Loading...
HomeMy WebLinkAboutinvitation to bidBID NO.: 7388-4/08-OTR OPENING: 2:00 P.M. WEDNESDAY August 13, 2003 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE FURNISH AND/OR DELIVERY VARIOUS BUILDING MATERIALS (INCLUSIVE OF LUMBER, PLYWOOD, DOORS & HARDWARE), PRE -QUALIFICATION OF BIDDERS FOR A ONE (1) YEAR PERIOD WITH THE COUNTY OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEARS ON A YEAR TO YEAR BASIS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND - CATALOGUE AND LISTS• CERTIFICATE OF COMPETENCY: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: LIVING WAGE PRE -BID CONFERENCE/WALK-THRU: RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SECTION 3 - MDHA• SITE VISIT/AFFIDAVIT: SURCHARGE FEE: WRITTEN WARRANTY: SEE SECTION 2.0, PARAGRAPH 2.2 FOR INFORMATION CONTACT: CARLOS SCULL @ 305-375-4947 MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION FAILURE TO SIGN PAGE 12 OF SECTION 4.0, BID PROPOSAL FORM WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 7388-4/08-otr Title: BUILDING MATERIAL Procurement Agent: _Carlos Scull Bids will be accepted until _2:00 p.m. on Wed, 8/13/2003 At the: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1st Street 17th Floor, Suite 202 Miami, Florida 33128-1983 Bids will be publicly opened. The County provides equal access and does not discriminate on the basis of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and three copies of the Bid proposal, plus attachments if applicable. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: FAILURE TO SIGN THE BID PROPOSAL FORM WILL RENDER YOUR BID NON -RESPONSIVE. Miami -Dade County Bid No.: 7388-4/48-OTR SECTION 1 GENERAL TERMS AND CONDITION 1.1. DEFINITIONS Bid — shall refer to any offer(s) submitted in response to this solicitation. Bidder — shall refer to anyone submitting a Bid in response to this solicitation. Bid Solicitation — shall mean this solicitation documentation, including any and all addenda. Bid Proposal Form — defines the requirement of items to be purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space on each page. County — shall refer to Miami -Dade County, Florida DPM — shall refer to Miami -Dade County's Department of Procurement Management, Bids and Contracts Division. Enrolled Vendor — EFFECTIVE JULY 8, 2002, shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County, but has not yet registered. Registered Vendor — shall refer to a firm that has completed the Miami -Dade County Business Entity Registration Application and has satisfied all requirements to enter in to business agreements with the County. For additional information about on-line vendor enrollment or vendor registration contact the Vendor Information Center at 111 N.W. 1" Street, Suite 112, Miami, FL 33128, Phone 305- 375-5773. EFFECTIVE JULY 1, 2002, vendors will be able to enroll and register online by visiting our web site at httn://miainidade,gov and click on "Business". 1.2. INSTRUCTIONS TO BIDDERS A. Bidder Qualification It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. Vendors may enroll with the County to be included on a mailing list for selected categories of goods and services. To be eligible for ward of a contract (including small purchase orders), Bidders must complete a "Miami -Dade County Business Entity Registration Application". Only Registered Vendors can be awarded County contracts. Vendors are encouraged to register with the County anytime by contacting the Vendor Information Center at 305-375-5287. The County endeavors to obtain the participation of all qualified minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, at 175 N.W. 1" Avenue, 28'' Floor, Miami, FL 33123-1844, or telephone at 305-349-5960. County employees wishing to do business with the County are referred to Section 2- 11.1(d) of the Miami -Dade County Code. B. Vendor Registration To be recommended for award the County require that vendors complete a Miami -Dade County Business Entity Registration Application with all required disclosure affidavits. The Miami - Dade County Business Entity Registration Application must be returned to the Department of Procurement Management (DPM), Bids and Contracts Division within Fourteen (14) days of notification of the intent to recommend for award. In the event the Miami -Dade County Business Entity Registration Application is not properly completed and returned within the specified time, the County may award to next lowest responsive Bidder. The Bidder is responsible for obtaining the Miami -Dade County Business Entity Registration Application and all affidavits by downloading from DPM's website at http://miamidade.gov and click on "Business" or from the Vendor Information Center, located in the lobby of the Stephen P. Clarke Center at 111 N.W. 1" Street, Miami, FL. In becoming a Registered Vendor with Miami -Dade County, the vendor confirms its knowledge of and commitment to comply with the following: 1. Disclosure of Employment — pursuant to Section 2-8.I(d) of the County Code. 2. Disclosure of Ownership Affidavit — pursuant to Section 2- 8.1(d) of the County Code. 3. Drug -Free Affidavit — pursuant to Section 2-8.1.2(b) of the County Code. 4. W-9 and 8109 Forms — The vendor must furnish these forms as required by the Internal Revenue Service. 