HomeMy WebLinkAboutInvitation To BidMIAMaCaADE
COUNTY
BID NO.: 5066-4/12
OPENING: 2:00 P.M.
WEDNESDAY
AUGUST 8, 2007
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE:
TREES, PALMS, LANDSCAPING SERVICES AND RELOCATION OF TREES &
PALMS FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND: N/A
CATALOGUE AND LISTS: N/A
CERTIFICATE OF COMPETENCY: N/A
EQUIPMENT LIST- N/A
EXPEDITED PURCHASING PROGRAM (EPP) N/A
INDEMNIFICATION/INSURANCE: SEE SECTION 2.0; PARA. 2.11
LIVING WAGE: SEE SECTION 2.0; PARA. 2.33
PRE -BID CONFERENCE[WALK-THRU: SEE SECTION 2.0; PARA. 2.3
SMALL BUSINESS ENTERPRISE MEASURE: SEE SECTION 2.0; PARA. 2.2
SAMPLES/INFORMATION SHEETS- N/A
SECTION 3 — MDHA: N/A
SITE VISIT/AFFIDAVIT: N/A
USER ACCESS PROGRAM: SEE SECTION 2.0, PARA. 2.21
WRITTEN WARRANTY: N/A
FOR INFORMATION CONTACT:
Jose A Sanchez at 305-375-4265, or at sanchez(a miamidade.eov
IMPORTANT NOTICE TO BIDDERS:
A Small Business Enterprise (SBE) bid preference applies to this solicitation.
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 40 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 40 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER
YOUR BID NON -RESPONSIVE
MIAM}DADE
COUNTY
MIAMI-DADE COUNTY, FLORIDA
INVITATION TO BID
Bid Number: 5066-4/12
Title: Trees, Palms. Landscaping Services, and Relocation of Trees & Palms
Sr. Procurement Contracting Agent: Jose A Sanchez
Bids will be accepted until 2:00 p.m. on Wednesday, August 8, 2007
Bids will be publicly opened. The County provides equal access and does not discriminate on
the basis of disability in its programs or services. It is our policy to make all communication
available to the public, including those who may be visually or hearing impaired. If you
require information in a non-traditional format please call 305-375-5278.
Instructions: Each Bid submitted to the Department of Procurement Management shall have
the following information clearly marked on the face of the envelope: the Bidders name, return
address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope
shall be an original and three copies of the Bid Submittal, plus attachments if applicable.
Failure to comply with this requirement may result in your Bid not being considered for
award.
All Bids must be submitted in a sealed envelope or container and will be opened promptly at
the time indicated in this solicitation document. Any Bid received after the first Bid has been
opened will be returned to the Bidder unopened. The County does not accept responsibility for
delays, natural or otherwise.
NOTICE TO ALL BIDDERS:
• FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID
NON -RESPONSIVE.
• THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS
THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING
TO THIS SOLICITATION
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 1
GENERAL TERMS AND CONDITIONS
I.I. DEFINITIONS
Bid - shall refer to any offer(s) submitted in response to this solicitation.
Bidder - shall refer to anyone submitting a Bid in response to this
solicitation.
Bid Solicitation - shall mean this solicitation documentation, including
any and all addenda.
Bid Submittal Form - defines the requirement of items to be
purchased, and must be completed and submitted with Bid. The Bidder
should indicate its name in the appropriate space on each page.
County - shall refer to Miami --Dade County, Florida
DPM - shall refer to Miami -Dade County's Deparumcnt of Procurement
Management Purchasing Division.
Enrolled Vendor -EFFECITVE JULY 8, 2002, shall refer to a firm
that has completed the ncgary documentation in order to receive Bid
notifications from the County, but has not yet registered.
Registered Vendor - shall refer to a firm that has completed the Miami -
Dade County Business Entity Registration Application and has satisfied
all requirements to enter in to business agreements with the County.
For additional information about oa-line vendor enrollment or
vendor registration contact the Vendor Assistance Unit at 111 N.W.
1" Street, 13d' Floor, Mimed, FL 33128, Phone 305.375-5773.
EFFECTIVE JULY 1, 2002, vendors will be sble to enroll and
register online by visiting our web site at httrol/miamidade.eov and
dick on `Business".
1.2. INSTRUCTIONS TO BIDDERS
A. Bidder Qualification
It is the policy of the County to encourage full and open competition
among all available qualified vendors. All vendors regularly engaged in
the type of work specified in the Bid Solicitation ate encouraged to
submit Bids. Vendors may enroll witb the County to be included on a
mailing list for selected categories of goods and services. To be eligible
for award of a contract (including small purchase orders), Bidders must
complete a "Miami -Dade County Business Entity Registration
Application". Only Registered Vendors can be awarded County
contracts. Vendors are encouraged to register with the County anytime
by contacting the Vendor lnformation Center at 305-375-5287. The
County endeavors to obtain the participation of all qualified minority
and disadvantaged business enterprises. For information and to apply for
certification, contact the Department of Business Development, at 111
N.W. 1 Street, 19" Floor, Miami, FL 33128-1844, or telephone at 305-
375-3111. County employees wishing to do business with the County
are referred to Section 2-11.1(d) of the Miami -Dade County Code.
B. Vendor Registration
To be recommended for award the County requires that vendors
complete a Miami -Dade County Business Entity Registration
Application with all required disclosure affidavits. The Miami -Dade
County Business Entity Registration Application must be returned to the
Department of Procurement Management (DPM), Purchasing Division.
within Fourteen (14) days of notification of the intent to recommend for
awardIn the event the Miami -Dade County Business Entity
Registration Application is not properly completed and returned within
the specified time, the County may award to next lowest responsive
Bidder,. The Bidder is responsible for obtaining the Miami -Dade County
Business Entity Registration Application and all affidavits by
downloading from DPM's website at yin://miamidade.gov and click on
`Busies" or from the Vendor Assistance Unit at 111 N.W. 1' Street,
Miami, FL. In becoming a Registered Vendor with Miami -Dade County,
the vendor confirms its knowledge of and commitment to comply with
the following
1. Disclosure of Employment - pursuant to Section 2-8.1(d) of the
County Code.
2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d)
of the County Code.
3. Drug -Free Affidavit - pursuant to Section 2-8.12(b) of the County
Code.
I
4. W-9 and 8109 Forms - The vendor must furnish these forms as
required by the Internal Revenue Service_
5. Social Security Number - The vendor must provide a copy of the
primary owner's social security card if the social security number
is being used in lieu of the Federal Identification Number
(F.E.LN.).
6. Americans with Disabilities Act (A.DA) Affidavit - It is the
policy of the County to comply with all requirements of County
Resolution R182-00 and the A.D.A.
7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant
to Section 2-8.1 (c) of the County Code.
8. Conflict of Interest and Code of Ethics - pursuant to Sections 2-
8.1(i) and 2-11.1(b) (1) through (6) and (9) of the County Code and
County Ordinance No. 00-1 amending Section 2-11.1(c) of the
County Code.
9. Code of Business Ethics - pursuant to Section 2-8.1(i) of the
County Code.
10. Debarment Disclosure Affidavit- pursuant to County Code 10-38.
11. Office of the Inspector General Pursuant to Section 2-1076 of the
County Code.
12. Minority and Disadvantaged Business Enterprises. The County
endeavors to obtain the participation of all minority and
disadvantaged business enterprises pursuant to Sections 2-8.2, 2-
82.3 and 2-8.2.4 of the County Code and Title 49 of the Code of
Federal Regulations.
13. Individuals and Entities Doing Business with the County not
current in their obligations to the County - pursuant to Sections 2-
8.1 (h) and 2-11.1(bX8) of the County Code.
14. Nondiscrimination pursuant to Section 2-8.1.5 of the County Code.
15. Family Leave - Pursuant to Section 11A 30 ofthe County Code.
16. Living Wage -Pursuant to Section 2-8.9 of the County Code.
17. Domestic Leave - Pursuant to Section 11A-60 of the County Code.
18. Antitrust Laws - By acceptance of any contract, the vendor agrees
to comply with all antitrust laws of the United States and the State
of Florida
C. PUBLIC ENTITY CRIMES
To be eligible for award of a contract, firms wishing to do business with
the County must comply with the following.
Pursuant to Section 287.133(2Xa) of the Florida Statutes, a person or
affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a Bid on a contract
to provide any goods or services to a public entity, may not submit a Bid
on a contract with a public entity for the construction or repair of a
public building or public work, may not submit Bids on leases of real
property to a public entity, may not be awarded or perform west as a
contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017 of the
Florida Statuses, for CATEGORY TWO for a period of 36 months from
the date of being placed on the convicted vendor list
D. Request for Additional Information
1. Pursuant to Section 2-11.1(0 of the County Code, all Bid
Solicitations, once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cone of Silence". Any communication or inquiries, except for
clarification of process or procedure already contained in the
solicitation, are to be made in writing to the attention of the
Procurement Agent identified on the front page of the solicitation.
Such inquiries or request for information shall be submitted to the
procurement agent in writing and shall contain the requester's
name, address, and telephone number. If transmitted by facsimile,
the request should also include a cover sheet with Bidder's
facsimile number. The requestor must also file a copy of this
written request with the Clerk of the Board, 111 NW 1" Street, 171°
Floor, suite 202, Miami, Florida 33128-1983 or email
clerkbcc@rniamidade eov.
