HomeMy WebLinkAboutMDC contractj '410
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
SECTION 2.0 SPECIAL CONDITIONS
TENNIS AND SPORTS COURT REPAIR AND RENOVATION
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY:
The purpose of this Invitation To Bid is to establish a contract for the purchase of Tennis
and Sports Court Repair and Renovation in conjunction with the County's needs on an as
needed when needed basis.
2.2 Intentionally Omitted
2.3 Intentionally Omitted
2.4 TERM OF CONTRACT: TWELVE (12) MONTHS
This contract shall commence on the first calendar day of the month succeeding approval
of the contract by the Board of County Commissioners, or designee, unless otherwise
stipulated in the Notice of Award Letter which is distributed by the County's Department
of Procurement Management, Bids & Contracts Division; and contingent upon the
completion and submittal of all required bid documents. The contract shall remain in
effect for Twelve (12) months and upon completion of the expressed and/or implied
warranty period.
2.5 OPTION TO RENEW (2) TWO YEARS (With Price Adjustment)
The prices for a one (1) year period from effective date shall be consistent with the
provisions outlined in section 2.7 of these special terms and conditions; at which time
Dade County shall have the option to renew for an additional two (2) years on a year to
year basis. At that time Dade County will consider an adjustment to price based on CPI,
wage earners, Miami- Ft. Lauderdale. It shall be further understood that the County
reserves the right to reject any price adjustments submitted by the bidder and/or to
terminate the contract with the bidder based on such price adjustments. Continuation of
the contract beyond the initial period is a County prerogative; not a right of the bidder.
This prerogative may be exercised only when such continuation is clearly in the best
interest of the County.
In the event that the bidder declines the County's right to exercise the option
period, the County will consider the successful bidder in default and affect its
eligibility for future contracts.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO
RENEW, IT SHALL BE ONLY FOR THOSE ITEMS
ORIGINALLY AWARDED.
1
MIAMI-DADE COUNTY BID NO.: 694I-2/04-OTR-CW
2.6 METHOD OF AWARD
Award to all responsive, responsible Bidders who meet or exceed the minimum
qualifications established. in section 3 shall be placed on a list of pre -qualified Con-
tractors who will be contacted by the County. The County shall be the sole determiner of
who meets the minimum qualifications. The County at its sole option may reopen the
qualification process should at any time during the contract term, there be less than three
(3) pre -qualified GC Contractors, or Specialty Trade Contractors.
2.7 PRICING
Price quotes by Contractor(s) shall be in the form of a lump sum (unless notified other
wise) and includes all labor, materials, and equipment, and any other items identified by
the Conuty in the request for quotations, necessary to perform the work. The County shall
notify the contractors at the time of requesting quotations as to the requirements for work,
including, but not limited to; time for completing the work, pre -quote meeting andlor site
visit, if the County will pull permits, liquidated damages (if applicable), if the work is to
be performed at night, or weekends, etc.
All contractors shall submit a list of wage rates to be paid to each trade classification of
the project, with the amount of health benefits paid in cash, or a copy of health policy.
The County, at its sole discretion, may reject quotations where the County determines
that the Contractor(s) has submitted a price that is insufficient to perform the work or is
in excess of the County's estimate to perform the work.
2.8 Intentionally Omitted
2.9 Intentionally Omitted
2.10 County Damages in Case Of Delay
The Contractor is obligated and guarantees to meet the stipulated completion date(s) set
forth in the RPQ. In the event of a delay in substantial completion beyond the date set
forth in the RPQ, as such time may be extended by the County as provided in this
contract, the County shall be paid for damages for such delay. In as much as the amount
of such damages and the loss to the County will be extremely difficult to ascertain, it is
hereby expressly agreed that such damages will be liquidated and paid as follows:
The Contractor shall pay to the County for each and every day of unexcused delay,
except Sundays and Holidays, the sum specified in the applicable RPQ, which is hereby
agreed upon not as a penalty but as liquidated damages.
The county shall have the right to deduct such liquidated damage assessments from any
monies due or which may thereafter become due to the Contractor under this contract;
and in case the amount which may become due hereunder shall be Tess than the amount of
2
MIAMI-DADE COUNTY
110
BID NO.: 6941-2/04-OTR-CW
liquidated damages due the County, The Contractor shall pay the difference upon demand
by the County.