5. Social Security Number — The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.I.N,). 6. Americans with Disabilities Act (A.D.A.) Affidavit— It is the policy of the County to comply with all requirements of County Resolution R182-00 and the A.D.A. 7. Collection of Fees, Taxes and Parking Tickets Affidavit — pursuant to Section 2-8.1 (e) of the County Code. 8. Conflict of interest and Code of Ethics — pursuant to Sections 2-8.1(1) and 2-I1.1(b) (1) through (6) and (9) of the County Code and County Ordinance No. 00-1 amending Section 2- 11.1(c) of the County Code. 9. Code of Business Ethics — pursuant to Section 2-8. I (i) of the County Code. 10. Debarment Disclosure Affidavit — pursuant to County Code 10-38. 11. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 12. Minority and Disadvantaged Business Enterprises. The County endeavors to obtain the participation of all minority and disadvantaged business enterprises pursuant to Sections 2-8.2, 2-8.2.3 and 2-8.2.4 of the County Code and Title 49 of the Code of Federal Regulations. 13. Individuals and Entities Doing Business with the County not current in their obligations to the County — pursuant to Sections 2-8.1 (h) and 2-11.1(b)(8) of the County Code. Nondiscrimination pursuant to Section 2-8.1.5 of the County Code. 14 Nondiscrimination pursuant to Section 2-8.1.5 of the County Code. 15 Family Leave - Pursuant to Section 11A-30 of the County Code. 16 Living Wage — Pursuant to Section 2-8.9 of the County Code. 17 Domestic Leave — Pursuant to Section 11A-60 of the County Code. 18 Antitrust Laws — By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida. C. PUBLIC ENTITY CRIMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. -TI- Miami -Dade County Bid No.: 7388-4/08-OTR D. Request for Additional Information 1. Pursuant to Section 2-11.I(t) of the County Code, all Bid Solicitations, once advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Silence". Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the Procurement Agent identified on the front page of the solicitation. Such inquiries or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet with Bidder's facsimile number. The requestor must also file a copy of this written request with the Clerk of the Board, I11 NW 1' Street, 17u' Floor, suite 202, Miami, Florida 33128-1983 or email clerkbcc@iniamidade.gov. 2. The Department of Procurement Management may issue an addendum in response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions or requirements of the solicitation. The Bidder should not rely on any representation, statement or explanation whether written or verbal, other than those made in this Bid Solicitation document or in any addenda issued. Where there appears to be a conflict between this Bid Solicitation and any addenda, the last addendum issued shall prevail. 3. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation, The Bidder is required to submit with its Bid a signed "Acknowledgment of Addenda" form, when any addenda have been issued. E. Contents of Bid Solicitation and Bidders' Responsibilities 1. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Pleas of ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. 2. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State and local. 3. It is the responsibility of the Bidder/Proposer, prior to conducting any lobbying reuardine This solicitation to file the appropriate form with the Clerk of the Board statine that a particular lobbyist is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer to file the appropriate form required, in relation to each solicitation, may be considered as evidence that the Bidder/Proposer is not a responsible contractor. F. Change or Withdrawal of Bids 1. Changes to Bid - Prior to the scheduled Bid opening a Bidder may change its Bid by submitting a new Bid, (as indicated on the cover page) with a letter in writing on the firms letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only written a letter received by the DPM Bids and Contracts Division prior to the Bid opening date may withdraw a bid. A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Bidder. G. Conflicts Within The Bid Solicitation Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Proposal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Proposal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. H. Prompt Payment Terms 1. It is the policy of Miami -Dade County that payment for all purchases by County agencies and the Public Health Trust shall be made in a timely manner and that interest payments be made on late payments. In accordance with Florida Statutes, Section 218.74 and Section 2-8.1.4 of the Miami - Dade County Code, the time at which payment shall be due from the County or the Public Health Trust shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses and minority and women business enterprises shall be thirty (30) days from receipt of a proper invoice. All payments due from the County or the Public Health Trust, and not made within the time specified by this section, shall bear interest from thirty (30) days after the due date at the rate of one percent (I%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or her designee(s), not later than sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. 2. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid proposal signature page of the solicitation. 1.3. PREPARATION OF BIDS A. The Bid proposal form defines requirements of items to be purchased, and must be completed and submitted with the Bid. Use of any other form will result in the rejection of the Bidder's offer. B. The Bid proposal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. C. An authorized agent of the Bidder's firm must sign the Bid proposal form. FAILURE TO SIGN THE BID PROPOSAL FORM SHALL RENDER THE BID NON- RESPONSIVE, D. The Bidder may be considered non -responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation. E. The Bidder may submit alternate Bid(s) for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted on a separate Bid proposal marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. 1.4. CANCELLATION OF BID SOLICITATION Miami -Dade County reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the County. 1.5. AWARD OF BID SOLICITATION A. This Bid may be awarded to the responsible Bidder meeting all requirements as set forth in the solicitation. The County Miami -Dade County Bid No.: 7388-4/08-OTR reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re -advertise for all or any part of this Bid Solicitation as deemed in its best interest. The County shall be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, best offers are determined to be unreasonable, or it is otherwise determined to be in the County's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remain the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Miami -Dade County. Firms domiciled in Miami -Dade County must present a copy of their Miami -Dade County issued Occupational License. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a prime contractor or subcontractor on previous County contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an appropriately sized self-addressed stamped envelope. Bid results will not be given by telephone or facsimile. Please allow ten (10) calendar days after Bid opening for mailing. H. The Bid Solicitation, any addenda and/or properly executed modifications, the purchase order, and any change order(s) shall constitute the contract. I. In accordance with Resolution R-1574-88 the Director of Bids and Contracts Division will decide all tie Bids. J. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. 1.6. CONTRACT EXTENSION A. The County reserves the right to exercise its option to extend a contract for up to ninety (90) calendar days beyond the current contract period. In such event, the County will notify the successful Bidder(s) in writing of such extensions. B. This contract may be extended beyond the initial ninety (90) day extension upon mutual agreement between the County and the successful Bidder(s). 1.7. WARRANTY All warranties, express and implied, shall be made available to the County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.8. ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this Bid Solicitation. Estimates are based on the County's actual needs and/or usage during a previous contract period. The County may use these estimates to determine the low Bidder. 1.9. NON -EXCLUSIVITY It is the intent of the County to enter into an agreement with the successful Bidder that will satisfy its needs as describe herein. However, the County reserves the right as deemed in its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the work with its own employees. 1.10. LOCAL PREFERENCE "Local Preference may be accorded to bidders (proposers) responding to this solicitation who qualify as a local business in accordance with Section 2-8.5 of the Miami -Dade County Code and Resolution No. R-514-02." 1.11. PURCHASES BY OTHER PUBLIC OR NOT -FOR PROFIT ENTITIES A. Purchases under the contract to be awarded may be made by other public, not -for -profit agencies or political subdivisions within the State of Florida. Such entities purchases shall be governed by the same terms and conditions stated herein and subject to a 2% user surcharge fee. B. Each governmental, not -for -profit or quasi -governmental entity that uses this contract shall provide to the DPM a report of purchases made under this contract on a quarterly basis as outlined in the attached "Quarterly Agency Report" form. 1.12. CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the successful Bidder, continue until completion at the same prices, terms and conditions. 1.13. BID PROTEST A. A recommendation for contract award or rejection of award may be protested by a Bidder in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the County Code, as amended, and as established in Administrative Order No.3-21. B. To initiate a Bid protest, the protester shall present to the Clerk of the Board a non-refundable filing fee, payable to the Clerk of the Board, in accordance with the schedule provided below: Award Amount Filing Fee $25,000-$100,000 $500 $100,001-$500,000 $1,000 $500,001-$5 million $3,000 Over $5 million $5,000 In the event a Bidder wishes to protest any part of the General Conditions, Special Conditions and/or Technical Specifications contained in the Bid Solicitation it must file a notice of protest in writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation. Failure to file a timely notice of protest will constitute a waiver of proceedings. C. For award recommendations greater than $100,000 the following shall apply: When a letter of intent to award a Bid Solicitation has been communicated (mail, faxed or emailed) to each competing Bidder and filed with the Clerk of the Board, a Bidder wishing to protest said award recommendation shall file a protest with the clerk of the Board within ten (10) working days of the date of award recommendation letter. Within two (2) days of that filing, the protester shall provide the County Attorney and each Bidder with a copy of each document that was filed with the protest. Failure to timely file the written protest shall constitute a waiver of the right to protest the award recommendation. D. For award recommendations from $25,000 to $100,000 the following shalt apply: Each Monday, in the lobby of the Stephen P. Clark Center, located at 111 N.W. 1' Street, award recommendations are posted. Participants may also call the Awards Line at 305- 375-4724, or 800-510-4724, or the contact person as identified on the cover page of the Bid Solicitation. Any -IV- Miami -Dade County Bid No.: 7388-4/08-OTR Bidder wishing to protest such recommendations shall file a protest with the Clerk of the Board within five (5) working days of the posting and submit a $500 non-refundable filing fee. 1.14. RULES, REGULATIONS AND LICENSES The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state and local laws that may in affect the goods and/or services offered. 1.15. PACKAGING Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with Resolution No. 738-92, 1.16. SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the successful Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default. When Subcontracting is allowed the Bidder shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and County Ordinance No. 97-35. 1.17. ASSIGNMENT The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. 1.18. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.19. RESPONSIBILITY AS EMPLOYER The employee(s) of the successful Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder to remove any employee it deems unacceptable. All employees of the successful Bidder shall wear proper identification. 