Loading...
HomeMy WebLinkAboutdade county agreement. MIAM 'DADE COUNTY, FLORIDA Ety•-•70 a,srvu �./ P.a uese.•-...}. mukton February 7, 2003 ,• Mr. Eduardo 3. Barba, Vice President Envirowfste Services Group, Inc. 5931 SW 88 Street Miami, FL 33156 FEMA Storm Drain Clean -Out Contract No. 5 Project No. 629528 RE: BERM ENVIRONMENTAL RESOURCES MANAGEMENT DIVISION 33 RECOVERY W AYVENU MITIGATION 200 M1AMI, FLORIDA 33130-1540 (305) 372-8529 (3053 372-8459 FAX 6 GREF.MENs Dear Mr. Barba: souircs 'f}1C Special Provisions of the subject contract r�nt� allows f r a p rio�l ni} to exceed t of lc eighteen {ll )ci�t��i�r1� Management Director to extend the terms of t provided the contract amount of 52,012,500 has not been fully expended during the original contract period of 540 days. This letter will confirm our mutual agreement pursuant to Work Order it 7 transmitted Novembetmtil r 28, 2002, to extend the time of the subject contract for an additional perio of ate resulteen ring ) frommonths, r time all funds have been expended, whichever occurs first. The new extension will be June 9, 2004. Sincerely, W. Renfro ector Environmental Resources Management Cc: Dorian K. Valdes, P.E., DORM Eduardo A. Vega, P.E.,174RM Hernan Games, DORM Alvaro Castro, DORM RolandoJ. Martin, DORM Roger Hcrnstadt, CIC C Pedro Cueto, CTE 1 Eduardo 3. Barba, Vice Pres. Envirawastc Services Group 5931 SW R8 Street Miami, FL 33156 SET AKCOF 30 SETS MIAMI-DARE COUNTY • FLORIDA PUBLIC WORKS DEPARTMENT PROJECT NAME: STORM DRAIN SYSTEM CLEAN -OUT PROJECT NUMBER: 629528 CONTRACTOR: ENVIROWASTE SERVICES GROUP, INC. CONTRACT NO. 7 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR STORK DRAIN SYSTEM CLEAN-UP - CONTRA:T NOS. 5, 6 E. 7 2 PROJECT. NO. 629526, 629527 6 629528 Jauuary, 2001 MIAMI-DADE COUNTY, FLORIDA M IA M.1-DADE Miff 110:11 STEPHEN P. CLARK CENTER PUBLIC WORKS DEPARTMENT SUITE,t610 111 N.W. FIRST STREET MIAMI, FLORIDA 33128.1970 (305) 375-2960 February 27, 2001 A DDENDUM NO. 3 • TO THE BIDDERS OF MIAMI-1)ADE COUNTY'S PROJECT NUMBERS 629526. 629527 b 629528,STORM DRAIN SYSTEM CLEAN --UP CONTRACT NUMBERS 5.6 AND 7, TO 13E LET FOR BIDS ON'FEBRUARY 28, 2001 AT 2:00 P.M., LOCAL TIME. Gentlemen: The following changes arc to he made to the Contract Documents for this project: AS TO THE PROJECT IN GENERAL 1. The bid opening date has been changed from Wednesday, February 28, 2001, to Monday, March 5, 2001. Place :Ind time remain unchanged. ?. Bidders may hid on one, two or three contracts (three hid forms have been included with documents.) 3. • Enclosed herewith for your information are detail sheets labeled SD 2.9 Grease and Oil Separators, Bid Items No. 110-3-4 and 425- I -70. 4. Enclosed for bidder's information are Sample Forms for Application to Establish Credit with the Department of Solid Waste. AS TO THE SPECIAL PROVISIONS For SP-3, SCOPE OF WORK. 03. OPERATIONS - Change first sentence to read: Hydraulic cleaning and vacuum shall consist of the following operations as directed by the Engineer. Page SP-4, L1MITATIONS OF OPERATIONS.— The no work hours listed in the bid documents after 4:30 p.m. and before 8:00 a.m.. shall apply to work on Major Arterial Roads Only. The contractor may work from 7:00 a.m. to after 5:00 p.m. on other roadways, as long as prior arrangements have been made and authorized by the Engineer. 3 Equal Opportunity/Handlcap Employer/5trvices MIAMI-DADE COUNTY, FLORIDA M IAM I-0J1DE 44i STEPHEN P.-CLAW CENTER PUBLIC WORKS DEPARTMENT SUITE 1610 111 N.W. FIRST STREET MIAMI, FLORIDA 3:312S-1970 (305)375-2960 February 23, 2001 ADDENDUM NO. 2 TO THE BIDDERS OF MIAMI-DADE COUNTY'S PROJECT NUMBERS 629526, 629527 & 629528, STORM DRAIN SYSTEM CLEAN —UP CONTRACT NUMBERS 5, 6 AND 7, TO BE LET FOR BIDS ON FEBRUARY 28, 2001 AT 2:00 P.M., LOCAL TIME. Gentlemen: The following changes are to be made to the Contract Documents for this project: AS TO THE PROJECT IN GENERAL 1. There are three (3) separate contracts included within the Bid Documents. Each contract is budgeted for $ I ,750,000.00 and will be awarded for that amount. However, these are open type contracts on which work orders will be issued with no guarantee as to the expenditure of the full budgeted amount. 2. It is the intent of these contracts to clean each and every catch basin, and every lineal foot of drain pipes that are county maintained (Miami -Dade less municipalities). 3. The contractor is responsible for properly disposing of all debris found in catch basins and drain pipes regardless of material composition, but excluding all visually contaminated environmentally hazardous material. 4. A $40,000.00 Bid Bond is required for each project bid, and a $200,000.00 Performance Bond is required for each contract (project) awarded. 5. The minimum number of trucks and crews required per each project is two (2). The recommendation to meet the monthly minimum draw is three (3). 4 Equal Opportunity/Handicap Employer/Services ADVERTISEMENT FOR BIDS MIAMI-DADE COUNTY, FLORIDA Sealed bids for furnishing al! labor, materials and equipment for the following project will be received in the Office of the Clerk of the Board of County Commissioners, Room 17-202, Stephen P. Clark Center, Ill N.W. 1st. Street, Miami, up to 2:00 p.m., Local Time, February 26, 2001, where they will be publicly opened and read aloud by the Clerk. PROJECT NAME: Storm Drain System Clean-up — Contract No. 5, 6 & 7 PROJECT NUMBER: 629526, 629527 & 629528 LOCATION: Countywide DESCRIPTION: Maintenance contract to clean -out existing drains (inlets, manholes and pipes culverts) in storm sewers from all accumulated debris. Hydraulic cleaning and vacuum removal of all foreign material, obstruction and debris. Specifications and Contract Documents are open to public inspection and may be obtained from the Contracts and Specifications Section, Public Works Department, Telephone No. (305) 375-2930 at Stephen P. Clark Center, 1I1 N.W. First Street, Suite 1510, Miami, Florida 33I28-1970 upon a nonrefundable charge of $25.00 in check or money order payable to the Board of County Commissioners of Miami -Dade County, Florida for each set of documents. Each bid must be accompanied by a certified check or acceptable bid bond in the amount of Forty Thousand Dollars and No Cents ($40,000.00) as guarantee that the Bidder, if awarded the Contract, will within ten (10) consecutive work days after being notified of the availability of the prescribed contract forms, enter into a written contract with the Board of County Commissioners of Miami -Dade County, Florida in accordance with the accepted bid, and give a performance bond satisfactory to the Board of County Commissioners, Miami -Dade County, Florida, in the amount of Two Hundred Thousand Dollars and No cents ($200,000.00.) All bids must be submitted in 'a sealed envelope or container bearing on the outside the name of the Bidder, his address, the number of the project for which the bid is submitted, and the date of opening. Bids will be opened promptly at the submittal deadline. Bids received after the first bid envelope or container has been opened will not be opened or considered. Page 1 of 3 5 ADVERTISEMENT FOR BIDS Miami -Dade County's "Cone of Silence", Ordinance 98-106, was approved by the County Commission on July 21, 1998, and has been adopted. This ordinance specifically prohibits communication in regard to this bid solicitation with County staff except by written means with copy filed with the Clerk of the Board. Certain exceptions are made such as oral communications during pre -bid conferences, The "Cone of Silence" takes effect upon advertisement for bids and terminates when the County Manager makes recommendation for award to the County Commission. The Ordinance is attached as Appendix No. 1. Ordinance No. 99-44, The Living Wage Ordinance; Ordinance No. 91-142, Family Leave Ordinance; Ordinance No. 92-15, Drug -Free Workplace Ordinance; Ordinance No. 93- 129, Contractor Debarment Ordinance; Ordinances Nos. 94-166 and 96-26 Local Preference Ordinances: Ordinances Nos. 97-35 and 97-104 Fair Subcontracting Practices; Resolution No. R-702-98 (Repeals and supersedes Resolutions Nos. R-1206-97 and R- 366-97) Welfare To Work Initiative; and Ordinance No. 98-30, County Contractors Employment and Procurement Practices; are referenced for this contract document. To request a copy of any ordinance, resolution and/or administrative order cited in this Bid Solicitation, the Bidder must contact the Clerk of the Board at (305) 375-5126. NOTE: Ordinance No. 97-104 requires a bid or proposal for a County or Public Health Trust contract involving the expenditure of S100,000.00 or more include a listing of subcontractors and suppliers who will be used on the contract, and provides failure to include the required listing shall render the bid or proposal non- responsive. The required listing must be submitted even though the bidder or proposer will not utilize subcontractors or suppliers on the contract. In the latter case, the listing must expressly state no subcontractors, or suppliers, as the case may be, will be used on the contract. Timely submission of a properly completed and signed "Subcontractor/Supplier Listing, SUB Form 100" (a copy of which is included in the specifications) constitutes compliance with the listing requirements of the Ordinance. In order to be deemed properly completed, the word "NONE" must be entered under the appropriate heading of SUB Form 100 if no subcontractors or suppliers will be used on the contract. Page 2 of 3 6 ADVERTISEMENT ENT, FOR BIDS ' The County shall have the right but not the obligation to retain the services of an Independent Private -Sector Inspector General (IPSIG.) The requirements are set forth in the Instructions to Bidders Paragraph 20 and the General Specifications Paragraph 32. Also, the Contract is subject to review and audit by the Office of the Miami -Dade County Inspector General and further information is specified in the instructions to- Bidders Paragraph 21 and General Specifications Paragraph 33. The County reserves the right to waive any informalities in, or to reject any or all bids. Bids from any person, firm or corporation in default upon any agreement with the County will be rejected. No Bidder may withdraw his bid within one hundred twenty (120) days after date set for the opening thereof. The Departments of Procurement Management and Business Development are pleased to announce the opening of the Miami -Dade County Vendor Information Center (VIC). located at 111 NW 1' Street, Suite 112 (Ground Floor), Miami, Florida 33128. The VIC will provide information and assistance in doing business with Miami -Dade County, vendor registration and certification, and current contracting opportunities countywide. M. R. STIERHEIM, COUNTY MANAGER MIAMI-DADE COUNTY HARVEY RUVIN, CLERK KAY SULLIVAN, DEPUTY CLERK Page 3 of 3 7 1 + � 4., 4% PROPOSAL s PROPosA.D BOARD 07 COUYTY . CO)D(IB91DHERB DATE /.J. .. cej XIMI, FLORIDA Dear Sirs: The undersigned, as Bidder, hereby declares that the only person or 'persons interested in the Proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. • The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the Plans and Specifications for the work and contractual documents relative thereto, including the Advertisement for Bids, Instructions to Bidders, Proposal Form, Form of Bid Bond, General Specifications, Special Provisions, Form of Contract and Form of Contract Bond, and has read all of the Provisions furnished prior to the opening of bids; and that he has satisfied himself relative to the work to be performed. If this Proposal is accepted, the undersigned bidder proposes and agrees to enter into and execute the Contract with Dade County, Florida, in the form of Contract specified, of which this Proposal, Instructions to Bidders, General Specifications, Special Provisions, and Plans shall be made a part for the performance of work described therein; to furnish the necessary bond, the said bond being in the form of a Cash Bond or Surety Bond prepared on the applicable approved bond form furnished by the County; to furnish all necessary materials, equipment, machinery, tools, apparatus, transportation, supervision, labor and all means necessary to construct and complete the work specified in the Proposal and Contract and called for in the Plans and in the manner specified; to commence work on the effective date established in the "Notice to, Proceed with Contract Work" from the Engineer; and to complete all contract work within the time specified in the Bid Fors or pay for liquidated damages and cost of supervision for each calendar day in excess thereof according to the terms sat forth in the Contract and Specifications. If Ordinance 9Q-143 applies to this project (if applicable, Supplemental General Conditions and Wage and Benefit Schedules are included within these documents) the bidder by submittal of this proposal, acknowledges that they are aware of the applicability of Ordinance 90-143 and agrees to comply with the minimum wages and other provisions. The Bidder acknowledges receipt of the following addenda: ftir�d�%!r/,i.r� hfi //hc.rT7 *3 1/91 9 Page .1 of 4 MIT IS FORM HIN THE LOWEST RESPONSIVE BIDDERNOTIFICATION THAT THE TO AREaBEINGMC4NSaDEREDTFOR 72: _kiO.I�RS. AFTER RECEIPT D CONTRACT AWARD. MIAMI-DADE COUNTY DISCLOSURE AFFIDAVIT (ORDINANCE NO. 90-133l STATE OF FLORIDA )) SS COUNTY OF MIAMI-DADE) BEFORE ME, the undersigned authority personally appeared ts9 who duly being sworn deposes and says as follows: 'That he is the duly authorized representative of 6777vin, d Vie S.--///?etr . (Name of Contractor,' being its �rC'r/tle/7p (Owner) (Partner) (President or other Corporate Officer) and as such has full authority to execute this Contractor's Disclosure Affidavit. The full legal name and business address* of the person or entity contracting or transacting business with Miami -Dade County are: - ( /////%YJ cdf7c c./-v/cc‘r &� . L2r . PZ • 5 /Ss 2. .If the contract or business transaction is with a corporation, the full legal name and business address* shall be provided for each officer and director and each stockholder who holds directly or indirectly five percent (5%) or more of the corporation's stock. If the contract or business transaction is with a partnership, the full legal name and business address* shall be provided for each partner. If the contract or business tbeans�oVidedon isforwith eachtrust, trustee full end legal each name and business address* shall P beneficiary. Alt such names and/addresses are: ,5. ,ea �irhZ * Post Office Box addresses not acceptable. Page 1A4®f4 3. The full legal name and business address of any other individual (other than subcontractors, materialmen, • suppliers, laborers, or lenders) who have, or will f , have, any interest (legal, equitable, beneficial or otherwise) in thecontract or business transaction with Miami -Dade County are: /0 A 4. Does the entity (Prime Contractor) have a collective bargaing agreement with its employees? �o 5.' As an attachment the Prime Contractor shall include a schedule of wage rates (including overti me) to be ncl ude the aid healthemployees care benefits is performing towork be under i d this to employees It shall also employees performing work under this Contract. The submittal shall also include as an attachment, a current breakdown of their work force as to race, national origin and gender. 6. Any person who willfully fails to disclose the information required herein, or who knowingly discloses false information in this regard, shall be punished by a fine of up to five hundred l orsboth0atOthe discreti), or by on of the Courtrisonment in F County jail for up Y , 200/ Sworn to and subscribed before me this /5— day of U / NOT PUBLIC, ate of Florida at Large My Commissi n xpires: Date 2//S 1�. 2..aPae/ a-44: NAML- F AFFIANT ignature 4.. ... ..:;.lilt Use separate attached pages if necessary.: t. .12...4.re Note: Items 4 & 5 above need only be complied with when the contract amount is $10,000.00 or more. *Post Office box addresses not acceptable. Pagel 113 of 4 THE FOLLOWING QUESTIONNAIRE MUST BE COMPLETED PRIME CONTRACPOR (S) : �17P/r'o USte`/CGj 6/6/z1/0, J • J COMPANY PRINCIPAL (S) : r a 2a- e&G 1 (Tea. rb, GENDER AND ETHNICITY OF - ] &/ T?'•G , -! �/' PRINCIPAL (S) 1 COMPANY QUALIFIER : /V a4 YEARS IN BUSINESS : PREVIOUS CONTRACTS wrrH THE COUNTY IN THE LAST FIVE YEARS: one (Give number and dollar volume) DO YOU HAVE 25 OR MORE EMPLOYEES ? YES or NO 4� Page l C of 412 SWORN STATEMENT UNDER SECTION 287.133(3Xa), FLORIDA STATUTES ON PUBLIC ENTITY CRIMES 1 THISTORM MUST BE SIGNED IN T1•iE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED ,` TO ADMINISTER OATHS. Gee 2 S S 2.1 1. This sworn statement is submitted with Bid Proposal for Project No. 6 e 9524,, G 2 952 7 for Jr..M 13-6/%7 �fl"��'�7 C7Ca",-, - 0 �i�6iac�.rf G 2. This sworn statement is submitted by �i2y,/22S1 c crv/C C.f" [name of entity submining sworn statement] whose business address is B cS J 7�..� 724 ,,ode rf� 'm', %�L• . 83/65 and (if applicable) its Federal Employer Identification Number (FEIN) is r'�r a 2 / 76) (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ' .) 3. My name is 4 , /G a r e / +CXJ/^h. and my relationship to the [please print name of individual signing] entity named above is /3'e SideI7/ 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Satutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity rime. The term "affiliate" includes those officers, directors, executives, parmers, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1Xe), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those offtoers, directors, executives, partners, shareholders, employees, members and agents who are active in management dart entity. • 13 Page ID of 4 • 8. • Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] Y Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members or agents who are active in managementof the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate df the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, N [Please indicate which additional statement applies.] There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or a1Tliwe on the convicted vendor list [Please attach a copy of the final order.] The person or afriliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. [Please attach a copy of the final order.] The person or afilinrr has not been placed on the convicted vendor list. [Please describe any action taken by or pending with the Department of General Services.] STATE OF r'1ov / 0/4 COUNTY OF /47/ ere97/. - _Pa le - PERSONALLY APPEARED BEFORE ME, the undersigned authority, . ,f /.,/ 2?,PY4i who, after first being sworn by me, affixed his/her signature (name of individual signing] in the space provided above on this/ day of f,> , 2040 / . My commission expires: /2.-//) p Z • Form PUR 7068 (Rev. 5/99) am: ` ` �� - _ _.._ Page 1E of44 TARY PUBLIC DRUG -FREE WORKPLACE 477WA PZT In mplj.4nce with Mia�i-4ade County Ordinance No. 92-15, I, tG o r , , being first duly sworn, state that the firm (individual, organization, corporation, etc.) submitting this bid or proposal or receiving this contract award has: BY: 1. read the complete Ordinance No. 92-15 approved on the Commission Agenda of March 17, 1992 and included within these documents. 2. agreed to comply fully with all aspects of said Ordi- nance. 3. agreed to the penalties set forth in said Ordinance for the violations spelled out in said Ordinance. 4. agreed that for all contracts, grants or business transactions whose terms exceeds one year, to annually submit a new affidavit. Aj-�0O./ Sign of 'ffiant Date �. QaPPe1 rb —.Priden� Printed Name of Affiant and Title 2/2) Laa-r/P c.gro/"G et, 6-ver Printed Name of Firm 19/ S6J- 75 7 Ave • 33/5s Address of Firm Sworn to and subscribed before me this / S day of 1 NOT PUBLIC, ato of at Large My Commission expires: Page 11 of 4 MIAAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT PURSUANT TO ORDINANCE 93-129 Date: /S .2Dr>/ Project Number: .29.5.26 S.Z6 G .2 :527 c 2S5•2? Project Title: 5 o/we ,i2 -r/ rsr c,4#- -�G - �.o•g� .r j S‘ 7 STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE) Before me, the undersignAl authority,autho to minister oaths and take acknowledgments, personally appeared . l2 G �i �r G_ who after first being duly sworn, upon oath deposes and says that he/she is an authorized representative of en 1,/#10 >dri m drev v,47,ti G • (Legal name, Corporation, artn rship, Firm, In •vidual) hereinafter called the bidder, located at 419/ c e•V • 76-1X Ave Girl` C • alias (address) and, that said bidder or his agents, officers, principals, stockholders, subcontractors, or their ATTEST: affiliates are not debarr �y Miami -Dade County. 411nts�m."- rr/ AtEll STATE OF F/ r. �- ec(Li rit Legal Name of Bidder ) COUNTY OF I %'Q .fli - Di✓ ) The ore omgfist ment was acknowledged before me this 1 S day of A , 20QL by 1,,,too�.,,A on behalf of , /f✓l/-a4' 'si 4/4tos �..rjc7, [ ) who is personally known to me; or / [ ) who has produced as identification. Notary Signature: Type/Print Name: Notary Seal: TiFF[CiAI. NOTARY . ' n 9�'=rs'L:•J:-;43,�1���1• This affidavit must be properly executed by the Milker and included in the proposal. Page l G 111 1 a 0 1 1 When the Proposer/Bidder is a Paint Venture: (Printed name ofjoint venture) By: (Signature) (Printed name ofjoint venture) (Business address ofjoint venture) STATE OF FLORIDA ) SS COUNTY OF M[AMI-DADE) The aforegoing instrument was acknowledged before me this /C.— day of 1-"r.t4 , 2O. L', by e. i� L on behalf of i/D4/.ej kvirrs 4.4., who is personnaly known to me or has produced as identification and who [id [ 3 did not take an oath. Notary Signature: //7 11/ Type or Print Name: ,P1/N/s / re 1/ Notary Seal: `riOF1�:CE�.i.1VOTi1i:Y5Ef.L Page IVaf 4 • 1.1t'C01d11,h )55lO ► iill:ul t=%cF' DE..C. i 12007. i DISABILITY NONDISCRf' ATION AFFIDAVIT CONTRACT REFERENCE•Y/4 I2 c � C/GGr,- �-►`45 Coe, levcF S NAME OF FIRM, CORPORATION, OR ORGANIZATION /itae.41 .r C vic .r . _ 50. AUTHORIZED AGENT COMPLETING AFFIDAVIT ram- /2C7reG/ 630r4. POSITION P/'il' PHONE NUMBER eg) �31'/' 95' ' 0. fed 4e/ f4'r& , being duly first sworn state: 1 That the above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure any subcontractor, or third party contractor under this project complies with al] applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, 7 provision of programs and services, transportation, communications, access to facilities, renovations, and new I construction. 1 The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. 12101-12213 and 47 U.S.C. Sections 225 and 611 including Title I,' Employment, Title II, Public Services, Title III, Public Accomodations and Services Operated by Private Entities, Title N, Telecommunications, and Title•V, a Miscellaneous Provisions. 1 I The Rehabilitation Act .of 1973, U.S.C. Section 794. 1 The Federal Transit Act, as amended 49 U.S.C. Section 1612. 1 ] 11 1 111 f� (T�yppee of !'/l/lilti JYd �T/st The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631 SUBSCRIBED AND SWORN TO (or affirmed) before me on gn - ure e2 15 0?Do / Dat l7» s;/ J by B. �R ,tA '/ .lJ!/ Ile/She is personally known to me or has ( Affiant ) presented as identification. do cation ) ce9/off/ Signature ,'Notary ) //e/d ,1% ( Print or Stamp Name of Ni�tary ) Notary Public /�or'/ o' A (State) ( Serial Number ) /7/ Expiration Date ) iD OFr (.31.1 NOTARY SEAL l NOTARYr r.. :: '. : ';.'OF FLOTI DA ._.:..:.a w.l.' i:791461 1 MY CO,UM1SSION LCY. DEC. Notary Seal Refer to Reso. No. R-385-95 Page lie of 4 ORDINANCES 97-35 AND 97-104 Fair 'subcontracting: A11 successful bidders/respondents on County contracts in which subcontractors may be used shall be subject to and comply with Ordinance 97-35 as amended, requiring bidders/respondents to provide a detailed statement of their policies and procedures for awarding subcontracts which: a) notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract; b) invites local subcontractors to submit bids in a practical, expedient way; c) provides local subcontractors access to information necessary to prepare and formulate a subcontracting bid; d) allows local subcontractors to meet with appropriate personnel of the bidder to diacuss the bidder's requirements; and e) awards'subcontracts based on full and complete consideration of all submitted proposals and in accordance with the bidder's stated objectives. All bidder/respondents seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures. Bidders/Respondents who fail to provide a atatement of their policiea and procedures may not be recommended by the County Manager for award by the Board of County Commissioners. Listing of First Tier Subcontractors and Suppliers: In accordance with Ordinance 97-104, the Bidder must furnish with the bid a complete listing of all firat tier subcontractors and suppliers producing services or supplies directly to the Contractor. Failure to include this listing with the bid will render the bid Non -Responsive. The Contractor shall not change or substitute any subcontractor or supplier except upon written approval of the County. By. STATE OF FLORIDA SS COUNTY OF MIAMI-DADE)' (Si' a •re of Aifiant) 001 • The aforegoing inst ent was acknowledgedbefore me this /C day of ,*C 20 �/ by2P17 n ehalf of Ai ho is personally known to me or has produced as identification and who [ l�did [ ] did not take an oath. Notary Signature : Type or Print Name : Notary Seal • _..... _ ....� jy Page 1M of19 4;7,/ County Contractors Employment and Procurefient Practices Ordinance 88-0 "In accordance with the requirements of Ordinance 98-30, all firms with annual gross revenues in excess of S5 million seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative Action Plan and Procurement Policy on file with the County's Department of Business Development. Said firms must also submit, -as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Affirmative Action Plan/Procurement Policy Affidavit. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards ofDirectors, showing the race or ethnicity of each board member, to the County's Department of Business Development. Firms claiming exemption must submit, as a part of their proposala/bids to be filed with the Clerk of the Board, an appropriately completed and signed Exemption Affidavit in accordance with Ortiimmrsrr 98-30. These submittals shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women - owned businesses. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance. Those firms that do not exceed S5 million annual gross revenues must clearly stale so in their bid/proposal. Any bidder/respondent which does not provide an affirmative action plan and procurement policy may not be recommended by the County Manager for award by the Board of County Commissioners." d.r7Lc cJer'vrGc ,f• C -67e- *444 • c,/vrJ rcvcIr" ' der �o evmilt, PgG eed 1 s,e0/4av-7 �`P7I-� G%`� %�G /Vr �AtJ /acre fr e . /s /2074 red (/1rCq• 20 Page I Sof 4 R 1 J.: • el J:. ul 1 ' S • - al + . Project No. 6 247.5.26, 6 ,2 4'52 7, G 2 9.5 Project Name: C.-/CQ.7 a /l �i.,fr r 5d G �' State of _ ) ) SS County of Before me, the undersigned authority, authorized to administer oaths and take acknowledgements, personally appeared who after first being duly sworn, upon oath, deposes and says that hcfshe is an authorized representative of: (legal name, corporation, partnership, fine, individual} hereinafter called the bidder or respondent located at (address, city, state) and that said bidder or respondent has a current motive Action Plan and/or Procurement Policy, as required by Ordinance 82-37 and/or 98-30, processed and approved for filing with Miami -Dade County Department of Business Development (DBD) under the File No. and the expiration date of Witness: (Signature) (Signature) Witness: By: (Signature) (Legal Name and Title) The foregoing instrument was acknowledged before me this day of , 20 FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT: • by: FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE: by: having the title of with ( ) a corporation ( ) partnership ( ) joint venture on behalf of the ( ) corporation ( ) partnership ( ) joint venture He/She is ( ) personally ]mown to me, or ( ) has produced as identification. Notary Seal: Notary signature: Type or print name: Please note: Ordinance 82.37 requires that all properly bcsnted architectural, engineering, landscape architectural, and land surlYyers hove an effir,ative action plate on file with Ohs County. Ordinance 98-30 requires firms with !gross revenues in excess offiw (5) trillion dollars to haw•an affirmative action plan on file with the County. Firms that haw Boards ofDirectors that are representative alibi population +oaks -tip tithe nation are mumps. For questions regarding these requirsmenu contact the Department ofBwiness Dswbpmsnt at (305)349-5960. This affidavit must be properly executed by the bidder end included in the proposal/bid 21 Page IT of 4 Rev. 5/99 BID FORM 22 MI .:..project Number 629528. I Project. Title: STORM DRAIN CLEAN-UP ZONE 3 - CONTRACT NO. 7 IF THIS PROPOSAL IS ACCEPTED, THE UNDERSIGNED AGREES TO COMPLETE ALL WORD: UNDER THIS CONTRACT WITHIN Five Hundred Forty (540) CALENDAR DAYS AFTER THE EFFECTIVE DATE ESTABLISHED TN THE 'NOTICE TO PROCEED WITH CONTRACT WORK'. W FYPI.V; i::t 9rAll tx k Ufl3. -Des cry „ on:Aa r •% 110-2-1A 30000.00 L.F CLEANING OF CONCRETE SLAB COVER TRENCH (Catch Basin plus 10' in each direction- any width) 110-2-1E 15000.00 L.F. CLEANING OF CONCRETE SLAB COVER TRENCH (Catch Basin plus 10' in one direction- any width) 110-2-3A .180000.00 L.F. STORM CULVERT CLEANING (18" I.D. OR LESS) 110-2-3B i 50000.00IL.F. 50000.00 L.F. 500.00 L.F. A'rstten_Dn; t,��Alnoun Irma dalIA- t-t ort Cit l s FI'JQ cec,ts '1rtC.c. dot(nr(54 f°n quce STORM CULVERT CLEANING (GREATER ilvt!L c olt Nis ;- THAN 18' I.D. TO 30' 1.D.I T-044 �� r STORM CULVERT CLEANING (GREATER 1&ce-. Nkrts THAN 30" I.D. TO 42' I.D.) 4 .k.1 .11 s,)L. Ceps STORM CULVERT CLEANING (GREATER 1 LC011GRII.A.S THAN 42' I.D.) 4' di[:WI a-A-4. 'i 110-.2A 120000.00+EA. (INLET CLEANING 110-3-4 '144..„, PER/SEPA REMOVAL OF CATCH BASIN GREASE AND OIL SEPARATOR 23 a-►� Clalinr-S 4 evil Ave t //0--4) Ceu, 4, 65 1.)o)i&o. .45E 2I(boo. 5'�) ''l4gt� .L,b oa 25-- Q0 1.0 oY Project Numbers 629528 Project Title: STORM DRAIN CLEAN-UP ZONE 3 - CONTRACT NO. 7 .. ,Item,tiNos�,• Quantity);; ;Unit;:, ,' W1s0Des i4I 4Pn , 4 M 110-3-5 REMOVAL OF STEEL REINFORCING BARS (Torch. or cut) 100.00 425-i-70 PER/INLE PER/SEPA FURNISH AND INSTALL CATCH BASIN GREASE AND OIL SEPARATOR (installation at Engineer's discretion) Writte , ilnatNIunP. L Sock- ;41 t talcs 11j✓t %7s 4` , Sao. 611 NOTE: THE COUNTY SHALL MAKE PAYMENT TO THE CONTRACTOR AT THE RATE OF 125% OF THE UNIT PRICE FOR THE APPLICABLE BID ITEMS) WHEN WORK IS AUTHORIZED BY TEE COUNTY ON SATORDAYS, SUNDAY AND HOLIDAYS OR OTHER THAN NORMAL WORKING HOURS DURING THE WEEK, AS SPECIFIED IN THE SPECIAL PROVISIONS.' Sub -Total $ 999 1.00 L.S. 4-F-24-trc-T-Erste#1 fi..3//ao " 'CONTINGENCY ALLOWANCE FOR Eighty Seven Thousand PERMITS AND UNFORSEEN CONDITIONS Five Hundred Dollars AS AUTHORIZED BY THE ENGINEER And No Cents $87,500.00 567,500.00 Total Bid $ 999-19 1.00 L.S. FOR ALL COSTS ASSOCIATED WITH THE INDEPENDENT PRIVATE SECTOR INSPECTOR GENERAL. ((see 'instructions to bidders` and `general specifications') fl% of budgeted amount)] Seventeen Thousand Five Hundred Dollars And No Cents 517.500.00 817.500.00 999-22 1.00 L.S. FOR THE COSTS ASSOCIATED WITH Four Thousand Three THE OFFICE OF THE MIAMI-DADE Hundred Seventy Five COUNTY INSPECTOR GENERAL. [(see Dollars And No Cents ' instructions to bidders' and ' general specifictions') 0.25% of budgeted amount)) 54,375.00 54,375.00 End of all bid items. Bidder must fill-in completely the next page for the bid to be valid. 24 Page 2.'2 e( 4 BID,' 'FOR* 'project'Number: 629528 Grand Total: 17:6-1-gra-g-7-6-e) /, t;i, 49.< L-. The bidder understands and agrees that the above grand total is inclusive of all work necessary to complete the job as described in the plans and specifications. Quantities are established and are included only for the purpose of facilitating the uniform comparison of bids submitted. The county shall not be held responsible if the quantities are not accurate and all computations for compensation shall be based upon the actual worked performed, whether greater or less than estimated quantities. Tax Identification Number: D.C. Certificate of competency No.: Bidder's Name: Bidder's telephone number: Bidder's address: •!/IIDLIIGJ�G L, /'i//CcJ 08C.)8e2- 156 'i6' St ). 75 ,d✓e, ��,�,� .3.3�Ss 25 Page 2.03 of 4 .........�.♦ 111LL': "+Va.a. ,.awiar LI...KAN-UP ZONE 3 - CONTRACT NO. / PROJECT NO: 629528 r.• i BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID P:tICE ACE COST FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT (90-96), LAWS OF FLA. EFFECTIVE OCTOBER•I, 1990. THE BIDDER FUTHER IDENTIFIES THE COST TO BE SUMMARIZED BELOW: Trench Safety Units of Unit Unit (+ 6 ten106d Measure Measure (Quantity) Cost V• l Cost (Description) (LF, SY) r B. l C. D. TOTAL $ /J D. a' FAILURE TO COMPLETE THE ABOVE MAY RESULT IN THE BID BEING DECLARED NON -RESPONSIVE. Page 2.04 of 4 .•Ems;:: • SPECIAL PROVISIONS • • �; ,.�s�;�t�tx �.T; ;!+'k:.�i:14k�:y:f2.�'�..�, •.%:�!i.�.}'•,�T'�''•\•.�?.S tti .:.Oi'.:. .. :5.. • ���•S T..�� „.y.,,;ru...;,��+' ..�s .�:`.� W. k n _,:, ti•.,r.. .� r.F'H. r . Y��.-.�i�[�iF wr � '1 �i�5f�i�'�i'�'�►i��.C+�▪ .�r�{•1yr.Y *r. r rrFJ '� y 1 v �F^ ��_ a h''•► }F, �'• _ dirt'• w 71c, Ms h 1 AiH F • C t yb'� tc ti ff s �-ti-,.�n $b. • ti5 rN'.J'' it dA'q;..r rj. -i. �J .% jet•# �. r '.i +f � -,t i� 'fr�'7,.. Dyva``o>,. i !' ?��e�f�Kf Ff . , l ��vYr E+t r� tdd!rn6 4 rd✓pfi4 1m +Ymr� ►i yl2r�•e r::,. "✓,' ! lY • Rk`.ifii 'LL ^t'i+/,}''M,4, Riyw1, . _ I • i Project Numbers: 629526, 629527 and 629528 1. GENERAL The applicable portions of the 1991 Edition of the FLORIDA DEPARTMENT OF TRANSPORTATIONS STANDARD SPECIFICATIONS FOR ROAD • AND BRIDGE CONSTRUCTION and its supplements with changes.pertaining thereto, as amended by the General Specifications and the following Special Provisions; all are hereby made a part of this contract. Further, the applicable portions of the SOUTH FLORIDA BUILDING CODE and the PUBLIC WORKS MANUAL OF METROPOLITAN DADE COUNTY, shall apply to this project. Unless otherwise noted, all page references in' the Special Provisions refer to the FLORIDA DEPARTMENT OF TRANSPORTATION'S STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION. LOCATION OF WORK Miami -Dade County will be divided into three work zones for the purpose of construction contracts distribution. The boundaries between the northeast zone (Zone 1) and the northwest zone (Zone 2) will be N.W. 57 Avenue (from the Miami -Dade County.Broward County line south to N.W. 119 Street), N.W. 119 Street (From N.W. 57 Avenue east to Lejeune road). and Lejeune road (from 119 Street south to its southern terminus.) The south zone (Zone 3) will include all areas south of S.W. 88 Street. The zones are shown on the accompanying map. The work to be performed under the terms of this Contract shall be generally within one of the zones designated in the following table, more specifically as shown on the individual work oder(s) given after the award of the contract and issuance of the Notice to Proceed. (See Appendix A, for zone map) Project NOTE: one 2 Zone .629527 629528 For continuity purposes it.may from time to time be necessary for the contractor to cross zone lines while working on a work order. . r:'.e*.:.Nt�^7�ta;,e,V,is'!!.wiG"'�r"irt:«'.i'r�T,,St•Fy:'''s:-d;w::r'.,,•.:i- .y;,r„�� +,,,,...��•s+t•);"j�'d• �1,!,'T�:a'.1a1}!.7J>•'�: he exactsites and scope o .wwork to be accomplished shall be • as designated, on the worK ortters .�.. .:•k-.'+•,1,+'";47 idrn :cT..' -5- 'ix sy:S•' r "d1' Y ' i' • •�R7;..•: ��.n' LL�'}- wr •r«+' &k!-L. 1 Aaim.61 t s 1� �Mwli^.ir;'--. a•a +y. ;w ciw w:.M, ?: d�-t-r . :.yif , ,•, . :fti...�. y� f - -': •� i •rwi k;iN ed.,s t`✓+S-- ,..- ' r •Sry*Y'..'-d1: �. , ,�.:i.0.�. ,. n'; .aw r, ¢"S m .�q�'�'l :s "}r' 1^*+••),woys.."t ••-e r.4Yr'!u :-, �: f• ' Y�,�; yy s -..'� a .�a tr".a 5 \{:t. �_ r4•.�.:�w��� Ff S ^f- � - iS. � s..[: n J.: .}•� !'Ny vi `[.yL: - ° 'n '.k f� Y Slt y C A •Sr f.,ry `)-4t4 .'. •Jy q• 11-r7 i • 4 `!fi t - •., �._ ?jf7lp�jvA'�1!i SfiA �R, l . +�+&.� fth �+S' R#ry''iy""''' r�• _ ti . _......... ..v !:'r• ....a i,, riid}l7': t`_"".•1 +.twd�.t•n...C...:.!''fi'4„�'unV�S,,.�•y �.„, y w ti+ .4, *#;:.1n4....[.' °/ %gtT4:'4 'lY`��i, L> r•o- 4 �# EQUIPMENT' • *s l'k-t;sgi..1' . -:,''.A. . `' Hydraulic cleaning and wet vacuum, single unit vehicles or one self-contained vehicle .. ' having a Multi -Flow System capable of providing 45 to 80 GPM at a minimum of V''2.000 -• p.s.i of jet pressure with 500' of I" hose, having adequate vacuum power to clean inlets. a 5 cubic yard (minimum) dump bin and a 1.000 gallon (minimum) water tank. will be required unless otherwise approved or directed by the Engineer. Other types of hydraulic cleaning and suction equipment. as well as hand labor and equipment operators, shall be provided • where deemed necessary and approved by the Engineer. • • B. All equipment shall be kept in good operating condition and shall be maintained to properly perform the work. • 03. OPERATIONS Hydraulic cleaning and vacuum removal shall be performed under one of the following types: A. Inlet Cleaning - Cleaning of the entire inlet whether it be a curb inlet. catch basin. manhole, etc. 1. It may from time to time be necessary to cut reinforcing bars when inlet is on top of slab cover trench or remove oil separators in order to gain access to catch basin (see added items for payment) B. Storm Sewer Cleanine - The cleaning of pipes. culverts, which form the storm sewer system... 1. It may from time to time be necessary to remove the grease and oil separators to gain -access to drain pipes (see items for payment) CREWS' The Contractor shall provide a minimum of two (2) crews net contract awarded at all times. Each crew shall consist of the required equipment as specified in 3.02 of thii specifications, as well as, a minimum of driver and helper or operator. PLANS ,, There are• no plans for this project at this time; but at -the time of issuance of a'Work Order; a site + fair o sketch' maybe included for the Contractors's1us -Applicable.portions•o� ftha "Pub1ic,Worhs ;, rya `anual;�Part I, Standard Details". have been included in these Documents `-. hi , ��, , , ,� x' y d i t.,r i.. 4r ; r lsth ,� t .t} r f 7 < ,14 7�:rrclriw"..•X•1'X r.r.: i-.4p k+s `i '• rr. j r 3 hL -1 r ;� �` F r * 4, • ..? i; I,t.f. r!. ♦ Wyly 4 h U �'ie y. k 1[ r;1 t7'nF, 'S`, '� 1. _ - '.. 4 ,4} ti2.l4Wr . 4 - .ffi f Ji. t F ..Le, Al..." ' r 1,;" W" ,. , i �+tt 2_r,r�r �JyV 'yi --4,fh.., K. Y 4. y - M f _ Y t,qr { - 4144 �'6+,y'!= 1 Ti ' .''''r r SC'_. 7',.,r' r'''1 ;t / .- ` . ,/ ,.• • • is rcr • . r ,. Y.C�_G/°\k -i�L `-1��'=L..Yi•�.t, -s t��-.t"�.4 ,.' 1 �'9k 4 . A {„•v L i,•. 41xf,L..,•. 0. 414 4740.4 JN5-S.:CONTRACTOR'SSUPER thefollowing::;_' ' , . ; ., • .The Contractor will furnish a qualified superintendent who will be present at all times during the course of the work. and shall be authorized to act for the Contractor. The Contractor shall keep on the job sufficient plant and equipment to meet the requirements of the work. The plant shall be • kept in a satisfactory operating condition and capable.of safely and efficiently performing the work as set forth. The plant and all operations shall be subject to inspection by the Engineer at all times. The Contractor shall submit for approval by the Engineer a description of the type of materials and equipment to be used; and the method of procedure to be used in the performance of the work. 10. MINIMUM WORK CREWS PER PROJECT —TIME SCHEDULE 1) As time -is an essential element of the contract, the Contractor is expected to supply sufficient manpower and equipment to perform the work listed under paragraph 4. SCOPE OF WORK in an acceptable and timely manner. 3) There is no maximum number of crews and equipment required under this contract. However. in order to satisfy the minimum monthly draw it is recommended that contractor supply a minimum of three complete crews with the necessary vacuum trucks, manpower. materials. and other support needed for each contract awarded, • Based on previous contracts. and consideration given to the proximity of the sites under this contract. a monthly draw of 565.000.00 per month has been established for this contract. Work progress shall be measured on this amount. and contractor's progress shall not fall behind by more than ten (10) percent from this monthly draw. 3) If the Contractor fails to begin the work under the contract within the time specified in the "Notice to Proceed". or fail to perform the work with sufficient workmen and equipment or with sufficient material to assure the prompt completion of the work assigned, or discontinues the ' prosecution of the work, or fails to resume work which has been discontinued within a reasonable time after notice to do so. or becomes insolvent or is declared bankrupt, or files for reorganization under the bankruptcy or insolvency code, or for any other cause whatsoever, fails to carry on the work in an acceptable manner, or if the surety executing the bond, becomes unsatisfactory in the opinion of the County, the Engineer will give notice in writing to the Contractor and and his surety of such delay. neglect, or default. Continuous failure by the contractor -to- complete work orders in a timely fashion may result in the County not issuing furthework orders and/or cancellation of the contract ,., , „44•0;,,o; tiL,:,,,1:•-:� •:. �., �r►�, its bbarticle is expanded ` -,•'tits r•'ZI.r.-.,.,.�.].'..-: n. � � �-:....,. �. ., x'h laclpof equipment or unsuitability of said equipment' shall not bean' acceptable'reason fore '' i•' X ylY� j `.. ... •�.,� Schedule. ��• 4i i3 ]K ti•Y'.rAr'3� '��"rvt cN 4 ys vt +Xi ira' i urC�:+kw*i ys y:m*. •;ati u7 • +4rir� » if t{J't k_lny�+.j• t4i�ttnd. i -] ] }. ti'a �i'sv+vS y . " �. WIZ "� y tx' ,' ' •Stoma 4 w �:a iI`a t. r , 7 .. vj ., \h4.C.,+-1°a4C9Ga.4uli'di ,,. NyryF Lk{' r is �- ..L. f .. ,.L yyyr4-.�YrY4'!�`.,+..+nt c 4t4et ,!..•� .t.,s rtE :H L�-acti ,•' 4, 1-.,'� ti�� l$frT X st• `er a _ vy 7t;Wl.Mf4t:+'r 1 r _...i- +_ ,,t,�, I�f..-rr-+{. (�a - ,y it...-, ,,,r4 r'}�t7.� 'titL -r i1<M ra 7'*- { ! i tis L :� f: `r'- j ?� 1'P 'v- �T "v`t' ^" i i.• �.� +;x I ' W EFI : N i -.WO ./4°'tORDER + s,i `' . liid ,i�?�ty/� ..,t l•� .�: - ri-+:;: ,,k'��ti'"h�11' 'Ys`i :' '7. �..fr�t s~1.1.+ -,64,- 1 ,,a l ! .r } 1 1� . J$ r_ !` Sr ��yy r _ # z) Y�1S- ;;, t-. ti� 7z ♦ y'. wa :77 ViS 2.::.-. t i ."t i3 •—�T/Y`�... ,•y,� ie, 4 J T `r • J. �Y I.yq�ti .T r:, ' 4 .t V.•.:� , .0., .;� A „r� r. J. r i'"-4►�,• 'ittidll' ''the Contr"'"''' fairto commence wort. on'tt'worl;Order�s)'v��ithtns#hreer(3j working da�:::::, -'. • ►: it :+:from the day of having received said Work Order. (unless authorization is granted in the Work Order . '' .' ' .fot a later date), or should he fail to continue the work in an expeditious manner. the sum of Five Hundred Fifty lour Dollars (S554.00) per day shall be deducted from monies due to the Contractor. .not as a penalty. but as Liquidated Damages for added expenses for supervision. etc. 13. AWARD OF CONTRACT The award of contract, if it be awarded, shall be to the lowest responsive. responsible bidder for each zone. The qualified contractor for each zone, within 10 days after the bid and notification by Miami -Dade County of the possibility of award, shall show verifiable proof of ownership or ability to purchase or lease for a period of 18 months, two vacuum equipped trucks meeting the specifications. and being available to begin work within forty five (45) days after award of contract, or fifteen (15) days after the issuance of the Notice to Proceed whichever is earliest. This shall be a requirement of award. Additionally. ninety (90) days after issuance of the "Notice to Proceed", Miami -Dade will re- evaluate the contractor's production performance, and if contractor is not performing his work satisfactorily at or in excess of the minimum draw of $65,000.00 per month, Miami -Dade may exercise its right to reduce the amount of the contract by one third. and assign the additional work and funding to another contractor. or to a new contract. It is anticipated that not more than two (2) contracts per contractor. will be awarded at this time. However. to aid in the expeditious completion of this hurricane Irene funded project. the County holds the right to forego this stipulation if it is in the best interest of the County. This is not an option of the Contractor. The quantities shown on the Bid Form are an estimate, and are given only for the purpose of . facilitating 'the uniform comparison of bids submitted. The County does not guarantee that any specific quantities will be called for. The quantities for anv item may be increased. decreased. or anv .^ : item deleted. as the need occurs. 14. PERIOD OF CONTRACT The terms of the Contract shall expire Five Hundred Forty (540) days from the effective date of the Notice to Proceed, or when expenditure of the One million seven hundred fifty thousand Dollars ($1,750,000.00)-Contract Amount has been spent, whichever occurs first. 'However, the Contract extended for:a period not to exceed.18 months', at the.option of the Public:, Works.Director.:it •u 1 "rrr :'.0 'said extension is rnutually'agreed'upon by the County and the Contractor' ., ." itAAWit L i,,. I,T;'" . Y r' � ''F 441.4edF�'' 4 : F ;" ,ram i i 1 ' 5 f y f �F y, + } I a'r r, fi ?s• I £a • t F'L' z JiLY.�"S, 4 4+1 !'Ail s., I r,r 1 „M ' 4 y 4~}µ.-,rvr 1 l Y.' r 74.d, tl,�, '°S: � q A ,4r.�ti ! � v t.,� i yy��.�. 3.�-..r '"? ,•Yt 3�` p� 5t'1... e rP 4 . ;y �.�', r �t ..r i, e faiN".i-- , . '1 y Pa'S� ,, +, , 1 l i r :{< x . i ,s f, .r= ., .. '. t i aY- 1;^ ",aA.,+1i. y A.(,, Lr 4N ^� -'E" ,,m.. ,p .may, �'3,'J .1 go ,'. !�' .' F"' r y=•-F y;• .lf� �� �t t i ! t f : 4 - , , I .. . h ,.. J a7 ' "+ , .. ..?`r, .. r-,e 1r �> k,�°.AWA?.r.M,�e�t/a�V?a* CY �4P rti.G�ac �..q,.�r :d a ,� . 7* .![ . Y .� j - S ri . y.k . i '' , Tra r .: 4tflii".�'>d,'y'swtii4 ;"�i O' ,.k4 • Xf0- 4. �i'^vi r'+ , e ! r t F r 3� * ks 1 ' f -i 7{p.+t sf.,Y. rykk t . R'+ rR--y.:i .4 .- i� • •y.:`r.h n •�c,V.f, tNh•".'lt .y, �•+e'Lw-Yti.o.-n ,,�.�L y e NTIN6ENC-1 114E44iten a999) v • , ,:,•; <. ^ A-Coniingenc r� iteti has been provided in. the Bid' Form of the Proposal:.i.The amount shown ($87.500.00) shall be included in the Grand Total bid. Payments for all documented permits. employment of off -duty -police, etc., previously approved in writing by the Engineer, shall be reimbursed on a "direct cost basis" upon presentation of documented evidence. Any monies not expended shall remain -the property of Dade County. 19, PRE -BID CONFERENCE A Pre -Bid Conference for the subject project will be held as follows: Time: 10:00 a.m. Date: February 6, 2001 Place: 15th Floor Conference Room Stephen P. Clark Center - Suite 1510 111 N.W. 1st Street Miami, Florida 33128 The Pre -Bid Conference is being held primarily to answer any questions regarding this Project. While attendance is not compulsory, it is strongly recommended that all bidders attend to assure full understanding of this Project. 20. CLEARINGHOUSE FOR POSTING NOTICE OF JOB OPPORTUNITIES The contractor is hereby advised of Resolution No. 937-98, as amended. Clearinghouse for Posting Notice of Job Opportunities Resulting From the Construction of Improvements on County Property. The procedures direct the contractor to deliver a notice of job vacancy(ies) created as result of this construction work to the Director of the Employee Relations Department, located at Stephen P. Clark Center. 111 N.W. 1st 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 County facilities participating in the notification requirements of Resolution No. 937-98. 21. TERMINATION OF CONTRACT FOR CONVENIENCE The County, at it sole discretion, may terminate this contract without cause by providing the contractor with 30 days advance notice. Upon receipt of such notice, the contractor shall not incur any additional. costs under this contract. The County shall be liable only for., reasonable costs .,;�::._;. incurred by the contractor, as determined by the County, regardless of the method of payment required by this contract: •The County shall be sole judge of- reasonable•costV • • -f ? } u.. � ,,+1 5•T ,I'.r '' ' + sr' r , o ,^+ +, Lv *.y1i10', 4, ^ �•:� ,lL,r sh. yi..kx•L r s a 2 ? �•.rr,xra:• ai i tsli% L ... „i,j y.f. , I..- • ti b4i•-. �RiC+c iv-4F-i� ..,t• n'?.T Z. -,-,. -a:;::::::e.si.7.1. z . 1 €C�NFNNGENC-I 'ITEM4Ite (�/� ;� w " - " �r 977 d r . -:n } ^ y+v !E? ►y, j� ire ,1 ll Y .• r,� 44 Si. .7 5 t µry.•r ••.7T: - •• 1 .. "d.,1•• .:ir- f!•� 4.,�,r W.. r�S�'.�;Li:A ,' 'R ^-« ' kContingenci '=iterriyhas` beeti� provided in the Bid Form of the PropasaI. The amount shown • .: ($87.500.00) shall be included in the Grand Total bid. Payments for all documented permits, employment of off -duty -police, etc., previously approved in writing by the Engineer, shall be reimbursed on a "direct cost basis" upon presentation of documented evidence. Any monies not expended shall remain -the property of Dade County. 19. • PRE -BID CONFERENCE ' A Pre -Bid Conference for the subject project will be held as follows: Time: 10:00 a.m. Date: February 6, 2001 Place: 15th Floor Conference Room Stephen P. Clark Center - Suite 1510 1 I 1 N.W. 1st Street Miami, Florida 33128 The Pre -Bid Conference is being held primarily to answer any questions regarding this Project. While attendance is not compulsory, it is strongly recommended that all bidders attend to assure full understanding of this Project. ?0. CLEARINGHOUSE FOR POSTING NOTICE OF JOB OPPORTUNITIES The contractor is hereby advised of Resolution No. 937-98, as amended. Clearinghouse for Posting Notice of Job Opportunities Resulting From the Construction of improvements on County Property. The procedures direct the contractor to deliver a notice of job vacancy(ies) created as result of this construction work to' the Director of the Employee Relations Department, located at Stephen P. Clark Center. 111 N.W. 1st 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 County facilities participating in the notification requirements of Resolution No. 937-98. 1. TERMINATION OF CONTRACT FOR CONVENIENCE The County, at it sole discretion, may terminate this contract without cause by providing the contractor with 30 days advance notice. Upon receipt of such notice, the contractor shall not incur any. additional . costs under this contract. The County shall be liable, only for.,reasonable costs incurred by the contractor, as determined by the County, regardless of the method of .payment •' required by this contract: ' The County shall be sole -judge of Treasonable::cost'',}#,t`i»:K +:htir•.r.:sas•.-,:. r 'r1 t. 4;t.'. • • ry • .4.4 • r r ra ",", rrl '0 ys 1 •AR%y - •T A 14 i „ ..5v"<. ;. _W1} _.•l 9! .t°..•N f •r,Y a. �' I _ v• �'' • .7p SSt.... , � ,,t• T� y . s, b •fir a . �,¢.w;. +• y .10 ` + MINIMU1►`1 WAGES -AND POSTING OFINFORIVIATION—ORDINANCE 99-44.(Conti t ue(i -�' l , LIABILITY FOR UNPAID WAGES; PENALTIES; WITHHOLDING A. In the event of any underpayment of required wage rates, the contractor shall be liable to i.he underpaid employee for. the amount of such underpayment. covered employers found to be in violation of the requirements of Ordinance 99-44 shall be required to pay liquidated damages of S500 to the County for each employee of the covered employer, who performs any portion of the contract work for each week. or portion thereof, that is paid less than the specified living wage rate and health benefits, and back wages to each covered employee that was not paid the required 1ivinc wale rate within thirty (30) days of the findings of violation. Written request for appeals of violations must be filed with compliance officer within ten (10) days of receipt of the violation. B. The County may withhold from service contractor any moneys payable on account of work performed under the contract, such sums as may be determined to be necessary to satisfy anv liabilities for unpaid wages and penalties as provided herein. In order to preserve the rights of the affected workers under Ord. 99-44, the project manager may withhold or cause to be withheld from the service contractor under this agreement so much of the accrued payments or advances as may be considered necessary to pay employees of the covered employer the full amount of wages required by the contract. In the event of failure to pay any covered employee, employed or working on the project, all or part. of the wages required by the contract, the project manager may, after written notice to the service contractor, take such action as may be necessary to cause the suspension of any further payment, until such violations have ceased.,,The withheld monies shall be remitted to the covered employee only in accordance with the provisions of Section 6, "Complaints and Hearings: Contract Termination and Debarment". ' C. In addition to the payment of penalties and backwages, repeat offenders may be debarred from doing business with the County for a period of up to five years and/or have their contracts terminated. ' 2. PAYROLL: BASIC RECORDS • . REPORTING A. Each covered employer shall maintain payrolls for all covered employees and basic records elating thereto and shall preserve them for a period of three (3) years.. The records shall contain: the name and address of each covered employee, the job title and classification, the number of hours worked each day, the gross wages earned and deductions made; annual wages paid; a copy of the social security returns and evidence of payment thereof; a record of health benefit payments including contributions to approved plans: and any other data or information the Living Wage Commission or compliance officer should require from time to time. B. The service contractor, shall provide a certificate to the applicable department, with every invoice or requisition for payment, that includes the name, address, and phone number of the covered •ti employer, a local contact person, and the specific project for which the service contract is sought: the amount of the contract and the applicable department the contract will serve; a brief description of • the project or service provided;, a statement of the wage levels.for all employees; and a commitment • •t..c*4• _, i(i ofiwo. fiW4I Th hyifia,: t sro-fr'"• uy t to pay all employees a ltyingi wage as. suet fort t m the con ra . spe scat ons ;and the name and social F° �• t t secunty number of every employee[ at. provt e • rvtce fo . that regquisition for• payment y fn� t t,- ti- C ��. 'Y.; , +0. "°ft"om^_'s-:iYr: �i'! ti _ }-�?�"5rr•Jrr y �L- ,; jRYMfOi'a:1 rstPT ���t 4-4f`�•��nit stiy,' Y y°,��,aU., .t ` 'y*"4' Y: `s.•4., ,�^a ^S' h-4 .?-��-4 ik1 l**Ar Ai 1eNl-A0Y e,} J gC.?' bs M1.� ,.f.'i'�f-Lr s "' C S,,x 'an �. r '>.a �,,,+ qi.x: • g, J - k.. ; •«i �! j t,�- o n, , ti n , . i 1 s ice'. '� .; l.r •:44; . - a1F-'iwe`—=".'x:.:.'`'-.S;T(' -.?t _':t;='� sa h'x.. L. 7t-'.'si�.�t.-.:.ev , *. i.: •` .,.' .. j �'•h i• i