Should the Contractor not pay the difference to the County, the County may also deny the
Contractor any future work under this contract or any other County contract until such
difference is paid to the County.
2.11 INDEMNIFICATION AND INSURANCE - (6) - CONSTRUCTION RELATED
CONTRACTS
Provider shall indemnify and hold harmless the County and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including
attorneys' fees and costs of defense, which the County or its officers, employees, agents
or instrumentalities may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind or nature arising out of , relating to or resulting from the
performance of this Agreement by the Provider or its employees, agents, servants,
partners principals or subcontractors. Provider shall pay all claims and losses in
connection therewith and shall investigate and defend all claims, suits or actions of any
kind or nature in the name of the County, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may issue
thereon. Provider expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by Provider shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the County or its officers,
employees, agents and instrumentalities as herein provided.
The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o
Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami,
Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance
coverage has been obtained which meets the requirements as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
B. Public Liability on a comprehensive basis in an amount not less than
$300,000 combined single limit per occurrence for bodily injury and
property damage. Policy shall be endorsed to include Broad Form
Property Damage. Dade County must be shown as an additional insured
with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than
$100,000 combined single limit per occurrence for bodily injury and
property damage.
The insurance coverage required shall include those classifications, as listed in
3
MIAMI-DADE COUNTY
•
BID NO.: 6941-2/04-OTR-CW
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.
or
The company must hold a valid Florida Certificate of Authority
as shown in the latest "List of All Insurance Companies
Authorized or Approved to Do Business in Florida", issued by
the State of Florida Department of Insurance and are members
of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance shall be made
without thirty (30) days written advance notice to the certificate holder.
NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST
APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the vendor of his
liability and obligation under this section or under any other section of this
Agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance
documents within fifteen (15) calendar days after Board of County Commission
approval. If the insurance certificate is received within the specified time frame
but not in the manner prescribed in this Invitation To Bid, the Bidder shall be
verbally notified of such deficiency and shall have an additional five (5) calendar
days to submit a corrected certificate to the County. If the Bidder fails to submit
the required insurance documents in the manner prescribed in this Invitation To
Bid within twenty (20) calendar days after Board of County Commission
approval, the Bidder shall be in default of the contractual terms and conditions
and shall not be awarded the contract. Under such circumstances, the Bidder may
be prohibited from submitting future Proposal to the County in accordance with
Section 1.0, para 1.6 of the General Terms and Conditions.
4
•
MIAMI-DADE COUNTY BID NO.: 694I-2/04-OTR-CW
The Bidder shall be responsible for assuring that the insurance certificates
required in conjunction with this Section remain in force for the duration of the
contractual period; including any and all option years that may be granted to the
Bidder in accordance with Section 2.5 of the Special Conditions. If insurance
certificates are scheduled to expire during the contractual period, the Bidder shall
be responsible for submitting new or renewed insurance certificates to the County
at a minimum of thirty (30) calendar days in advance of such expiration. In the
event that expired certificates are not replaced with new or renewed certificates
which cover the contractual period, the County shall suspend the contract until
such time as the new or renewed certificates are received by the County in the
manner prescribed in the Invitation To Bid; provided, however, that this
suspended period does not exceed thirty (30) calendar days. If such suspension
exceeds thirty (30) calendar days, the County may, at its sole discretion, terminate
this contract for cause and seek re -procurement charges from the Bidder in
conjunction with Section 1.10 of the General Terms and Conditions.
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 Tennis and
Sport Court work issued by the State or County Examining Board qualifying said person,
firm, corporation or joint venture to perform the work proposed. If work for other trades
is required in conjunction with this Bid Solicitation and will be performed by a
subcontractor(s), an applicable Certificate• of Competency issued to the subcontractor(s)
shall be submitted with the Bidder's proposal; provided, however, that the County may at
its option and in its best interest allow the Bidder to supply the to the County during the
bid evaluation period.
2.15 METHOD OF PAYMENT: INVOICE MATCHED TO WORK ORDER
The successful Bidder(s) shall submit an invoice which reflects the appropriate purchase
order number and work location to the County using department that issued a Work
Order to the Bidder(s). The date of the invoice shall not exceed thirty (30) calendar days
from the completion and acceptance of the work requested through the Work Order.
Under no circumstances shall the invoice be submitted to the County in advance of the
completion and acceptance of the work. The invoice shall reference the corresponding
Work Order number.
5
w
MIAMI-DADE COUNTY
4
BID NO.: 6941-2/04-OTR-CW
2.16 Intentionally Omitted
2.17 Intentionally Omitted
2.18 Intentionally Omitted
2.19 GUARANTEE AGAINST DEFECTS SHALL BE Three Hundred Sixty -Five (365).
CALENDAR DAYS
The bidder shall, in addition to all other guarantees, be responsible for faulty labor and
defective material and equipment within a period of Three Hundered Sixty -Five (365)
calendar days after date of acceptance of the labor, material and/or equipment by the
County. The bidder shall promptly correct these deficiencies, without cost to the County,
within five (5) calendar days after the County notifies the bidder of such deficiencies in
writing. Payment in full for the work does not constitute a waiver of guarantee.
6
Ir
MIAMI-DADE COUNTY
BID NO.: 6941-2/04-OTR-CW
2.20 CONTACT PERSONS:
For any additional information regarding the specifications and requirements of this
contract, Contact: Edward Mason,CPPB at (305) 375-3900.
2.21 COUNTY -WIDE
Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida,
may avail itself of this contract and purchase any and all items specified herein from the
successful bidder(s) at the contract prices) established herein.
Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s)
resulting here from, will establish its own contract, place its own orders, issue its own
purchase orders, be invoiced therefrom and make its own payments, determine shipping
terms and issue its own exemption certificates as required by the bidder.
It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping
Terms", all prices shall be quoted, "FOB Destination." For entities other than those
belonging to Miami -Dade County or those located outside of the geographical boundaries
of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB
Destination, Prepaid and Charged Back" basis. This allowance shall only be made when
expressly authorized by a representative of the entity, prior to shipping the goods.
It is also understood and agreed that Dade County is not a legally binding party to any.
contractual agreement made between any governmental unit and the bidder as a result of
this bid.
SURCHARGE FEE AND QUARTERLY SUMMARY REPORT
Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this
contract is subject to a user surcharge fee in the amount of 2% on all sales to
governmental, not for profit or quasi governmental entity; OTHER THAN MIAMI-
DADE COUNTY, resulting from this contract or any contract resulting from this
solicitation and the utilization of the County contract price and the terms and conditions
identified herein.
Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in
a timely manner. Quarterly reports and all applicable payments must be submitted to
Department of Procurement Management (DPM)IAdrninistrative and Fiscal Division, no
later than 15 days after the end of each quarter, regardless of the value of sales during the
preceding quarter.
By submission of these sales summary reports and corresponding surcharge fees, the
vendor is attesting to their correctness. All such reports and fees shall be subject to audit
by Miami -Dade County.
7
J
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
Failure to submit the following Quarterly Surcharge Payment Report and make
applicable payments in a timely manner, may result in termination or cancellation of
contract with the non -conforming vendor and any and all remedies relating to the
collection of such fees shall be enforceable. Additionally, any re -procurement charges
may be charged to the vendor in default. Willful failure or falsification of sales reports or
failing to make timely payments of the surcharge fee shall constitute sufficient cause for
terminating the contract for cause of the non -conforming vendor.
8
•
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
MIAMI-DADE COUNTY
Department of Procurement Management (DPM)
111 N.W. 1st Street
Suite 2350
MIAMI, FLORIDA, 33128
(305) 375-5289
Vendor Instructions for Completing Quarterly Surcharge Payment Report:
1) Complete section 1, 2, 3, and sign form.
2) Enter amount of total amount paid with this summary.
4) Make check payable to Board of County Commissioners.
5) Attach check to report form and remit to:
Department of Procurement Management (DPM)
Administrative and Fiscal Division
111 NW 1st Street
Suite 2350
Miami, FL 33128
NOTE: Quarterly report must be submitted to Department of Procurement Management
(DPM)/Administrative and Fiscal Division, no later that 15 days after the end of each quarter,
regardless of the value of sales during the preceding quarter.