1.20. INDEMNIFICATION The successful Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attomey's 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 the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder 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 be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 1.21. COLLUSION Where two (2) or more related parties, as defined herein, each submit a Bid or proposal for any contract, such Bids shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such Bids. Related parties shall mean Bidder or the principals thereof which have a direct or indirect ownership interest in another Bidder for the same contract or in which a parent company or the principals thereof of one (1) Bidder have a direct or indirect ownership interest in another Bidder for the same contract. Furthermore, any prior understanding, agreement, or connection between two or more corporations, firms, or persons submitting a bid for the same materials, supplies, services, or equipment shall also be presumed to be collusive. Bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may be considered non - responsible, and may be suspended or debarred, and any contract resulting from collusive Bidding may be terminated for default. 1.22. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contract, purchase order, change order or award sheet, as appropriate. 1.23. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the successful Bidder shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the successful Bidder prior to notice of termination. The County shall be the sole judge of "reasonable costs." 1.24. TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and conditions stated herein. The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re - procurement cost shall be borne by the successful Bidder. 1.25. FRAUD AND MISREPRESENTATION Pursuant to Section 2-8.1.4 of the Miami -Dade County Code, any individual, corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 1.26 ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services or other auditor of the County's choosing at the Contractor's expense. The Contractor shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The Contractor shall retain all records pertaining to this Agreement and upon request make them available to the County for three years following expiration of' the Agreement. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. -V- Miami -Dade County Bid No.: 7388-4/08-OTR 1.27 OFFICE OF THE INSPECTOR GENERAL Miami -Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The Inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all County contracts. The cost of random audits shall be incorporated into the contract price of all contracts and shall be one quarter (1/4) of one (1) percent of the contract price, except as otherwise provided in Section 2- 1076(c)(8) of the County Code. 1.28 PRE -AWARD INSPECTION The County may conduct a pre -award inspection of the bidder's site or hold a pre -award qualification hearing to determine if the bidder is capable of performing the requirements of this bid solicitation. 1.29 PROPRIETARY/CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or in support of proposals will be available for public inspection after opening of proposals in compliance with Chapter 119 of the Florida Statutes; popularly know as the "Public Record Law." The bidder shall not submit any information in response to this invitation, which the bidder considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this invitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to the bidder. In the event that the bidder submits information to the County in violation of' this restriction, either inadvertently or intentionally, and clearly identifies that information in the bid as protected or confidential, the County shall endeavor to redact and return that information to the bidder as quickly as possible, and if appropriate, evaluate the balance of the bid. The redaction or return of information pursuant to this clause may render a bid non -responsive. - VI - Miami -Dade County Bid No.: 7388-4/08-OTR SECTION 2.0 SPECIAL CONDITIONS BUILDING MATERIAL 2.1 PURPOSE: TO PRE -QUALIFY BIDDERS The purpose of this Invitation to Bid is to pre -qualify potential bidders for future bidding through the submission of documents and forms which verifies that the bidder meets or exceeds minimum criteria. All bidders which meet or exceed the criteria established in the Invitation to Bid shall be placed on a Pre -Qualification List that may be accessed by County departments in order to obtain price quotations for the provision of supplying building materials to include lumber, plywood, doors and hardware. 2.2 RACE/ETHNICITY/GENDER CONTRACT MEASURES This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enterprises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. 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 (12) twelve months and upon completion of the expressed and/or implied warranty periods. 2.5 INTENTIONALLY OMITTED 2.6 METHOD OF AWARD TO PRE -QUALIFIED BIDDERS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PURCHASES 1. Award of this contract will be made to the all responsive, responsible bidders who meet or exceed the minimum criteria established as follows: These awarded bidders shall be pre -qualified to participate in spot market purchases as required by the County on a periodic basis. A) Bidder shall have a local building/storage space of at least 10,000 square feet 1 Miami -Dade County Bid No.: 7388-4/08-OTR B) Bidder shall have a minimum inventory of $100,000 of Lumber, Plywood and Building Materials. C) Bidder shall maintain an office/warehouse within the geographic boundaries of Miami Dade County, Florida. This facility shall be staffed by competent company representatives who can be contacted Monday thru Friday 7:30 am to 4:00 pm. D) Bidder shall have a dedicated Facsimile (FAX) machine to expedite quotes. E) Bidder shall provide proof that they are engaged in providing this type of service and able to deliver to different locations within Miami Dade County, such as your companies Articles of Incorporation. 2. Spot Market Quote Procedures: The awarded bidder(s) shall be pre -qualified to participate in Spot Market Quotes when a purchase is required by the County. When such requirements are identified, the awarded bidder(s) shall be invited to offer a fixed price for the specific item(s) as follows: A) Purchases under $750.00 shall be based upon the availability of materials and geographic location of the vendor to the County departments' location. B) Purchases $750.00 to $25,000 all pre -qualified awarded bidder(s) shall be contacted by facsimile (FAX) for quotes and replies may be received by facsimile (fax). C) Purchases over $25,000, all bidders shall be sent quote request and sealed quotes shall be received and opened on a specific date & time, to be identified on the request for quote. Date & Time of opening to be determined by the department requesting the quotes. The Bidder offering the lowest fixed price meeting the requirements of the quote shall be awarded the purchase of the item(s) and may be included in the next Spot Market Quote. The award to one Bidder for that item(s) does not preclude the ability of the remaining pre -qualified Bidders from submitting offers for other specific item(s). In emergency or critical situations for purchases over $750.00 either to be delivered by the bidder or picked up by the County, availability of material and/or geographic location will also be a deciding factor for the basis of award and quotation may not be required. 2.7 INTENTIONALLY OMITTED 2.8 INTENTIONALLY OMITTED 2.9 INTENTIONALLY OMITTED 2.10 INTENTIONALLY OMITTED 2.11 INTENTIONALLY OMITTED 2 Miami -Dade County i Bid No.: 7388-4/08-OTR 2.12 INTENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. 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. Submittal of these 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. 2.16 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. 2.17 DELIVERY SHALL BE MADE AS SPECIFIED The bidder shall make deliveries within calendar days and/or time stated on the faxed quote. 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 order is awarded fail to deliver in the number of days as stated on its faxed quote, the County reserves the right to cancel the order and place order with the next lowest bidder, based on the total order amount for faxed quote item(s). Deliveries may be required on Saturdays. 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. 3 Miami -Dade County Bid No.: 7388-4/08-OTR 2.19 WARRANTY REQUIREMENTS In addition to all other warranties that may be supplied by the manufacturer, the bidder hereby acknowledge and agrees that all material supplied by the bidder in conjunction with this bid shall be new, warranted for their merchantability, and tit for particular purpose. In the event any material supplied to Miami Dade County by the bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such material to the bidder at the bidder expense or (2) the Bidder is to replace the material at the Bidders expense. 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Carlos Scull at (305) 375-4749. 121 INTENTIONALLY OMITTED 2.22 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. 2.23 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL DOLLARS Since the goods, services, and/or equipment that will be acquired under this bid solicitation will be purchased, in part or in whole, with federal dollars, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 4 of the United States Code, which addresses Affirmative Action requirements for handicapped workers, is incorporated into this bid by reference. 2.24 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.25 ADDING OF BIDDERS DURING TERM OF CONTRACT The County reserves the right during the contract period to add companies/vendors/bidders which we consider to have met the criteria for pre - qualification. 4 Miami -Dade County Bid No.: 7388-4/08-0TR 2.26 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. 2.27 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award 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. 2.28 WAREHOUSE FACILITIES SHALL BE IN MIAMI DADE COUNTY Bids will only be accepted from bidders which have warehouse facilities located in Miami Dade County, Florida. The County reserves the right to perform an inspection of these warehouse facilities during the bid evaluation period and any time during the term of the contract and to use this inspection as a means for determining the lowest responsive, responsible bidder. The acceptable size, location, level of security, and functionability of the warehouse shall be determined by the County in consideration of the bid requirements in its best interest; and its decision shall be final. 2.29 ELECTRICAL, PAINTING & PLUMBING MATERIALS Miami Dade County departments shall not exceed $500.00 for the purchase of paint, electrical or plumbing materials under this contract. For purchases over $500.00 the following contract shall be utilized: Contract 0548-0/00 Electrical Parts & Supplies, Contract 6582-2/05 Plumbing Equipment, Fixtures, Parts & TooIs and Contract 0767- 3/05 for Paint (Interior & Exterior). 5 Miami -Dade County Bid No.: 7388-4/08-OTR SECTION 3.0 TECHNICAL SPECIFICATIONS BUILDING MATERIALS 3.1 SCOPE These specifications cover the purchase of Building Material (Lumber, Plywood, Door & Hardware) for Miami Dade County. 3.2 ITEMS These materials and supplies shall include but not limited to the following: Building Materials Cement (Bagged) Doors (Wood) Hardware Lumber Plaster Plumbing Plywood Roofing Material Sheetrock 3.3 QUOTATIONS Miami Dade County departments will obtain quotations based on the thresholds established in paragraph 2.6. Each quotation will specify the item(s) to be purchased, the date, time & location for delivery of item(s) to be purchased, the date and time for submitting quotations and any other special instructions. Quotations for purchases of less than $750.00 may be done either by telephone or facsimile (fax). Quotations in excess of $750.00 must be done in writing. Facsimile (fax) are acceptable unless request for quote requires the submittal of sealed price quotations. 3.4 LUMBER — (Pressure Treated PINE) All lumber is required to be preservative's tested (#2 Southern Yellow Pine), shall bear an American Wood Preserves Bureau (AWPB) Quality Mark or the mark of an Independent Inspection Agency maintaining continuous standards, referred to in Sub Section 2901.4 of the South Florida Building Code Manual. Standards referenced in Sub Section are AWPB standards and are hereby incorporated by reference. 6 Miami -Dade County Bid No.: 7388-4/08-OTR A) Stamping (Pressure Treated Pine): AWPB standards do not allow the mixing of stamped and unstamped lumber in the same package or unit. Every piece in the package is to be stamped #2 Southern Yellow Pine. Stamps must appear on the wide face, end stamping of 2" limber will not be acceptable. B) Exceptions: Three (3) exceptions to the previous stamp requirements are as follows: 1. Lumber 1" in thickness or less than 4" in width or less (1 X 4" or less in size) 2. Lumber 2" in thickness or less than 4" in width or less (2 x 4" or less in size) 3. 36" or less in length This rule allows furring strips to be stamped only on top row faces. 3.5 PLYWOOD (GENERAL) Each panel of construction and industrial plywood shall be identified with the appropriate Grade -Trade mark of the American Plywood Association (APA) and shall meet the requirements of the latest edition of the U.S. Product Standards pressure square inch (PSI) or one APA's performance engineered proprietary specifications. NO MILL CERTIFIED OR IMPORTED PLYWOOD will be accepted. Failure to meet these requirements will be sufficient cause for immediate cancellation of the contract and the vendor will no longer be allowed to bid on this contract. 3.6 DOORS Doors shall be American made doors (by American manufacturers) . Imported doors will not be accepted. All doors shall have a Miami Dade County Code Compliance approval. 3.7 BUILDING MATERIAL Building materials shall have a Miami Dade County Code Compliance approval (if applicable). Building materials shall not contain asbestos. 7 Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1" Street 17th Floor, Suite 202 Miami, Florida 33128-1983 DEPARTMENT OF PROCUREMENT MANAGEMENT OPENING: 2:00 P.M. WEDNESDAY August 13,2003 INVITATION TO BID SECTION 4.0 BID PROPOSAL FORM PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: DPM Date Issued: This Bid Proposal Consists of Bids & Contracts Division Pages 8 through 12 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Proposal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Proposal, will be received at the office of DPM, Bids and Contracts Division, Vendor Assistance section at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Proposal Requirement. FURNISH AND/OR DELIVERY VARIOUS BUILDING MATERIALS (INCLUSIVE OF LUMBER, PLYWOOD, DOORS & HARDWARE), PRE - QUALIFICATION OF BIDDERS FOR A ONE (1) YEAR PERIOD WITH THE COUNTY OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEARS ON A YEAR TO YEAR BASIS DO NOT WRITE IN THIS SPACE ACCEPTED NON -RESPONSIVE DATE B.C.C, ITEM NOS. ACCEPTED HIGHER THAN LOW UNRESPONSIBLE NO BID COMMODITY CODE: 540-47 & 998-19 Carlos Scull Senior Procurement Agent FIRM NAME: RETURN THREE COPIES OF BID PROPOSAL PAGES ONLY FAILURE TO SIGN PAGE 12 OF SECTION 4.0, BID PROPOSAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE 8 Revised 09/27/02 Miami -Dade County Bid No.: 7388-4/08-OTR FIRM NAME: BID PROPOSAL FOR: BUILDING MATERIALS We propose to furnish Building Materials for various departments of Miami Dade County, all in accordance with bid provisions and specifications. Questionnaire to determine bidder qualifications: 1. Stocking/Storage Space Sq. Ft. 2. Total Value of Inventory $ Dollar Value 3. Office Location/Warehouse Address: Telephone number: Fax number: Contact Person: 4. Additional Warehouse or Office Address: Telephone number: Fax number: Contact Person: 9 MIAMI-DADE COUNTY BID NO.: 7388-4/08-OTR FIRM NAME: BID PROPOSAL FOR: ITEM QUANTITY DESCRIPTION UNIT PRICE TOTAL IF MORE THAN TWO (2) LOCATION USE A SEPARATE SHEET OF PAPER 5. Normal Business Hours: Normal Days Open: 6. Capability to deliver 7 days a week: Yes or No 7. Number of Delivery Trucks: 8. Number of Employees: 9. Provide Proof of Warehouse/Storage Space (Lease Agreement or Drawings) 10. Provide Proof of Inventory Value (Audit Records or Current Inventory List) 11. Provide Proof of Business Location In Miami Dade County (Occupational Licenses) 12. Minimum Order Value for Delivery $ 13. If order does not meet Minimum delivery Charges will be $ 10 Revised 09/27/02 MIAMI-DADE COUNTY BID NO: 7388-4/08-OTR BID PROPOSAL FOR: Building Materials ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated Addendum #9, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: 11 REVISED 02126/02 Revised 09/27/02 MIAMI-DADE COUNTY BID NO: 7388-4/08-OTR MIAMI-DADE BID PROPOSAL FORM Bid Title:_ Building Materials By signing this Bid proposal the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation. the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid proposal is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here to affirm compliance with this disclosure requirement. Firm Name: Street Address: Mailing Address (if different): Telephone No. Fax No. Email Address: FEIN No. / / / / / / / Prompt Payment Terms: % days net days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) Print Name: Title: Failure to sign this page shall render your Bid non -responsive. 12 Revised 09/27/02 MIAMI-DADE COUNTY BID NO: 7388-4/08-OTR MIAMI-DADE COUNTY FLORIDA DEPARTMENT OF BUSINESS DEVELOPMENT BLACK BUSINESS ENTERPRISE PROGRAM (Ordinance 94-96 — A.O. 3-3) HISPANIC BUSINESS ENTERPRISE PROGRAM (Ordinance 94-95 — A.O. 3-17) WOMEN BUSINESS ENTERPRISE PROGRAM (Ordinance 94-94 — A.O. 3-18) PARTICIPATION PROVISIONS There are five (5) contract measures: Set -Asides, Subcontractor Goals, Project Goals, Selection Factor and Bid Preference THE CONTRACT MEASURE(S) APPLICABLE TO THIS PROJECT: Set -Aside Subcontractor Goals Project Goals Bid Preference Selection Factor BBE HBE WBE 04 OA X X X DEPARTMENT OF BUSINESS DEVELOPMENT 175 NW 1ST AVENUE, 28TH FLOOR MIAMI, FLOIRDA 33128 PHONE: (305) 349-5960 FAX: (305) 349-5915 Revised November 2001 13 Revised 04/27/02 MIAMI-DADE COUNTY BID NO: 7388-4/08-OTR Section Page A. Definitions 1 B. General Information 6 C. Certification 7 D. Contract Measures 7 1. Set -Asides 7 2. Subcontractor Goals 8 3. Bid Preference 12 4. Selection Factor 13 E. Pre -Award Compliance 14 F. Prompt Payment 15 G. Post Award Compliance and Monitoring 15 H. Sanctions for Contractual Violations 19 I. Debarment 19 J. Appendices 20 1. Forms a. Schedule of Participation DBD 101 b. Letter of Intent DBD 102 c. Certificate of Unavailability DBD 103 d. Set -Aside List of Subcontractors DBD 104 e. Bid Preference DBD 105 f. Significant Utilization DBD 106 g. Monthly Utilization Report M-200 2. Project Worksheet 3. Certification List 14 Revisal G9/27/02