance. Potential Bidders may contact the Office of Vendor Assistance at (305) 375-5289 for guidance in completing the reg WrUkm.ippliatioa . Pursuant to Ordinance No. 94-34, "Any individual Who has been convicted of a felony during the past ten years and any Corporation, pst - e 11 1;• joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this won prior to entering into a contract with or receiving funding from the County." Accordingly, Criminal Record Affidavit forms are available upon request at GSA Procurement Martagentertf Division/Office of Vendor Assistance for those individuals or firms mguired to disclose this information. 7171777-1-0 The County endeavors to obtain the participation of all minority and disadvantaged business enterprise businesses. Contact the Office of Vendor Assistance for information. 1.4 MODIFICATIONS OR WITHDRAWAL OF BIDS A. Modification of Bids Bids may only be modified by submission of a modification as provided below prior to the time and date set for. bid opening. Any modification submitted to the GSA ProcaKoait Alanagementy Division must contain a new Bid Proposal Form and a letter on company letterhead, signed by an authorized agent of the Bidder, stating that this submittal supersedes the previous bid submittal. The envelope must contain the following information: (1) Bidder's Name & Address (2) Bid Number (3) Opening Date of Bid (4) Title of Bid (5) The following statement; "This is a modification to a previously submitted bid" (6) Date of Modification 5 98- 845 1 Jr, Ir .! Bids shall be irrevocable unless the Bid is withdrawn as provided herein. A Bid may be withdrawn only by written. letter received by the contact pe sm prior to the Bid Opening Date -or ninety (90) days after the opening of the Bid. The withdrawal letter malt be on zmvany letterhead and signed by an authorized agent of the Bidder. 1.5. EVALUATION OF BIDS The County may reject. a Bid Proposal for any of the following reasons: (I) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the. Bid Proposal (3) Bid does non conform to the requiranenis of the Bid (4) Bid requires a conditional award that conflicts with the method of award (5) Bid -does not include requireti'samples, certificates, ficenses as required (6) Bid was not exacted by the Bidder's authorized agent on the Bid Proposal Form The foregoing-t are not the exclusive reasons for which a Bid may be rejected. The County may reject and re -advertise for all or any *part of the Bid Solicitation whenever it is deemed in the best interest of the County. (1) A contract shall not be awarded to, any person or firm which is in arrears to Dade County upon any debt or contract or which is a defaulter as surety or otherwise upon any obligation to -the County. (2) A. contract may not be awarded to, any person or firm which has failed to . perform:any previous contract with the County. (3) A contract may not be awarded to, any person or firm which has been debarred by the County in accordance with the County's Debarement Ordinance. The County reserves the'right to waive any minor informalities or irregularities in any or all bids. 6 98- 845 (1) Bids will only W considered from firms who are regularly engaged in the business of providing the goods and/or services required by the Bid. Bidders must be able to demonstrate a good record of perf x in== and have sufficient financial resources, equipment and ocganiation to insure the they can sei:factorily provide the goods/services if awarded the contract. The terms "equipment and ergo ization" as used herein shall be construed to mean a fully ,equipped and :well established company in line with the best industry practices in the industry as determined by the County. (2) 'The County may. cdnduct a pre award site inspection or hold a .pre4ward qualification hearing to determine if the ' bidder is capable of performing the contract if awarded: (3) The County may consider any evidence available regarding the financial, technical and other qualifications and abffities of a Bidder, including past performance (experience) with the County or any other governmental entity in making the award. _ (4) The County may require the Bidder(s) to show proof that they have been. designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. 1.6 AWARD OF CONTRACT A_ The Bid Solicitation, any addenda issued and the purchase order, if issued, constitute the entire contract, unless modified in accordance with the contract. B. Tie Bids will be decided by the Director of Procurement or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specification. The Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required b}- the County. Where the Bidder is in default of these contractual requirements, the County, through action taken by the Procurement Management Division, will void its acceptance of the Bidders Proposal and may accept the Bid from the next lowest responsive, responsible Bidder or re -solicit the County's requirements. The County at its sole discretion may seek monetary restitution from the Bidder and its bid bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be the contract, a purchase order, notice of award or an award sheet. 7 98- 845 E. The County reserves the right to automatically extend this contract for up to ninety (90) calendar days beyond the stated o omet term in order to provide County departments with continual service and supplies white a new contract is being solicited, evaluated and/or awarded. If the right is exercised, the County shall notify the Bidder, irr writing, of its intent to extend the contract for a specific number of days, not to exceed ninety (90) days, prior to the expiration of the contract term. F. Wbem the contract involves a single shipment of goods to the County the contract term shall conclude upon completion of the expressed or implied warranty periods. 1.7 RIGHTS OF APPEAL Any Bidder may protest any recomm ertdation for contract award in accordance with the procedures contained in Dade County On inances 94-26, 94-72 and Section 24.4 of the Dade County Code. IA CONTRACTUAL OBLIGATIONS The Bidder shall comply with all laws and regulations applicable to the goods or services comempiated herein. Bidders are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affect the goods or services offered, especially Executive order 11246 entitled "Equal Emtployment Opportunity" and as amended by Executive order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), 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. B Conditions of Material and Packaging (T) All goods furnished must be new, unless specified in the Special Conditions or Technical Specifications, and free from defects. All containers shall be suitable for shipment and/or storage. The bid price shall include standard commercial packaging unless otherwise specified in the Special Conditions or Technical Specifications. (2) All goods furnished shall be fully guaranteed by the Bidder against factory defects and shall be fit for the purpose intended under this contract. Any defects which may occur within the period of the manufacturers standard warranty or the failure of the product to be fit for the purposes intended shall be corrected by the Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions or Technical Specifications. 8 98- 845 [*Wrjr��.)Illf The Bidder shall not wbconttut any portion of the avrk without the written prior consent of the County. The ability to subcontract may te- finther lirmted by the Special Conditions or Technical Specifications. The Bidder shall not assign, transfer, sublet or otherwise dispose of the contract. including any rights, title or interest therein, or their power to ocearte such contract to any person, company, or corporation without the.prior-written conientof the County. Prices quoted and deliveries are to be FOB Damon, freight included, unless otherwise specified in the Special Conditions. Deliveries are to be made ,during County business hours unless otherwise specified in the Special Conditions. F. Title Title to the goods shall not pass to the County until after the County has accepted the goods or utilized the goods, whichever comes first. 1.9 MODIFICATION OF THE CONTRACT -The contract may be modified from time to time in writing thought the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1.10 TERMINATION FOR CONVENIENCE The County at its sole discretion may terminate this contract, without cause, by providing the Bidder(s) with thirty (30) days advance notice. Upon the receipt of such notice the Bidder shall not. .incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the Bidder(s), as determined by the County, regardless of the method of payment required by the contract, as the result of such termination. 1.11 TERMINATION FOR DEFAULT The County may terminate this contract upon the failure of the Bidder to comply with the provisions and requirements of the contract. The County's decision not to take action upon a failure of the Bidder to perform shall not be construed as a waiver of the ability of the County to take action at a later date and time. The date of termination shall be stated in a written notice to the Bidder. 9 8 - 845 In the event the BWderis tenrartsted for ddxllk rr}.procure the goods or sdwim from the the County ream es the right to re -solicit the , � , mayChWP the Sidderr any d OeWb1e bidder or the. Burs P and the .t>ra ffenences in cost between re4oli�g this contract. mw" Pace and the casts associated with reawarding or wr. lrlt.a 10 9'8 - 845