Start of Quarter
Report/Check (If Applicable)
Due
1 g Quarter — January 1— March 31
April 15
2nd Quarter - April 1 - June 30
July 15
3rd Quarter - July 1 - September 30
October 15
4th Quarter - October 1- December 31
January 15
9
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
MIAMI-DADE COUNTY
Department of Procurement Management
Administrative and Fiscal Division
111 NW 1st Street
Suite 2350
Miami, Florida 33128
(305) 375-5289
QUARTERLY SURCHARGE PAYMENT REPORT
SECTION 1 - Vendor/Contract Information: Date Submitted / /
Vendor Name FEIN #
Address
City State Zip Code
Contact Person Phone#
FAX# E-Mail
Contract# Tile
SECTION 2 - Applicable Reporting Period: (Check One)
Dan. 1 - March 31 July 1 - Sept. 30 ['April 1 - June 30 DOct. 1 - Dec. 31
(1st Quarter) (2"d Quarter) (3`d Quarter) (4th Quarter)
SECTION 3 - Summary:
1) Total Sales this Quarter $
2) 2% of all sales related to contract $
Total due to County for this quarter (LINE 2) $
By submission of this Quarterly Surcharge Payment Report and corresponding surcharge fees,
I certify the correctness of the information. I understand
that all reports and fees may be subject to an audit by Miami -Dade County or designee.
Authorized Signature Title/Position Held Date
10
•
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
IMPORTANT NOTICE TO VENDORS
This bid contains contractual language which allows municipal and quasi -governmental entities
to access the terms and conditions of the contract. After award the following entities will receive
copies of our contract Award Sheet. Please feel free to contact the Purchasing Agents listed
below to promote the usage of the commodities or services that you were awarded.
COUNTY -WIDE KEY CONTACT LIST
TOWN OF BAY HARBOR ISLANDS
ATTN: Joseph Fox
Sup. Public Works
9665 Bay Harbor Terrace
Bay Harbor Islands, FL 33154
(305) 866-6241
CITY OF CORAL GABLES
Att: Wayne Moody, Sr. Buyer
340 San Lorenzo Avenue
Coral Gables, Florida 33146
(305) 460-5102
CITY OF HIALEAH
Att: Manuel Rodriguez
501 Palm Avenue Room 304
Hialeah, Florida 33011
(305) 883-5865
CITY OF HOMESTEAD
Att: Purchasing Director
790 Homestead Blvd.
Homestead, Florida 33030-6299
(305) 247-1801, Ext. 188
CITY OF MIAMI BEACH
Att: Michael Rath
Procurement Director
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7490
CITY OF NORTH MIAMI BEACH
Att: Lynn Gribble
Purchasing Agent
17011 N.E. 19th Avenue
North Miami Beach, Florida 33162
(305) 948-2976
TOWN OF SURFSIDE
Att: Jeffrey I. Naftal,Town Clerk
9293 Harding Avenue
Surfside, Florida 33154
(305) 861-4863
CITY OF BOYNTON BEACH
Att: Lana Koester, Purchasing Agent
P.O. Box 310
Boynton Beach, Florida 33425-0310
(407) 738-7415
VILLAGE OF KEY BISCAYNE
Att: Tom Zannis, Finance Director
85 W. Mclntry Street
Key Biscayne, FL 33149
(305) 365-8903
VILLAGE OF VIRGINIA GARDENS
Att: Paul Bithom, Mayor
6498 N.W. 38th Terrace
Virginia Garden's, FL 33166
(305) 871-6104
11
MIAMI-DADE COUNTY
THE CITY OF MIAMI
Att: Judy S. Carter, Director
Purchasing Department
400 S.W. 2nd Avenue, 16th Floor
Miami, FL 33130
(305) 579-6845
CITY OF NORTH MIAMI
Att: Pam Thompson, Director
Purchasing Department
P.O. Box 610847
North Miami, Florida 33261-0847
(305) 893-6511, Ext. 2135
CITY OF AVENTURA
Att: Glen Marcos
2999 NE 191 st Street
Aventura, FL 33187
(305) 466-8900
CITY OF NORTH BAY
VILLAGE -POLICE DEPT.
Att: F.B. Dunphy, Chief of Police
7903 East Drive
North Bay Village, FL 33141
(305) 758-2626
MIAMI DADE COMMUNITY COLLEGE
Att: Linda Pagliaro
Director of Purchasing
11011 S.W. 104th Street
Miami, FL 33176
(305) 237-2400
CITY OF OPA-LOCKA
Att: Rona M. Sandler
Purchasing Director
12950 Lejune Rd
Opa-Locka, FL 33054
(305) 953-2825
ONO
BID NO.: 6941-2/04-OTR-CW
UNIVERSITY OF MIAMI
Att: Susan Montes
Director of University Purchasing
P.O. Box 248184
Coral Gables, FL 33124
(305) 243-3464
INDIAN CREEK VILLAGE
Att: Melissa Garcia
Purchasing Department
9080 Bay Drive
Indian Creek, FL 33154
(305) 365-4121
CITY OF HALLANDALE
Att: E. Dent McGough, Director
Central Services Department
400 S. Federal Highway
Hallandale, Florida 33009
(954) 457-133.1
MIAMI SHORES VILLAGE
Att: John Rumble/Scott Davis
Purchasing Department
1701 N.W. 103 Street
Miami Shores, FL 33147
(305) 795-2210
CITY OF DEERFIELD BEACH
Att: Donna M. Council
Purchasing Agent
210 Goolsby Blvd.
Deerfield, Florida 33442
(954) 480-4380
DADE COUNTY PUBLIC SCHOOLS
Att: Joe Gomez, Director
Division of Procurement Mgt.
1450 N.E. 2nd Avenue
Miami, Florida 33432
(305) 995-1364
12
/1110
MIAMI-DADE COUNTY
CITY OF OAKLAND PARK
Att: Larry Fagen,
Purchasing Agent
3650 N.E. 12th Avenue
Oakland Park, FL 33334
(305) 561-6105
BAL HARBOUR VILLAGE
Att: Purchasing Agent
655 96th Street
Bal Harbour, Florida 33154
(305) 866-4633
BROWARD COMMUNITY COLLEGE
Att: Janet Rickenbacker
Purchasing Director
225 E. Las Olas Blvd.
Ft. Lauderdale, FL 33301
(954) 761-7455
BROWARD COUNTY
Att: Glenn R. Cummings
Purchasing Director
115 So. Andrews Ave. Room 212
Ft. Lauderdale, FL 33301
(954) 357-6070
DEPARTMENT OF OFF STREET PARKING
Purchasing Office
Att: Carlos Vilches
190 N.E. 3 Street
Miami, FL 33132
(305) 373-6789
SOUTH FL. WATER MGT DISTRICT
Att: Julie Stern
Procurement & Contract Admin.
3301 Gun Club Road
West Palm Beach, FL 33406
(407) 686-8800
BID NO.: 6941-2/04-OTR-CW
CITY OF MIAMI SPRINGS
Att: John M. Benson
Purchasing Director
201 Westward Drive
Miami Springs, FL 33I66
(941) 339-6260
CITY OF HOLLYWOOD
Att: John L. Weyrauch
P.O. Box 229045
Hollywood, Florida 33022-9045
(954) 921-3210
CITY OF MARGATE
Att: Patricia Greenstein
Purchasing Agent
5790 Margate Blvd.
Margate, FL 33063
(954) 972-6454
CITY OF SOUTH MIAMI
Att: Kathy Vazquez
Purchasing Director
6130 Sunset Drive
South Miami, FL 33143
(305) 663-6339
JACKSON MEMORIAL HOSPITAL
Purchasing Office
Att: Tom Przybyski, Director
1611 N.W. 12th Ave.
Miami, FL 33136
(305) 585-2289
CITY OF WEST PALM BEACH
Att: Purchasing Manager
1045 Charlotte Ave.
West Palm Beach, FL 33401
(407) 659-8036
13
4110
MIAMI-DADE COUNTY
STATE OF FLORIDA DADE COUNTY
DEPARTMENT OF HEALTH
Att: Donald E. Young
Purchasing Agent I
1350 N.W. 14th Street,
Bldg. 1, Room 202
Miami, FL 33125
(305) 324-2416
BROWARD COUNTY SHERIFF'S OFFICE
Att: Leslie A. Dell
2601 W. Broward Boulevard
Fort Lauderdale, FL 33312
(954) 831-8170
CITY OF FLORIDA CITY
Att: Sonia Young Hernandez
404 W. Palm Drive
Florida City, FL 33034
(305) 247-8221, Ext. 124
TOWN OF GOLDEN BEACH
Interim Town Manager
1 Golden Beach Drive
Golden Beach, FL 33160
(305) 932-0744, Ext. 21
DORIS 1SON SOUTH DADE COMMUNITY
HEALTH CENTER
Att: Ivory L. Williams, Pro. Spec.
10300 S.W. 216th Street
Miami, FL 33190
(305) 253-5100
CITY OF WEST MIAMI
Att: Yolanda Aguilar,
City Manager
901 S.W. 62nd Avenue
West Miami, FL 33144
(305) 266-1122
4110
BID NO.: 6941-2/04-OTR-CW
CITY OF PEMBROKE PINES
Att: David E. Fitzgerald,
Buyer
P.O. Box 9000
Pembroke Pines, FL 33084
(954) 435-6717
TRI-COUNTY RAIL AUTHORITY
Att: Jane Davis -Ember
Purchasing Department
305 South Andrews Avenue
Fort Lauderdale, FL. 33301
(954) 728-8512
TOWN OF DAVIE
Att: Herb Hyman,
Procurement Manager
6591 Orange Drive
Davie, FL 33314
(954) 797-1016
CITY OF SUNRISE
Att: Marsha Peterson
10770 W. Oakland Park Blvd.
Sunrise, FL 33351
(954) 572-2274
CITY OF RIVIERA BEACH
Att: Veronique Rellford
Purchasing Director
2391 Ave. "L"
Riviera Beach, FL 33404
(407) 845-4180
PALM BEACH COUNTY SHERIFF'S OFFICE
Att: Lisette Alfonso
Purchasing Manager
415 Gator Dr
Lantana, F133462
(407) 533-1225
14
MIAMI-DADE COUNTY
BID NO.: 6941-2/04-OTR-C W
CITY OF BOCA RATON
Att: Carol Thomas,
Purchasing Manager
201 W Palmetto Park Rd
Boca Raton, FL 33432
(407) 393-7876
CITY OF MIAMI SPRINGS
Att: John M. Benson
201 Westward Drive
Miami Springs, FL 33166
(954) 885-4581
CITY OF POMPANO BEACH
Att: Ernie Siegrist,
General Servs. Director
P.O. Drawer 1300
Pompano Beach, FL 33061
(954) 786-4098
CITY OF SUNNY ISLES BEACH
ATTN: Charlene Coletta
17070 Collins Ave., Suite 250
Sunny Isles Beach, FL 33160
(305) 947-0606
2.22 ACCIDENT PREVENTION AND REGULATIONS:
Precautions shall be exercised at all times for the protection of persons and property. All
Contractors and Sub -Contractors shall conform to all OSHA, State and County
regulations while performing under the Terms and Conditions of this contract. Any fines
levied by the above mentioned authorities because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
2.23 CLEAN-UP
All unusable materials and debris shall be removed from the premises. At completion,
the successful bidder shall thoroughly clean up all areas where work has been involved as
mutually agreed with the Department Project Manager.
2.24 COST ESTIMATES FOR EACH PROJECT
The successful bidder(s) shall be required to submit a written estimate on each
prospective project before a work order is issued. The estimate must reflect the regular
hourly wages for each classification represented in this bid and the percentage discounts
or mark-ups for materials and equipment that were quoted by the bidder on its Bid Pro-
posal form. The estimate shall be itemized by the number of work hours per
classification and by the cost of materials and equipment. Lump sum estimates shall not
be accepted. The County reserves the right to award the project to the lowest bidder
based on the written estimate or to reject all estimates based on price and obtain the
required services from another source of supply. The actual charge to the County shall
not exceed ten percent (10%) of the Bidder's estimate without the expressed prior
approval from an authorized agent of the County.
15
MIAMI-DADE COUNTY
2.25 EMERGENCY SERVICE:
BID NO.: 6941-2/04-OTR-CW
The successful bidder shall provide 24 hours, 7 days a week Emergency Service to the
County under the contract. During regular working hours (Monday through Friday, 8:00
A.M. to 5:00 P.M.) , Emergency Service response time shall be within three (3) hours
after notification by the County. During other than regular working hours, the emergency
response time shall be within six (6) hours after notification by the County, a minimum
labor charge of four (4) hours per employee responding to emergency calls other than
regular working hours shall be allowed.
2.26 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE
BIDDER
Unless otherwise provided in Section 3 of this Solicitation entitled "Technical
Specifications", the Bidder shall furnish all labor, material and equipment necessary for
satisfactory contract performance. When not specifically identified in the technical
specifications, such materials and equipment shall be of a suitable type and grade for the
purpose. All material, workmanship, and equipment shall be subject to the inspection
and approval of the County's Project Manager.
2.27 LICENSES, PERMITS AND FEES
The bidder shall obtain and pay for all licenses, permits and inspection fees required for
this project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein. Damages, penalties and or
fines imposed on the County or the bidder for failure to obtain required licenses, permits
2.28 LIMITATION OF EXCLUSIVE CONTRACT SHALL BE $ 125,000.00 PER
PROJECT
Although the purpose of this Solicitation is to secure a contract that can satisfy the total
needs of the County or of a specific County agency, it is hereby agreed and understood
that this Solicitation does not constitute the exclusive rights of the successful Bidder(s) to
receive all orders that may be generated by the County in conjunction with this
Solicitation. Accordingly, the County reserves the right either to seek a separate bid for
any project exceeding $ 125,000.00 or to seek the services of the awarded bidder.
2.29 , LOCAL OFFICE SHALL BE AVAILABLE
The Bidder shall maintain an office within the geographic boundaries of Dade or
Broward Counties, Florida. This office shall be staffed by a competent company
representative who can be contacted during normal working hours and who is authorized
to discuss matters pertaining to the contract.
16
lo
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
2.30 NOTIFICATION TO BEGIN WORK SHALL BE GIVEN THROUGH A WORK
ORDER:
The Bidder shall neither commence any work nor enter a County work premise until a
Work Order directing the Bidder to proceed with various items of work has been
received from any authorized County representative; provided however, that such
notification shall be superseded by any emergency work that may be specified in the
Special or Technical Specifications.
2.31 ORDINANCE 90-143 WILL APPLY:
Bidders are advised that Metropolitan Dade County Ordinance 90-143 will apply to this
contract and that the requirements of this ordinance are spelled out in the Supplemental
General Condition Section of the bid documents.
2.32 CLEARINGHOUSE FOR POSTING NOTICE OF JOB OPPORTUNITIES
RESOLUTION NO. 937-98:
The contractor is hereby advised of Resolution No. 937-98, Clearinghouse for Posting
Notice of Job Opportunities Resulting From the Construction of Improvements on
County Property. Should the contractor choose to participate in the clearinghouse the
procedures direct the contractor to deliver a total of fifty (50) photocopies of a notice of
job vacancy(ies) created as a result of this construction work to the Director of the
employee Relations Department, located at Stephen P. Clark Center, 111 NW Street,
Suite 2110, Miami, Florida 33128. The job vacancy notices should be delivered within
five (5) working days following award of contract. The Director of the Employee
Relations Department will in turn distribute said job announcements to all Miami -Dade
17
410 •
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
2.33 RELEASE OF CLAIM REQUIRED
Pursuant to Florida Statute 255.05 and Metropolitan Dade County Code Section 10-35,
all payments to the bidder's subcontractors shall be made within ten (10) days of receipt
of the draw by the bidder. With the exception of the first draw, the bidder must pay all of
its subcontractors and suppliers who have performed any work or supplied any materials
for the project within ten (10) days after receipt of the draw by the bidder for monies due
it as a result of a percentage of the work completed. The bidder must provide the
County's project manager with duly executed affidavits (subcontractor's statement of
satisfaction) or releases of claim from all subcontractors and suppliers who have
performed any work or supplied any materials for on the project as of that date. The
affidavit or releases shall certify that said subcontractors and suppliers have been paid
their proportionate share of all previous draws. In the event such affidavits cannot be
furnished, the bidder may submit an executed consent of surety to requisition payment;
identifying the subcontractors and suppliers with the amounts for which the statement of
satisfaction cannot be fumished. If the bidder fails to provide a consent of surety to
requisition payment, the amount in dispute will be withheld until either the statement of
satisfaction is furnished, or the consent of surety to requisition payment is furnished.
2.34 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED
IMPORTANT NOTE: THIS REQUIREMENT IS SEPARATE AND
INDEPENDENT FROM BBE REQUIREMENTS AS MAY BE STATED IN
PARAGRAPH 2.3
As part of its Bid Proposal, the Bidder is required to identify any and all Subcontractors
that will be used in the performance of the proposed contract, their capabilities and
experience, and the portion of the work to be done by the subcontractor. The competency
of the Subcontractor(s) with respect to experience, skill, responsibility and business
standing shall be considered by the County when making the award in the best interest of
the County. If the bidder fails to identify any and all sub -contractors in the Bid Proposal,
the bidder may be allowed to submit this documentation to the County during the bid
evaluation period if such action is in the best interest of the County.
2.35 SUPERINTENDENT SHALL BE SUPPLIED BY THE BIDDER
The successful Bidder shall employ a competent superintendent who shall be in
attendance at the project site during the progress of the work. The superintendent shall be
the primary representative for the Bidder and all communications given to and all
decisions made by the superintendent shall be binding to the Bidder. Notwithstanding, the
superintendent shall be considered to be, at all times, an employee of the Bidder under its
sole direction and not an employee or agent of Dade County.
18
J
MIAMI-DADE COUNTY
19
BID NO.: 6941-2/040TR-CW
2.36 WORK ACCEPTANCE
This project will be inspected by an authorized representative of the County. This
inspection shall be performed to determine acceptance of work, appropriate invoicing,
and warranty conditions.
2.37 WORK ORDERS SHALL BE GENERATED FOR EACH PROJECT
The County's authorized representative shall generate and issue a Work Order for each
project to be performed under this Solicitation and subsequent Contract. The Work Order
shall include the location, description and plans, if necessary, covering the scope of work
to be completed. The Work Order shall also include a cost estimate calculated by the
County for the work listed on the Work Order. This estimate shall be based on the prices
total on the Bidder's Proposal. For purposes of identification and payment, the Work
Order shall be numbered and dated. The preliminary Work Order describing the
description of work and cost estimates shall be issued to Bidder(s) which have been
qualified to perform work under this. Solicitation. The Bidder(s) shall be required to
supply the County's authorized representative with a written price proposal within a time
frame specified by the County. If multiple Bidders are solicited, the County shall select
the lowest price proposal; provided that the price proposal does not exceed the dollar
estimate calculated by the County. If a single Bidder is solicited, the price proposal shall
be accepted; provided that . the price proposal does not exceed the dollar estimate
calculated by the County. The selected Bidder's name shall then be entered on the Work
Order and issued to the Bidder. The Work Order shall also direct the Bidder to
commence work on a certain day and it shall specify the amount of time allotted for
completion of work covered by the Work Order. All work covered by a Work Order
shall constitute a Contract Schedule.
19
MIAMI-DADE COUNTY BID NO.: 6941-2/04-OTR-CW
SECTION 3.0 TECHNICAL SPECIFICATIONS
TENNIS AND SPORTS COURT REPAIR AND RENOVATION
3.1 SCOPE
Furnish all labor, materials, tools, equipment, transportation services and incidentals,
necessary for the repair and/or renovation of tennis and/or Sports Courts, including multi-
purpose, volleyball, etc.
3.2 GENERAL
All materials and installations required shall be in accordance with the applicable
portions of the latest edition of the Florida Department of. Transportation Standard
Specifications for Road and Bridge Construction, and its supplements with changes
pertaining thereto, and with the provisions of these Contract Documents. Further, the
applicable portions of the South Florid Building Code and the U.S. Tennis Court & Track
Builders Association shall apply to this contract.
3.3 MINIMUM PRE -QUALIFICATION REQUIREMENTS
Award of this contract will be made to all responsive, responsible bidders who provide
evidence, that they meet or exceed the minimum criteria established below:
A) Membership in the U.S. Tennis Court & Trade Builders Association.
B) Copy of State of Florida , General Building/Engineering Contractor license,
registered with Miami -Dade County, or a Miami -Dade General
Building/Engineering Contractor, or Specialty Trade license.
C) Phone Number for twenty - four (24) hour, seven days a week, facsimile
communication.
An individual to answer telephone communication during normal hours (Monday
thru Friday), and a answering machine for occasions that an individual is not
available.
E) Emergency phone number , and contact person for all emergencies .
20