2. The Department of Procurement Management may issue an
addendum in response to any inquiry received, prior to Bid
opening, which changes, adds to or clarifies the terms, provisions
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION 1
GENERAL TERMS AND CONDITIONS
or requirements of the solicitation. The Bidder should not rely on
any representation, statement or explanation whether written or
verbal, other than those made in this Bid Solicitation document or
in any addenda issued. Where there appears to be a conflict
between this Bid Solicitation and any addenda, the last addendum
issued shall prevail.
3. It is the Bidder's responsibility to ensure receipt of all addenda,
and any accompanying documentation, The Bidder is required to
submit with its Bid a signed "Acknowledgment of Addenda" form,
when any addenda have been issued.
E. Contents of Bid Solicitation and Bidders' Responsibilities
1. it is the responsibility of the Bidder to become thoroughly familiar
with the Bid requirements, terms and conditions of this solicitation.
Pleas of ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the
requirements of the County, or the compensation to be paid to the
Bidder.
2. This solicitation is subject to all legal requirements contained in
the applicable County Ordinances, Administrative Orders, and
Resolutions, as well as all applicable State and Federal Statutes.
Where conflict exists between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following order:
Federal, State and local.
3. It is the responsibility of the Bidder/Proposer, prior to conducting
any lobbying retarding this solicitation to file the appropriate
fonn with the Clerk of the Board 5tatios that a particular
lobbyist is authorized to represent the Bidder/Proposer. The
Bidder/Proposer shall also file a form with the Clerk of the Board
at the point in time at which a lobbyist is no longer authorized to
represent said Bidder/ Proposer. Failure of a Bidder/Proposer to
file the appropriate form required, in relation to each solicitation,
may be considered as evidence that the Bidder/Proposer is not a
responsible contractor.
F. Change or Withdrawal of Bids
1. Changes to Bid - Prior to the scheduled Bid opening a Bidder may
change its Bid by submitting a new Bid, (as indicated on the cover
page) with a letter in writing on the firms letterhead, signed by an
authorized agent stating that the new submittal replaces the
original submittal. The new submittal shall contain the letter and
all information as required for submitting the original Bid. No
changes to a Bid will be accepted after the Bid has been opened.
2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid is
withdrawn as provided herein. Only written a letter received by
the DPM Purchasing Division prior to the Bid opening date may
withdraw a bid. A bid may also be withdrawn ninety (90) days
after the Bid Itas been opened and prior to award, by submitting a
letter to the contact person identified on the front cover of this Bid
Solicitation. The withdrawal letter must be on company letterhead
and signed by an authorized agent of the Bidder.
G. Conflicts Within The Bid Solicitation
Where there appears to be a conflict between the General Terms
and Conditions, Special Conditions, the Technical Specifications,
the Bid Subinittal Section, or any addendum issued, the order of
precedence shall be: the last addendum issued, the Bid Submittal
Section, the Technical Specifications, the Special Conditions, and
then the General Terms and Conditions_
H.
Prompt Payment Terms
It is the policy of Miami -Dade County that payment for all
purchases by County agencies and the Public Health Trust shall be
made in a timely manner and that interest payments be made on
late payments. In accordance with Florida Statutes, Section 218.74
and Section 2-8.1.4 of the Miami -Dade County ('ode, the time at
which payment shall be due from the County or the Public Health
Trust shall be forty-five (45) days from receipt of a proper invoice.
The time at which payment shall be due to small businesses shall
be thirty (30) days from receipt of a proper invoice. All payments
II
BID NO.: 5066-4/12
due from the County or the Public Health Trust, and not made
within the time specified by this section, shall bear interest from
thirty (30) days after the due date at the rate of one percent (1%)
per month on the unpaid balance. Further, proceedings to resolve
disputes for payment of obligations shall be concluded by final
written decision of the County Manager, or his or her designee(s),
not later than sixty (60) days after the date on which the proper
invoice was received by the County or the Public Health Trust.
2. The Bidder may offer cash discounts for prompt payments;
however, such discounts will not be considered in determining the
lowest price during bid evaluation. Bidders are requested to
provide prompt payment terms in the space provided on the Bid
submittal signature page of the solicitation
13. PREPARATION OF BIDS
A. The Bid submittal form defines requirements of items to be
purchased, and must be completed and submitted with the Bid. Use
of any other form will result in the rejection of the Bidder's offer.
B. The Bid submittal form must be legible. Bidders shall use
typewriter, computer or ink. All changes must be crossed out and
initialed in ink. Failure to comply with these requirements may
cause the Bid to be rejected.
C. An authorized agent of the Bidder's fine must sign the Bid
submittal form. FAILURE TO SIGN TOE BID SUBMITTAi,
FORM SHALL RENDER TIfE BID NON -RESPONSIVE.
D. The Bidder may be considered non -responsive if bids are
conditioned to modifications, changes, or revisions to the terms
and conditions of this solicitation.
E. The Bidder may submit alternate Bid(s) for the same solicitation
provided that such offer is allowable under the terms and
conditions. The alternate Bid must meet or exceed the minimum
requirements and be submitted on a separate Bid submittal marked
"Alternate Bid".
F. When there is a discrepancy between the unit prices and any
extended prices, the unit prices will prevail.
G. Please be advised that the County, in exercise of its discretion, may
not accept bids and/or proposals received after the scheduled time
and date. Sealed bids/proposals will be opened promptly at the
time and place specified. The responsibility for submitting a
sealed bid/proposal on or before the stated time and date is solely
and strictly the responsibility of the Bidder/Proposer. Miami -Dade
County is not ncspunsible for delays caused by any mail, package
or couriers service, including the U.S. Mail, or caused by any other
occurrence.
1.4. CANCELLATION OF BID SOLICITATION
Miami -Dade County reserves the right to cancel, in whole or in part, any
Invitation to Bid when it is in the best interest of tbe County.
13. AWARD OF BID SOLICITATION
A. This Bid may be awarded to the responsible Bidder meeting all
requirements as set forth in the solicitation The County reserves
the right to reject any and all Bids, to waive irregularities or
technicalities and to re -advertise for all or any part of this Bid
Solicitation as deemed ire its best interest. The County shall be the
sole judge of its best interest
B. When there are multiple line items in a solicitation, the County
reserves the right to award on an individual item basis, any
combination of items, total low Bid or in whichever manner
deemed in the best interest of the County.
C. The County reserves the right to reject any and all Bids if it is
determined that prices are excessive, best offers are determined to
be unreasonable, or it is otherwise determined to be in the
County's best interest to do so.
D. The County reserves the right to negotiate prices with the low
bidder, provided that the scope of work of this solicitation remains
the same.
E. Award of this Bid Solicitation will only be made to fins that have
completed the Miami -Dade County Business Entity Registration
Application and that satisfy all necessary legal requirements to do
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION 1
GENERAL TERMS AND CONDITIONS
business with Miami -Dade County. Firms domiciled in Miami -
Dade County must present a copy of their Miami -Dade County
issued Occupational License.
F. Pursuant to County Code Section 2-8.1(g), the Bidder's
performance as a prime contractor or subcontractor on previous
County contracts shall be taken into account in evaluating the Bid
received for this Bid Solicitation.
G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an
appropriately sized self-addressed stamped envelope. Bid results
will not be given by telephone or facsimile. Please allow ten (10)
calendar days after Bid opening for mailing.
H. The Bid Solicitation, any addenda and/or properly executed
modifications, the purchase order, and any change order(s) shall
constitute the contract.
1. In accordance with Resolution R-1574-88 the Director of
Purchasing Division will decide all tie Bids.
J. Award of this Bid may be predicated on compliance with and
submittal of all required documents as stipulated in the Bid
Solicitation.
1.6. CONTRACT EXTENSION
A. The County reserves the right to exercise its option to extend a
contract for up to one hundred -eighty (180) calendar days beyond
the current contract period and will notify the contractor in writing
of the extension.
B. This contract may be extended beyond the initial one hunched -
eighty (180) day extension period upon mutual agreement between
the County and the successful Bidder(s) upon approval by the
Board of County Commissioners.
1.7. WARRANTY
All warranties, express and implied, shall be made available to the
County for goods and services covered by this Bid Solicitation. All
goods furnished shall be fully guaranteed by the successful Bidder
against factory defects and workmanship. At no expense to the County,
the sneees'ful Bidder shall correct any and all apparent and latent
defects that may occur within the manufacturer's standard warranty.
The Special Conditions of the Bid Solicitation may supersede the
manufacturer's standard warranty.
1.8. ESTIMATED QUANTITIES
Estimated quantities or dollars are for Bidder's guidance only: (a)
estimates are based on the Cotmty's anticipated needs and/or usage
during a previous contract period and; (b) the County may use these
estimates to determine the low Bidder. Estimated quantities do not
contemplate or include possible additional quantities that may be
ordered by other government, quasi-govennment or non-profit entities
utilizing this contract under the Joint Purchase portion of the County
User Access Frog am (UAP) described in Section 2.21 of this contract
solicitation and the resulting contact, if that section is present in this
solicitation document No guarantee is expressed or implies as to
quantities or dollars that will be used during the contract period. The
County is not obligated to place any order for the given amount
subsequent to the award of this Bid Solicitation.
1.9. NON -EXCLUSIVITY
It is the intent of the County to enter into an agreement with the
successful. Bidder that will satisfy its needs as describe herein.
However, the County reserves the right as deemed in its best interest to
perform, or cause to be performed, the work and services, or any portion
thereof, herein described in any manner it sees fit, including but not
limited to: award of other contracts, use of any contractor, or perform
the work with its own employees.
1.10. LOCAL PREFERENCE
The evaluation of competitive bids is subject to Section 2-8.5 of the
Miami -Dade County Code, which, except where contrary to federal and
state law, or any other funding source requirements, provides that
preference be given to local businesses. A local business shall be
defined as:
III
BID NO.: 5066-4/12
1. a business that has a valid occupational License, issued by
Miami -Dade County at least one year prior to bid or
proposal submission, that is appropriate for the goods,
services or construction to be purchased;
2. a business that has physical business address located within
the limits of Miami -Dame County from which the vendor
operates or performs business. Post Office Boxes are not
verifiable and shall not be used for the purpose of
establishing said physical address; and
3. a business tat contributes to the economic development and
well-being of Miami -Dade County in a verifiable and
measurable way. This may include but not be limited to the
retention and expansion of employment opportunities and
the support and increase in the County's tax base. To satisfy
this requirement, the vendor shall affirm in writing its
compliance with either of the following objective criteria as
of the bid or proposal submission date stated in the
solicitation:
(a)
vendor has at least ten (10) permanent full time
employees, or part time employees equivalent to 10
FTE ("full-time equivalent" employees working 40
hours per week) that live in Miami -Dade County, or
at least 25% of its employees that live in Miami -
Dade County, or
(b) vendor contributes to the County's tax base by
paying either real property taxes or tangible personal
property taxes to Miami -Dade County, or
(c) some other verifiable and measurable contribution to
the economic development and well-being of Miami -
Dade County.
When there is a responsive bid from a Miami Dade local business within
10% of the lowest price submitted by a responsive non -local business,
the local business and the non —local low bidder shall have the
opportunity to submit a best and final bid equal to or lower than the
amount of the low bid previously submitted by the non -local business.
At this time, there is an intertocal agreement in effect between Miami -
Dade and Broward Counties until September 2007. Therefore, a vendor
which meets the requirements of (1), (2) and (3) above for Broward
County shall be considered a local business pursuant to this Section.
1.11. CONTINUATION OF WORK
Any work that commences prior to and will extend beyond the
expiration date of the current contract period shall, unless terminated by
mutual written agreement between the County and the successful
Bidder, continue until completion at the same prices, tenns and
conditions.
1.12. BID PROTEST
A. A recommendation for contract award or rejection of award may
be protested by a Bidder in accordance with the procedures
contained in Sections 2-8.3 and 2-8.4 of the County Code, as
amended, and as established in Administrative Order No.3-21.
B. A written intent to protest shall be filed with the Clerk of the
Board and mailed to all participants in the competitive process
and to the County Attorney within three (3) County work days of
the filing of the County Manager's recommendation. This three
day period begins on the County work day after the filing of the
County Manager's recommendation. Such written intent to
protest shall state the particular grounds on which it is based and
shall be accompanied by a filing fee as detailed in Para C below.
C. The written intent to protest shall be accompanied by a non-
refundable filing fee, payable to the Clerk of the Board, in
accordance with the schedule provided below:
Revised 11/9/06
MIAMI-DADE COUNTY
Award Amount
$25,000-1100,000
$100,001-$500,000
$500,001-$5 million
Over $5 million
SECTION 1
GENERAL TERMS AND CONDITIONS
Filing Fee
$500
$1,000
$3,000
$5,000
The protester shall then file all pertinent documents and
supporting evidence with the Clerk of the Board and mail copies
to all participants in the competitive process and to the County
Attorney within throe (3) County work days after the filing of a
written intent to protest.
D. For award recommendations greater than 5250,000 the following
shall apply
The County's recomrttendation to award or reject will be
immediately communicated (via mail, fax or email) to all
participants in the competitive process and filed with the Clerk of
the Board.
E. For award recommendations from $25,000 to $250,000 the
following shall apply:
Each County work day, as appropriate, recommendations to
award or reject will be posted in the lobby of the Stephen P.
Clark Center, located at 111 N.W. 1` Street. Participants may
also call the Awards Line at 305-375-4724, or 800-510-4724, or
the contact person as identified on the cover page of the Bid
Solicitation.
1.13. RULES, REGULATIONS AND LICENSES
The successful Bidder shall comply with all laws and regulations
applicable to provide the goods and/or services specified in this Bid
Solicitation. The Bidder shall be familiar with all federal, state and local
laws that may in affect the goods and/or services offered.
L14. PACKAGING
Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers shall be suitable for shipment and/or
storage and comply with Resolution No. 738-92.
1.15. SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the successful Bidder
shall not subcontract any portion of the work without the prior written
consent of the County. The ability to subcontract may be further limited
by the Special Conditions. Subcontracting without the prior consent of
the County may result in termination of the contract for default. When
Subcontracting is allowed the Bidder shall comply with County
Resolution No. 1634-93, Section 10-34 of the County Code and County
Ordinance No. 97-35.
1.16. ASSIGNMENT
The successful Bidder shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, including any rights, title or interest
therein, or its power to execute such contract to any person, company or
corporation without the prior written consent of the County.
1.17. DELIVERY
Unless otherwise specified in the Bid Solicitation, prices quoted shall be
F.O.B. Destination. Freight shall be included in the proposed price.
1.18. RESPONSIBILITY AS EMPLOYER
The employee(s) of the successful Bidder shall be considered to be at all
times its employee(s), and not an employee(s) or agent(s) of the County
or any of its departments. The successful Bidder shall provide
competent and physically employee(s) capable of performing the work
as required. The County may require the successful Bidder to remove
any employee it deems unacceptable. All employees of the successful
Bidder shall wear proper identification.
1.19. INDEMNIFICATION
The successful Bidder shall indemnify and hold harmless the County
and its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorney's fees and costs of
IV
BID NO.: 5066-4/12
defense, which the County or its officers, employees, agents or
instrumentalities may incur as a result of claims, demands, suits, causes
of actions or proceedings of any kind or nature arising out of, relating to
or resulting from the performance of the agreement by the successful
Bidder or its employees, agents, servants, partners, principals or
subcontractors. The successful Bidder shall pay all claims and losses in
connection therewith, and shall investigate and defend all claims, suits
or actions of any kind or nature in the name of the County, where
applicable, including appellate proceedings, and shall pay all costs,
judgments, and attomey's fees which may be incurred thereon. The
successful Bidder expressly understands and agrees that any insurance
protection required by this Agreement or otherwise provided by the
successful Bidder shall in no way limit the responsibility to indenntify,
keep and save harmless and defend the County or its officers,
employees, agents and instrumentalities as herein provided.
1.20. COLLUSION
Where two (2) or more related parties, as defined herein, each submit a
Bid for any contract, such Bids shall be presumed to be collusive. The
foregoing presumption may be rebutted by the presentation of evidence
as to the extent of ownership, control and management of such related
parties in preparation and submittal of such Bids. Related parties shall
mean Bidder or the principals thereof which have a direct or indirect
ownership interest in another Bidder for the same contract or in which a
parent company or the principals thereof of one (1) Bidder have a direct
or indirect ownership interest in another Bidder for the same contract.
Furthermore, any prior understanding, agreement, or connection
between two or more corporations, finns, or persons submitting a bid for
the same materials, supplies, services, or equipment shall also be
presumed to be collusive. Bids found to be collusive shall be rejected.
Bidders who have been found to have engaged in collusion may be
considered non -responsible, and may be suspended or debarred, and any
contract resulting from collusive Bidding may be terminated for default.
1.21. MODIFICATION OF CONTRACT
The contract may be modified by mutual consent, in writing through the
issuance of a modification to the contract, purchase order, change order
or award sheet, as appropriate.
1.22. TERMINATION FOR CONVENIENCE
The County, at its sole discretion, reserves the right to terminate this
contract without cause upon thirty (30) days written notice. Upon
receipt of such notice, the successful Bidder shall not incur any
additional costs under this contract. The County shall be liable only for
reasonable costs incurred by the successful Bidder prior to notice of
termination. The County shall be the sole judge of "reasonable costs."
1.23. TERMINATION FOR DEFAULT
The County reserves the right to terminate this contract, in part or in
whole, or place the vendor on probation in the event the successful
Bidder fails to perform in accordance with the terms and conditions
stated herein. The County further reserves the right to suspend or debar
the successful Bidder in accordance with the appropriate County
ordinances, resolutions and/or administrative orders. The vendor will
be notified by letter of the County's intent to terminate. In the event of
termination for default, the County may procure the required goods
and/or services from any source and use any method deemed in its best
interest. All re -procurement cost shall be borne by the successful
Bidder.
1.24. FRAUD AND MISREPRESENTATION
Pursuant to Section 2-8.1:4 of the Miami -Dade County Code, any
individual, corporation or other entity that attempts to meet its
contractual obligations with the County through fraud, misrepresentation
or material misstatement, may be debarred for up to five (5) years. The
County as a further sanction may terminate or cancel any other contracts
with such individual, corporation or entity Such individual or entity
shall be responsible for all direct or indirect costs associated with
termination or cancellation, including attorney's fees.
Revised 11/9/06
MIAMI-DADE COUNTY
SECTION 1
GENERAL TERMS AND CONDITIONS
1.25. ACCESS TO RECORDS
The County reserves the right to require the Contractor to submit to an
audit by Audit and Management Services or other auditor of the
Comity's choosing at the Contractor's expense. The Contractor shall
provide access to all of its records, which relate directly or indirectly to
this Agreement at its place of business during regular business hours.
The Contractor shall retain all records pertaining to this Agreement and
upon request make them available to the County for three years
following expiration of the Agreement. The Contractor agrees to
provide such assistance as may be necessary to facilitate the review or
audit by the County to ensure compliance with applicable accounting
and financial standards.
1.26 OFFICE OF THE INSPECTOR GENERAL
Miami -Dade County has established the Office of the Inspector General,
which is authorized and empowered to review past, present, and
proposed County and Public Health Trust programs, contracts,
transactions, accounts, records and programs. The Inspector General
(IG) has the power to subpoena witnesses, administer oaths, require the
production of records and monitor existing projects and programs. The
Inspector General may, on a random basis, perform audits on all County
contracts. The cost of random audits shall be incorporated into the
contract price of all contracts and shall be one quarter (1/4) of one (1)
percent of the contract price, except as otherwise provided in Section 2-
1076(c)(8) of the County Code.
1.27 PRE -AWARD INSPECTION
The County may conduct a pre -award inspection of the bidder's site or
hold a pre -award qualification hearing to determine if the bidder is
capable of perforating the requirements of this bid solicitation.
1.28 PROPRIETARY/CONFIDENTIAL INFORMATION
Bidders are hereby notified that all information submitted as part of, or
in support of bid submittals will be available for public inspection after
opening of bids in compliance with Chapter 119 of the Florida Statutes;
popularly know as the "Public Record Law." The bidder shall not
submit any information in response to Ibis invitation, which the bidder
considers to be a trade secret, proprietary or confidential. The
submission of any information to the County in connection with this
invitation shall be deemed conclusively to be a waiver of any trade
secret or other protection, which would otherwise be available to the
bidder. In the event that the bidder submits information to the County in
violation of this restriction, either inadvertently or intentionally, and
clearly identifies that information in the bid as protected or confidential,
the County shall endeavor to redact and return that information to the
bidder as quickly as possible, and if appropriate, evaluate the balance of
the bid. The redaction or return of information pursuant to this clause
may render a bid non -responsive.
1.29. HEALTH INSURANCE PORTABILITY AND
ACCOUNTABILITY ACT (HIPAA)
Any person or entity that performs or assists Miami -Dade County with a
function or activity involving the use or disclosure of "individually
identifiable health information (II II) and/or Protected Health
Information (PHI) shall comply with the Health Insurance Portability
and Accountability Act (HIPAA) of 1996 and the Miami -Dade County
Privacy Standards Administrative Order. HIPAA mandates for privacy,
security and electronic transfer standards, that include but are not limited
to:
1. Use of information only for performing services required by
the contract or as required by law;
2. Use of appropriate safeguards to prevent non -permitted
disclosures;
3. Reporting to Miami -Dade County of any non -permitted use
or disclosure;
4. Assurances that any agents and subcontractors agree to the
same restrictions and conditions that apply to the
Bidder/Proposer and reasonable assurances that IIH1/PHI
will be held confidential;
V
BID NO.: 5066-4/12
5. Making Protected Health Information (PHI) available to the
customer,
6. Making PHI available to the customer for review and
amendment and incorporating any amendments requested
by the customer;
7. Making PHI available to Miami -Dade County for an
accounting of disclosures; and
8. Making internal practices, books and records related to PHI
available to Miami -Dade County for compliance audits.
PHI shall maintain its protected status regardless of the form and method
of transmission (paper records, and/or elec,truuic transfer of data). The
Bidder/ Proposer must give its customers written notice of its privacy
information practices including specifically, a description of the types of
uses and disclosures that would be made with protected health
information.
130. CHARTER COUNTY TRANSIT SYSTEM SALES SURTAX
When proceeds from the Charter County Transit System Sales Surtax
levied pursuant to Section 29.121 of the Code of Miami -Dade County
are used to pay for all or some part of the cost of this contract, no award
of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a
multi -department contract, nor an award of a contract solely for the use
of Transit/Public Works shall be effective and thereby give rise to a
contractual relationship with the County for Transit/Public Works
purchases unless and until both the following have occurred: 1) the
County Commission awards the contract, and such award becomes final
(either by expiration of 10 days after such award without veto by the
Mayor, or by Commission override of a veto); and, 2) either, i) the
Citizens' Independent Transportation Trust (C1TT) has approved
inclusion of Transit/Public Works in this contract, or, ii) in response to
the C1TTs disapproval, the County Commission reaffirms Transit/Public
Work's inclusion in the contract by two-thirds (2/3) vote of the
Commission's membership and such reaffirmation becomes final.
131 LOBBYIST CONTINGENCY FEES
A. In accordance with Section 2-11.1(s) of the Code of Miami -Dade
County after May, 16, 2003, no person may, in whole or in part, pay,
give or agree to pay or give a contingency fee to another person. No
person may, in whole or in part, receive or agree to receive a
contingency fee.
B. A contingency fee is a fee, bonus, commission or non -monetary
benefit as compensation which is dependant on or in any way contingent
upon the passage, defeat, or modification of. 1) any ordinance,
resolution, action or decision of the County Commission; 2) any action,
decision or recommendation of the County Manager or any County
board or committee; or 3) any action, decision or recommendation of
any County personnel during the time period of the entire decision -
making process regarding such action, decision or reconunendation
which forseeably wilt be heard or reviewed by the County Commission
or a County board or committee.
132 COMMISSION AUDITOR — ACCESS TO RECORDS
Pursuant to Ordinance No. 03-2, all vendors receiving an award of the
contract resulting from this solicitation will grant crudes to the
Commission Auditor to all financial and performance related records,
property, and equipment purchased in whole or in pan with government
funds.
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
2.1 PURPOSE:
The purpose of this Invitation to Bid is to pre -qualify bidders to furnish, deliver, and install
trees, palms, and landscaping services and to purchase relocation services of trees and palms.
2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER
THAN $50,000 (Bid Preference):
A Small Business Enterprise (SBE) bid preference applies to this solicitation.
A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on
contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the
Department of Business Development (DBD) for the type of goods and/or services the
Enterprise provides in accordance with the applicable Commodity Code(s) for this
solicitation. For certification information, contact the Department of Business Development
at 305-375-3111 or access www.miamidade.gov/dbd.
The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract
award and for the duration of the contract to remain eligible for the preference.
2.3 PRE -BID CONFERENCE (RECOMMENDED):
A pre -bid conference will be held on Monday, July 30, 2007 @a 9:00 AM at Stephen P. Clark
Center located at 111 NW 1 St Street, Miami, Florida, 18th Floor, Conference Room 18-4 to
discuss the special conditions and specifications included within this solicitation. It is highly
recommended that a representative of the firm attend this conference as the "cone of silence"
will be lifted during the course of the conference and informal communication can take
place.
Vendors are requested to bring this solicitation document to the conference, as additional
copies may not be available.
"Multiple members of individual community councils may be present."
2.4 TERM OF CONTRACT: TWELVE (12) MONTHS:
This contract shall commence on the first calendar day of the month succeeding approval of
the contract by the Board of County Commissioners, or designee, unless otherwise stipulated
in the Notice of Award Letter which is distributed by the County's Department of
Procurement Management, Purchasing Division; and contingent upon the completion and
submittal of all required bid documents. The contract shall expire on the last day of the
twelve month period.
-6-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
2.5 OPTION TO RENEW FOR FOUR (4) ADDITIONAL YEARS WITH PRICE
ADJUSTMENT: (GROUP II ONLY)
The initial contract prices resultant from this solicitation shall prevail for a one (1) year
period from the contract's initial effective date. Prior to, or upon completion, of that initial
term, the County shall have the option to renew this contract for an additional four (4) years
period on a year-to-year basis. Prior to completion of each exercised contract term, the
County may consider an adjustment to price based on changes in the following pricing index:
Consumer Price Index, Wage Earners and Clerical Workers in the Miami for All Items.
It is the vendor's responsibility to request any pricing adjustment under this provision. For
any adjustment to commence on the first day of any exercised option period, the vendor's
request for adjustment should be submitted 90 days prior to expiration of the then current
contract term. The vendor adjustment request should not be in excess of the relevant pricing
index change. If no adjustment request is received from the vendor, the County will assume
that the vendor has agreed that the optional term may be exercised without pricing
adjustment. Any adjustment request received after the commencement of a new option
period may not be considered.
The County reserves the right to reject any price adjustments submitted by the vendor and/or
to not exercise any otherwise available option period based on such price adjustments.
Continuation of the contract beyond the initial period, and any option subsequently exercised,
is a County prerogative, and not a right of the vendor. This prerogative will be exercised
only when such continuation is clearly in the best interest of the County.
Should the vendor decline the County's right to exercise the option period, the County may
consider the vendor in default which decision may effect that vendor's eligibility for future
contracts.
NOTE: IF MULTIPLE VENDORS ARE INVOLVED UNDER THE GIVEN
CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO
THE SPECIFIC ITEMS OF WORK INITIALLY AWARDED TO ANY
SPECIFIC VENDOR.
2.6 METHOD OF AWARD:
Group I: To pre -qualify bidders who will be invited to participate in spot market
purchases to furnish, deliver, and install trees and palms, and
landscaping services.
Award of Group I will be made to all responsive, responsible vendors who meet the
minimum qualifications set forth in this solicitation. Those qualifications are as follows:
1. Bidders shall be required to maintain an office/warehouse within the State of Florida.
This facility shall be staffed by competent company representatives who can be contacted
-7-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
Monday through Friday 8:00 AM to 5:00 PM, as per bid submittal forms Group I, item
A.
2. Bidders shall have a dedicated line for a facsimile machine and/or email address available
twenty-four hours a day to expedite quotes, as per bid submittal forms Group I, item B.
3. Firms have to be regularly engaged in furnishing, delivering, an installing trees, palms,
and landscaping services in the State of Florida for a minimum of three (3) years.
Prospective bidders are required to provide three (3) business references within the State
of Florida, as per bid submittal forms Group I, item C.
4. Evidence of insurance:
Individual work projects will be bid and awarded on an as needed basis with work to
commence within the scope of work time frame. Therefore, all bidders shall provide a
certificate of insurance with the bid submittal forms Group I, Item E and as per guidelines
established on Section 2.0; paragraph 2.11.
During the term of this contract, the County reserves the right to add vendors that meet the
above qualification criteria as it deems necessary and in its best interest. If the County elects
to add vendors, they must meet the pre -qualification criteria established for this contract.
Bidders are required to submit all of the specified information, documents and attachments
with their bid submittal as proof of compliance to the requirements of this Invitation to Bid.
However, the County may, at its sole discretion and in its best interest, allow the bidders to
complete, supplement, or supply the required documents during the bid evaluation period.
Failure to provide the required documentation as specified by the County shall declare your
firm's proposal non -responsive.
These pre -qualified vendors will form a pool and shall participate in spot market purchases as
required by the County on a periodic basis. When a requirement to procure trees, palms, and
landscape project is identified, all pre -qualified vendors shall be invited to offer a fixed price.
The bidder offering the lowest fixed price on the total order shall be awarded the purchase of
the item(s), resulting thereof. The award to one bidder for the items(s) does not preclude the
ability of remaining pre -qualified bidder(s) from submitting future offers for other trees,
palms, and landscape projects.
It shall be the sole prerogative of the County as to the number of vendors who will be
initially included under this contract. During the term of this contract, the County reserves
the right to add or delete vendors as it deems necessary in its best interests. If the County
elects to add vendors, they must meet the same minimum qualifications established for the
original competition.
Spot market written quotes will be initiated by Miami -Dade County Departments.
-8-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
Group II: Relocation of Trees and Palms
1. Award of Group II will be made up to three (3) lowest responsive, responsible bidders on
an item by item basis. While the award will be made to multiple bidders by item to
assure availability, the lowest bidder by item shall be given the _ first opportunity to
perform under the terms and conditions of the contract.
2. Evidence of insurance:
All bidders shall provide a certificate of insurance with the bid submittal forms, as per
paragraph 2.11.
2.7 PRICES SHALL BE FIXED AND FIRM FOR THE TERM OF CONTRACT:
(GROUP 2 ONLY)
If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor
shall remain fixed and firm during the term of contract.
2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY
EQUIPMENT — INTENTIONALLY OMITTED
2.9 EQUAL PRODUCT — INTENTIONALLY OMITTED
2.10 LIQUIDATED DAMAGES — INTENTIONALLY OMITTED
2.11 INDEMNIFICATION AND INSURANCE (1) - GENERAL SERVICE AND
MAINTENANCE CONTRACT
Provider shall indemnify and hold harmless the County and its officers, employees, agents
and instrumentalities from any and all liability, losses or damages, including attorneys' fees
and costs of defense, which the County or its officers, employees, agents or instrumentalities
may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind
or nature arising out of, relating to or resulting from the performance of this Agreement by
the Provider or its employees, agents, servants, partners principals or subcontractors.
Provider shall pay all claims and losses in connection therewith and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the County, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's
fees which may issue thereon. Provider expressly understands and agrees that any insurance
protection required by this Agreement or otherwise provided by Provider shall in no way
limit the responsibility to indemnify, keep and save harmless and defend the County or its
officers, employees, agents and instrumentalities as herein provided.
The vendor shall furnish to the Vendor Assistance Section, Department of Procurement
Management, Administration Division, 111 NW 1st Street, Suite 1300, Miami, Florida
33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which meets the requirements as outlined below:
-9-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
A. Worker's Compensation Insurance for all employees of the vendor as required by Florida
Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount not less than $300,000
combined single limit per occurrence for bodily injury and property damage. Miami -
Dade County must be shown as an additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used
in connection with the work, in an amount not less than $300,000 combined single limit
per occurrence for bodily injury and property damage.
All insurance policies required above shall be issued by companies authorized to do business
under the laws of the State of Florida, with the following qualifications:
The company must be rated no less than `B" as to management, and no less than "Class V"
as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M.
Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County
Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority as shown in the latest "List
of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by
the State of Florida Department of Insurance and are members of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance shall be made without thirty
(30) days in advance notice to the certificate holder.
NOTE: DADE COUNTY SOLICITATION NUMBER AND TITLE OF
SOLICITATION MUST APPEAR ON EACH CERTIFICATE.
CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY
111 NW 1st STREET, SUITE 1300
MIAMI, FLORIDA 33128
Compliance with the foregoing requirements shall not relieve the vendor of his liability
and obligation under this section or under any other section of this agreement.
Issuance of a purchase order is contingent upon the receipt of the insurance documents within
fifteen (15) calendar days after Board of County Commission approval. If the insurance
certificate is received within the specified time frame but not in the manner prescribed in this
solicitation, the vendor shall be verbally notified of such deficiency and shall have an
additional five (5) calendar days to submit a corrected certificate to the County. If the vendor
fails to submit the required insurance documents in the manner prescribed in this solicitation
-10-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
within twenty (20) calendar days after Board of Commission approval, the vendor shall be in
default of the contractual terms and conditions and shall not be awarded the contract. Under
such circumstances, the vendor may be prohibited from submitting future Proposal to the
County in accordance with Section 1.0, paragraph 1.23 of the General Terms and Conditions.
The vendor shall be responsible for assuring that the insurance certificate required in
conjunction with this Section remain in force for the duration of the contractual period;
including any and all option years that may be granted to the vendor in accordance with
Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the
contractual period, the vendor shall be responsible for submitting new or renewed insurance
certificates to the County at a minimum of thirty (30) calendar days in advance of such
expiration. In the event that expired certificates are not replaced with new or renewed
certificates which cover the contractual period, the County shall suspend the contract until
such time as the new or renewed certificates are received by the County in the manner
prescribed in the solicitation; provided, however, that this suspended period does not exceed
thirty (30) calendar days. If such suspension exceeds thirty (30) calendars days, the County
may, at its sole discretion, terminate this contract for cause and seek re -procurement damages
from the vendor in accordance with Section 1.0, paragraph 1.23 of this solicitation.
2.12 OFFER GUARANTY/BID BOND FOR A SPECIFIC AMOUNT - INTENTIONALLY
OMITTED
2.13 PERFORMANCE BOND BASED ON FIXED DOLLAR AMOUNT -
INTENTIONALLY OMITTED
2.14 CERTIFICATIONS - INTENTIONALLY OMITTED
2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED
PURCHASES:
The vendor(s) shall submit an invoice(s) to the County user department(s) after purchase has
been completed, whether the specific item(s) were picked up by authorized County personnel
or delivered to the site by the vendor. In addition to the general invoice requirements set forth
below, the invoices shall reference the corresponding delivery ticket number or packing slip
number that was signed by an authorized representative of the County user department at the
time the items were delivered and accepted. Submittal of theseperiodic invoices shall not
exceed thirty (30) calendar days from the delivery of the items. Under no circumstances
shall the invoices be submitted to the County in advance of the delivery and acceptance of
the items.
All invoices shall contain the following basic information:
I. Vendor Information:
• The name of the business organization as specified on the contract
Miami -Dade County and vendor
_11_
between
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
• Date of invoice
• Invoice number
• Vendor's Federal Identification Number on file with Miami -Dade
II. County Information:
County
• Miami -Dade County Release Purchase Order or Small Purchase Order
Number
III. Pricing Information:
• Unit price of the goods, services or property provided
• Extended total price of the goods, services or property
• Applicable discounts
IV. Goods or Services Provided per Contract:
• Description
• Quantity
V. Delivery Information:
• Delivery terms set forth within the Miami -Dade County Release
Order
Purchase
• Location and date of delivery of goods, services or property
VI. Failure to Comply:
• Failure to submit invoices in the prescribed manner will delay payment.
2.16 SHIPPING TERMS: F.O.B. DESTINATION - INTENTIONALLY OMITTED:
2.17 DELIVERY REQUIREMENTS — INTENTIONALLY OMITTED
2.18 BACK ORDER ALLOWANCES — INTENTIONALLY OMITTED
2.19 WARRANTY SHALL BE ONE (1) YEAR FROM DATE OF ACCEPTANCE:
(GROUP I — ONLY)
A. Type of Warranty Coverage Required
In addition to all other warranties that may be supplied by the bidder, the bidder shall
warrant its products and/or service against faulty labor and/or defective material, for a
minimum period of one (1) year after the date of acceptance of the labor, materials
- 12 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
and/or equipment by the County. This warranty requirement shall remain in force for
the full one (1) year; regardless of whether the bidder is under contract with the
County at the time of defect. Any payment by the County on behalf of the goods or
services received from the bidder does not constitute a waiver of these warranty
provisions.
B. Correcting Defects Covered Under Warranty
The bidder shall be responsible for promptly correcting any deficiency, at no cost to
the County, within thirty (30) calendar days after the County notifies the bidder of
such deficiency in writing. If the bidder fails to honor the warranty and/or fails to
correct or replace the defective work or items within the period specified, the County
may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as
a County bidder and/or subject to contractual default if the corrections or
replacements are not completed to the satisfaction of the County within seven (7)
calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within
the period specified in the notice, the County may (a) place the bidder in default of its
contract, and/or (b) procure the products or services from another vendor and charge
the bidder for any additional costs that are incurred by the County for this work or
items; either through a credit memorandum or through invoicing.
2.20 CONTACT PERSONS:
For any additional information regarding the terms and conditions of this solicitation and
resultant contract, contact: Jose A Sanchez at (305) 375-4265 email —
sanchez@a,miamidade. gov.
2.21 COUNTY USER ACCESS PROGRAM (UAP):
User Access Fee
Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a
user access fee under the County User Access Program (UAP) in the amount of two percent
(2%). All sales resulting from this contract, or any contract resulting from this solicitation
and the utilization of the County contract price and the terms and conditions identified
herein, are subject .to the two percent (2%) UAP. This fee applies to all contract usage
whether by County Departments or by any other governmental, quasi -governmental or not -
for -profit entity.
The vendor providing goods or services under this contract shall invoice the contract price
and shall accept as payment thereof the contract price less the 2% UAP as full and complete
payment for the goods and/or services specified on the invoice. The County shall retain the
2% UAP for use by the County to help defray the cost of the procurement program. Vendor
participation in this invoice reduction portion of the UAP is mandatory.
- 13 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
Joint Purchase
Only those entities that have been approved by the County for participation in the County's
Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive
Miami -Dade County contract pricing and terms and conditions. The County will provide to
approve entities a UAP Participant Validation Number. The vendor must obtain the
participation number from the entity prior to filling any order placed pursuant to this section.
Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The
vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order,
of a decision to decline the order.
For all ordering entities located outside the geographical boundaries of Miami -Dade County,
the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and
Charged Back" basis. This allowance shall only be made when expressly authorized by a
representative of the ordering entity prior to shipping the goods.
• Miami -Dade County shall have no liability to the vendor for the cost of any purchase made
by an ordering entity under the UAP and shall not be deemed to be a party thereto. All
orders shall be placed directly by the ordering entity with the vendor and shall be paid by the
ordering entity less the 2% UAP.
Vendor Compliance
If a vendor fails to comply with this section, that vendor may be considered in default by
Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract
solicitation and the resulting contract.
2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY
The trees, palms, and landscaping materials to be provided hereunder shall be delivered to
the County, and maintained if applicable to the contract, in full compliance with the
specifications and requirements set forth in this contract. _ If a vendor -provided product is
determined to not meet the specifications and requirements of this contract, either prior to
acceptance or upon initial inspection, the item will be returned, at vendor expense, to the
vendor. At the County's own option, the vendor shall either provide a direct replacement for
the item, or provide a full credit for the returned item. The vendor shall not assess any
additional charge(s) for any conforming action taken by the County under this clause.
2.23 ACCIDENT PREVENTION AND BARRICADES:
Precautions shall be exercised at all times for the protection of persons and property. All
vendors performing services under this contract shall conform to all relevant OSHA, State
and County regulations during the course of such effort. Any fines levied by the above
mentioned authorities for failure to comply with these requirements shall be borne solely by
-14-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
the responsible vendor. Barricades shall be provided by the vendor when work is performed
in areas traversed by persons, or when deemed necessary by the County Project Manager.
A. CONTRACTOR, OPERATING RESPONSIBILITIES:
I. MAINTENANCE OF TRAFFIC
The applicable portions of the Public Works Manual, Part 1, as pertains to the
maintenance of traffic, and the "Manual on Uniform Traffic Control Devices for
Streets and Highways" (MUTCD) and subsequent revisions and addenda, as
published by the U.S. Department of Transportation, Federal Highway
Administration, and guidelines given below shall apply.
During all operation, the Contractor shall adhere to standards as set forth in the above
publications and shall comply with all applicable laws. Failure to do so will result in
the County issuing an order to the Contractor to immediately stop the operation in
question. The operation will be allowed to resume only after the County has
approved the Contractor's corrections to the work zone.
Contractor shall install from beginning to end of this maintenance operation, warning
signs and/or any other warning and safety devices advising motorists of work being
done in the area. All signs shall be temporary and must be removed at the end of the
work operation, or at the end of day whichever comes first.
The following guidelines must be followed during each maintenance operation:
1. When no lanes are blocked:
a. All Contractor vehicles must have beacons and flashes on.
b. "MEN WORKING" signs must be set up before starting operations.
• On two lane roads: one (1) sign must be posted at each end of site, for
each direction of travel (total of two (2) signs).
• On four lane roads two (2) signs at each end of site (one on median and
one on shoulder) for each direction of travel (total of four (4) signs.
• Orange safety cones shall be set at edges of travel lanes in the immediate
area of work.
c. Vehicles shall be parked next to median at the transition area of left turn lanes.
Orange traffic cones must be placed from the start of transition of the left turn
lane to the front of vehicle at fifteen feet (15') intervals.
2. When a lane is to be blocked:
- 15 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
a. No traffic lane shall be blocked for any period between the hours of 7:00 to
10:00 AM and 3:30 to 7:00 PM.
b. No traffic lanes may be blocked for a period longer than fifteen (15) minutes,
unless a Maintenance of Traffic (M.O.T.) Plan has been approved at least
twenty-four (24) hours in advance.
c. A traffic lane may be blocked for up to fifteen (15) minutes, if absolutely
necessary. However, the following M.O.T. must be followed:
• Flagmen shall be posted at the edge of the travel lane at least five hundred
(500) feet prior to start of transition.
• There shall be a minimum of two hundred (200) feet transition with traffic
cones, prior to lane closure. It is recommended that vehicle -blocking lane
have a flashing arrow board.
d. Failure to comply with any of these requirements will result in immediate
suspension of work. Contractor must then notify Miami -Dade County of
correction and call for re -inspection.
II. SAFETY:
A. Contractor agrees to perform all work outlined in the contract in such a manner as
to meet all accepted standards for safe practice during the maintenance operation;
to safely maintain equipment, and machines, and agrees additionally to accept the
sole responsibility for complying with all local, County, or State or legal terms
requirements including, but not limited to full compliance with the applicable
terms and safety orders of O.S.H.A., so as to protect all persons, including
contractor's employees, agents of the County, vendors, members of the public, or
others, from injury, or damage to their property. The contractor(s) shall provide
each employee with a safety vest, or reflective tee shirt, and establish a safe
working zone (as defined by specifications) during all work operations.
B. The County, through its designees reserves the right to issue immediate restraint
or cease and desist orders to contractors, when unsafe or harmful acts are
observed or reported, relative to the performance of the work under the contract.
C. During normal working hours, contractor shall obtain emergency medical care for
any member of the public who is in need thereof, because of illness or injury
occurring at the site. Contractor shall cooperate fully with the County in the
investigation of any accidental injury or death occurring on the site, including
prompt report thereof to the Project Manager.
D. Hazardous conditions, not caused or correctable by the contractor are to be
immediately reported to the County Project Manager.
-16-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
2.24 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS:
Although this Solicitation is specific to a County Department, it is hereby agreed and
understood that any County department or agency may avail itself of this contract and
purchase any and all items specified herein from the successful bidder(s) at the contract
price(s) established herein. Under these circumstances, a separate purchase order shall be
issued by the County, which identifies the requirements of the additional County
department(s) or agency (ies).
2.25 CLEAN-UP:
All unusable materials and debris shall be removed from the premises at the end of each
workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall
thoroughly clean up all areas where work has been involved as mutually agreed with the
associated user department's project manager.
2.26 COMPETENCY OF VENDORS
The County may elect to conduct a pre -award inspection of the vendor's facility during the
offer evaluation process. Offers will be considered only from firms which are regularly
engaged in the business of providing the goods and/or services as described in this
solicitation, and who can produce evidence that they have an established satisfactory record
of performance for a reasonable period of time. Vendors must demonstrate that they have
sufficient financial support, equipment and organization to ensure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated. The
term "equipment and organization" as used herein shall be construed to mean a fully
equipped and well established company, in line with the best business practices in the
industry and as determined by the proper authorities of Miami -Dade County.
The County reserves the right, before awarding the contract, to require a vendor to submit
such evidence of its qualifications as it may deem necessary. The County may consider any
evidence available to it of the financial, technical and other qualifications and abilities of any
vendor responding hereunder, including past performance with the County, in determining
vendor responsibility for the purposes of selecting a vendor for contract award.
2.27 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY VENDOR:
The vendor shall be responsible for filing, processing, and collecting all damage claims
against the shipper.
2.28 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR:
The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work,
and/or any work that fails to conform to the contract documents regardless of project
-17-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
completion status. All corrections shall be made within three (3) calendar days after such
rejected defects, deficiencies, and/or non -conformances are verbally reported to the vendor
by the County's project administrator, who may confirm all such verbal reports in writing.
The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct
the work within the period specified, the County may, at its discretion, notify the vendor, in
writing, that the vendor is subject to contractual default provisions if the corrections are not
completed to the satisfaction of the County within seven (7) calendar days of receipt of the
notice. If the vendor fails to correct the work within the period specified in the notice, the
County shall place the vendor in default, obtain the services of another vendor to correct the
deficiencies, and charge the incumbent vendor for these costs; either through a deduction
from the final payment owed to the vendor or through invoicing. If the vendor fails to honor
this invoice or credit memo, the County may terminate the contract for default.
2.29 FURNISH AND INSTALL REQUIREMENTS:
The specifications and/or statement of work contained within this solicitation describe the
various functions and classes of work required as necessary for the completion of the project.
Any omissions of inherent technical functions or classes of work within the specifications
and/or statement of work shall not relieve the bidder from furnishing, installing or
performing such work where required to the satisfactory completion of the project.
2.30 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE
VENDOR:
Unless otherwise provided in Section 3 (entitled "Technical Specifications"), of this
solicitation the vendor shall furnish all labor, material and equipment necessary for
satisfactory contract performance. When not specifically identified in the technical
specifications, such materials and equipment shall be of a suitable type and grade for the
purpose. All material, workmanship, and equipment shall be subject to the inspection and
approval of the County's Project Manager.
2.31 LEGAL REQUIREMENT FOR POLLUTION CONTROL:
It is the intent of these specifications to comply with the Miami -Dade County Pollution
Control Ordinance as stated in Chapter 24 of the Miami -Dade Code. This ordinance is made
a part of these specifications by reference and may be obtained, if necessary, by the vendor
through the Department of Environmental Resources Management (DERM), 33 SW 2nd
Ave., Miami, Florida 33130, Telephone (305) 372-6789.
2.32 LICENSES, PERMITS AND FEES:
The vendor shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein. Damages, penalties and or fines
imposed on the County or the vendor for failure to obtain required licenses, permits or fines
- 18 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
shall be borne by the vendor.
2.33 SUPPLEMENTAL GENERAL CONDITION:
Bidders are advised that the provisions of Section 2-8.9 of the Code of Miami -Dade County
(also known as the Living Wage Ordinance) will apply to any contract(s) awarded pursuant
to this bid. By submitting a bid pursuant to these specifications, a bidder is hereby agreeing
to comply with the provisions of Section 2-8.9, and to acknowledge awareness of the
penalties for non-compliance. A copy of this Code Section may be obtained from the
department issuing the specifications for this bid.
This Supplemental General Condition is organized with the following sections:
1. Definitions
2. Minimum Wages and Posting of Information
3. Liability for Unpaid Wages; Liquidated Damages; Withholding
4. Payrolls, Records and Reporting
5. Subcontracts
6. Complaints and Hearings; Contract Termination and Debarment
1. DEFINITIONS
A. "Administrative hearing officer" means a qualified arbitrator appointed by the County
Manager to resolve disputes arising from the enforcement of the Living Wage
Ordinance.
B. "Applicable department" means the County department(s) using the service contract.
C. "Complaint" means any written charge/allegation presented to the Compliance Officer
alleging a practice prohibited by the Ordinance.
D. "Compliance officer" means the County , Manager or his/her designee to review
compliance with the Living Wage Ordinance and this Administrative Order.
E. "Contract" means an agreement for services covered by the Living Wage Ordinance
involving the County or Public Health Trust, or approved by the County, the
Procurement Director or his/her designee, or the Public Health Trust.
F. "Contracting officer" means the Department of Procurement Management and Public
Health Trust staff or any other County personnel responsible for issuing County service
contracts.
- 19 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
G. "County" means the government of Miami -Dade County or the Public Health Trust.
H. "Covered employee" means anyone employed by any service contractor, as further
defined in County Code Section 2-8.9, either full or part time, as an employee with or
without benefit plan that is providing covered services pursuant to the service
contractor's contract with the County.
I. Covered employer means any and all service contractors and subcontractors of service
contractors providing covered services. Service contractor is any individual, business
entity, corporation (whether for profit or not -for -profit), partnership, limited liability
company, joint venture, or similar business that is conducting business in Miami -Dade
County or any immediately adjoining county and meets the following criteria:
(1) the service contractor is paid in whole or in part from the County's general fund,
capital projects funds, special revenue funds, or any other funds either directly or
indirectly, for contracted covered service whether by competitive bid process,
informal bids, requests for proposals, some form of solicitation, negotiation, or
agreement, or any other decision to enter into a contract; and
(2) the service contractor and any subcontractor is engaged in the business to provide
covered services either directly or indirectly for the benefit of the County; or
(3) the service contractor is a General Aeronautical Service (GASP) Permittee or
otherwise provides any of the Covered Services defined herein at any Miami Dade
County Aviation Department facility including Miami International Airport
pursuant to a permit, lease agreement or otherwise.
J. Covered services are services purchased by the County that are subject to the
requirements of the Living Wage Ordinance which are one of the following:
(1) County Service Contracts - Contracts awarded by the County that involve a total
contract value of over $100,000 per year for the following services:
(i) food preparation and/or distribution;
(ii) security services;
(iii) routine maintenance services such as custodial, cleaning, refuse removal,
repair, refinishing and recycling;
(iv) clerical or other non -supervisory office work, whether temporary or
permanent;
(v) transportation and parking services including airport and seaport services;
(vi) printing and reproduction services; and,
(vii) landscaping, lawn and/or agricultural services.
- 20 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
(2) Services Provided To Miami -Dade County Aviation Facilities: Any service that is
provided by a GASP Permittee to a Miami -Dade County Aviation Department
Facility or any other service Contractor that provides any of the following services
to a Miami -Dade County Aviation Department facility is a covered service without
reference to any contract value.
(i) Ramp Service: Guiding aircraft in and out of Airport; aircraft loading and
unloading positions, designated by the Aviation Department; placing in
position and operating passenger, baggage and cargo loading and unloading
devices, as required for the safe and efficient loading and unloading of
passengers, baggage and cargo to and from aircraft; performing such loading
and unloading; providing aircraft utility services, such as air start and cabin
air; fueling; catering; towing aircraft; cleaning of aircraft; delivering cargo,
baggage and mail to and from aircraft to and from locations at any Miami -
Dade County Aviation Department facility; and providing such other ramp
services approved in writing by the Aviation Department;
(ii) Porter Assistance Services: Handling and transportation through the use of
porters, or other means, of baggage and other articles of the passengers of
contracting air carriers or aircraft operators, upon request of the passenger, in
public access areas of the Airport Terminal Complex. The Living Wage shall
not apply to employees performing tip -related porter assistance services,
including curbside check -in;
(iii) Passenger Services: Preparing such clearance documents for the baggage and
cargo of aircraft passengers, as may be required by all governmental agencies;
furnishing linguists for the assistance of foreign -speaking passengers;
passenger information assistance; arranging in-flight meals for departing
aircraft with persons or companies authorized by the Department to provide
such meals; and providing assistance to handicapped passengers;
(iv) Dispatching and Communications Services: Providing ground to aircraft radio
communication service; issuing flight clearances; sending and receiving
standard arrival, departure and flight plan messages with appropriate
distribution of received messages; providing standby radio flight watch for
aircraft in flight; and calculation of fuel loads and take -off and landing
weights for aircraft;
(v) Meteorological Navigation Services: Providing information based on the
analysis and interpretation of weather charts; planning aircraft flights in
accordance with the latest accepted techniques; providing appropriate
prognostic weather charts; and generally providing information appropriate
for enroute aerial navigation;
- 21 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
(vi) Ticket Counter and Operations Space Service: The operation of ticket counter
and airlines' operations space; ticket checking, sales and processing; weighing
of baggage; operation of an information, general traffic operations and
communications office for air carriers and aircraft operators with whom the
Service Contractor has contracted to supply such services;
(vii) Janitorial Services;
(viii) Delayed Baggage Services;
(ix) Security Services unless provided by federal government or pursuant to a
federal government contract; and,
(x) Any other type of service that a GASP permittee is authorized to perform at
any Miami -Dade County Aviation Department Facility will be considered a
covered service, regardless of whether the service is performed by a GASP
permittee or other service contractor.
K. "Debar" means to exclude a service contractor, its individual officers, its principal
shareholders, its qualifying agent or its affiliated businesses from County contracting
and subcontracting for a specific period of time, not to exceed five (5) years, pursuant
to section 10-38 of the Code of Miami -Dade County.
L. "Living wage" means the minimum hourly pay rate with or without health benefit plan
as further described in Section 2-8.9 of the Code of Miami -Dade County and as indexed
from year to year.
M. "Living Wage Commission" means a fifteen person advisory board established by the
County Commission for the purpose of reviewing the effectiveness of the Living Wage
Ordinance, reviewing certifications submitted by covered employers, reviewing
quarterly reports on complaints filed by employees and making recommendations to the
County Mayor and Commission.
N. "Project manager" means the person assigned under a contract, usually a department
director of the using agency or his/her designee, who has primary responsibility to
manage the contract and enforce contract requirements.
2. MINIMUM WAGES AND POSTING OF INFORMATION
A. All covered employees providing covered services shall be paid a living wage of no
less than $12.24 per hour or $10.69 per hour with qualifying health benefit plan, as
described in this section and in the Living Wage Ordinance or the current rate for the
given year in the manner provided for herein for the adjustment of the Living Wage
rate. When the covered employer seeks to comply with the Living Wage Ordinance by
choosing to pay the wage rate applicable when also paying a qualifying health benefit
- 22 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
plan, such health benefit plan shall consist of at least $1.55 per hour towards the
provision of health care benefit plan for employees and their dependents. Proof of the
provision of such benefit plan must be submitted to the applicable department to qualify
for the wage rate for employees with health benefit plan.
B. Pursuant to Section C of County Code Section 2-8.9, the Living Wage rate must be
annually indexed based on the Consumer Price Index (CPI) calculated by the U.S.
Department of Commerce as applied to the County of Miami -Dade.
C. Covered employees shall be paid by company or cashier's check, not less than bi-
weekly, and without subsequent deduction or rebate on any account. The covered
employer shall pay wage rates in accordance with federal and all other applicable laws
such as overtime and similar wage laws.
D. Covered employers must post in a visible place on the site where such contract work is
being performed, a notice specifying the (1) wages/benefit plan to be paid; (2) the
amount of liquidated damages for any failure to pay such specified combined overall
hourly wage rate and benefit plan; and (3) the name and address of the responsible
official in Miami -Dade County to whom written complaints should be sent. Posting
requirements will not be required where the employer prints the following statements
on the front of the covered employee's paycheck and every six months thereafter: "You
are required by Miami -Dade County law to be paid at least [insert applicable rate under
this Chapter] dollars an hour. If you are not paid this hourly rate, contact your
supervisor or a lawyer." All notices will be printed in English, Spanish and Creole.
Any complaints of underpayment must be filed in writing with the Director of the
Department of Business Development, 111 Northwest First Street, l9th Floor, Miami,
FL 33128-1844, (305) 375-3111.
E. Covered employers must refrain from terminating or otherwise retaliating against an
employee performing work on the contract even though a complaint of practices has
been filed by the employee or other investigative or enforcement action is being taken
regarding such service contractor.
3. LIABILITY FOR UNPAID WAGES; PENALTIES; WITHHOLDING
A. In the event of any underpayment of required wage rates, the contractor may be liable
to the underpaid employee for the amount of such underpayment within thirty (30) days
of the findings of violation. Covered employers found to be in violation of the
requirements of Section 2-8.9 may also be required to pay liquidated damages of up to
$500 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 applicable living wage rate. Request for appeals of violations must be filed in
writing with the compliance officer within ten (10) days of receipt of the violation.
- 23 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
B. Any wages not collected by underpaid employees shall be remitted, by the employer
responsible for paying the wage debt, to the Department of Business Development
(DBD) for depository into the DBD Trust Fund. Proceeds from the "Trust Fund" shall
be held for one (1) year and if not claimed by the underpaid employee, shall be
transferred to the State of Florida.
C. The County may withhold from a service contractor any moneys payable on account of
work performed under the contract, such sums as may be determined to be necessary to
satisfy any liabilities for unpaid wages and penalties as provided herein. In order to
preserve the rights of the affected workers under Section 2-8.9, 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".
D. 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.
4. PAYROLL; RECORDS; REPORTING
A. Each covered employer shall maintain payrolls for all covered employees and records
relating 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; if applicable, a record of health benefit payments including
contributions to approved plans; and any other data or infounation 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 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 to pay all
employees a living wage as set forth in the contract specifications; and the name and
social security number of every employee that provided service for that requisition for
payment.
-24-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4112
SECTION 2
SPECIAL CONDITIONS:
C. The covered employer shall submit the information required hereunder every six (6)
months, to the applicable department a complete payroll showing the employer's
payroll records for each covered employee working on the contract for covered services
for one payroll period.
D. The covered employer shall file with the applicable department, every six months,
reports of employment activities to be made publicly available, including: race and
gender of employees fired and terminated; zip codes of employees hired and
terminated; and wage rates of employees hired and terminated.
E. The covered employer shall make the records required to be kept hereunder available
for inspection, copying or transcription by an authorized representative of the County,
and shall permit such representative to interview employees during working hours on
the job. Failure to submit the required reports upon request or to make records
available may be grounds for debarment. The service contractor is responsible for the
submission of the information required hereunder and for the maintenance of records
and provision of access to same by all subcontractors.
5. SUBCONTRACTS
The service contractor shall insert in any subcontracts the clauses set forth in paragraphs 1
through 6 of this provision and also a clause requiring the subcontractors to include these
clauses in any subcontracts. The service contractor shall be responsible for compliance by
any subcontractor with the clauses set forth in paragraphs 1 through 6 of this provision.
6. PROCEDURES FOR APPEAL THROUGH ADMINISTRATIVE HEARING
OFFICER PROCESS; CONTRACT TERMINATION AND DEBARMENT
A. Appeals of findings of violation and imposition of penalties by the compliance officer
shall be heard by an administrative hearing officer. Upon the receipt of a written
appeal, the compliance officer shall notify the County Manager in writing and the
County Manager shall appoint an administrative hearing officer and set a time for an
administrative hearing. Failure to appeal within the specified time shall be considered a
waiver of the appeal process provided for in Section 3.A and an admission of the
complaint/violation.
B. Notification of hearing date shall be served by the compliance officer upon the covered
employer against whom the complaint is made within ten (10) working days of the
appointment of the administrative hearing officer. Such notice shall be by certified
mail, return receipt requested. Such notice shall include:
(1) A copy of the written complaint, including reasons and causes for the proposed
administrative hearing outlining alleged prohibited practices upon which it is based;
- 25 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
(2) The penalties assessed;
(3) That an administrative hearing shall be conducted before an administrative hearing
officer on a date and time not to exceed thirty (30) business days after service of the
notice. The notice shall also advise the covered employer that they may be
represented by an attorney, may present documentary evidence and verbal
testimony, and may cross-examine or rebut evidence and testimony presented
against them; and,
(4) A description of the effect of the issuance of the notice of the proposed
administrative hearing and the potential effect(s) of this administrative hearing.
C. The compliance officer or his/her designee shall, with the assistance of the project
manager, present evidence and arguments to the administrative hearing officer.
D. No later than seven (7) days prior to the scheduled hearing date, the covered employer
must furnish the compliance officer a list of the defenses the covered employer intends
to present at the administrative hearing. If the covered employer fails to submit such
list, in writing, at least seven (7) days prior to the administrative hearing, or fails to seek
an extension of time within which to do so, the covered employer shall be deemed to
have waived the opportunity to be heard at the administrative hearing. The
administrative hearing officer shall have the right to grant or deny an extension of time,
and the decision may only be reviewed upon an abuse of discretion.
E. Hearsay evidence shall be admissible at the administrative hearing, but shall not form
the sole basis for finding a violation of Section 2-8.9. The administrative hearing shall
be transcribed, taped or otherwise recorded by a court reporter, at the election of the
administrative hearing officer and at the expense of the County. Copies of the hearing
tape or transcript shall be furnished at the expense and request of the requesting party.
The cost of such transcription may be assessed, by the hearing officer, against a service
contractor that has been found to violate Section 2-8.9.
F. In addition to the payment of penalties and back wages, the County Manager may
debar, for a period not to exceed five (5) years, a service contractor or subcontractor
and the principal owners and/or qualifying agents thereof found to have violated the
requirements of Section 2-8.9 a second time. If the County Manager determines a
covered employer failed to comply with these provisions a third time, the non-
complying covered employer's service contract with the County may be terminated.
G. The County Manager may order the withheld amount equal to any underpayment
remitted to the employee. In addition, the County Manager may order payment of a
penalty to the County. If the required payment is not made within a reasonable period
of time, the County Manager may order debarment as described above.
- 26 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
A breach of the clauses contained in this Supplemental General Condition shall be deemed a
breach of this contract and may be grounds for termination of the contract, and for
debarment, and any other remedies available to the County.
2.34 NOTIFICATION TO BEGIN WORK SHALL BE GIVEN THROUGH A WORK
ORDER:
The vendor shall neither commence any work, nor enter a County work premise, until a
Work Order directing the vendor to proceed with various items of work has been received
from any authorized County representative; provided however, that such notification shall be
superseded by any emergency work that may be required in accordance with provisions
included elsewhere in this solicitation and resultant contract.
2.35 OMISSION FROM THE SPECIFICATIONS:
The apparent silence of this specification and any addendum regarding any details or the
omission from the specification of a detailed description concerning any point shall be
regarded as meaning that only the best commercial practices are to prevail, and that only
materials and workmanship of first quality are to be used. All interpretations of this
specification shall be made upon the basis of this agreement.
2.36 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING
DELIVERY:
The successful bidder shall enclose a complete packing slip or delivery ticket with any items
to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to
the shipping carton(s) which contain the items and shall be made available to the County's
authorized representative during delivery. The packing slip or delivery ticket shall include,
at a minimum, the following information: purchase order number; date of order; a complete
listing of items being delivered; and back -order quantities and estimated delivery of back-
orders if applicable.
2.37 RISK OF LOSS:
The vendor assumes the risk of loss or damage to the County's property during possession of
such property by the vendor, and until delivery to, and acceptance of, that property to the
County. The vendor shall immediately repair, replace or make good on the loss or damage
without cost to the County, whether the loss or damage results from acts or omissions
(negligent or not) of the vendor or a third party.
The vendor shall indemnify and save the County harmless from any and all claims, liability,
losses and causes of action which may arise out of the fulfillmentof this contract. The
vendor shall pay all claims and losses of any nature whatever in connection therewith, and
shall defend all suits, in the name of the County when applicable, and shall pay all costs and
judgments which may issue thereon.
-27-
Revised 1119/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 2
SPECIAL CONDITIONS:
2.38 SUPERINTENDENT SHALL BE SUPPLIED BY THE BIDDER:
The successful Bidder shall employ a competent superintendent who shall be in attendance at
the project site during the progress of the work. The superintendent shall be the primary
representative for the Bidder and all communications given to and all decisions made by the
superintendent shall be binding to the Bidder. Notwithstanding, the superintendent shall be
considered to be, at all times, an employee of the Bidder under its sole direction and not an
employee or agent of Dade County.
2.39 TOXIC SUBSTANCES/Federal "Right to Know" Regulations:
The Federal "Right to Know" