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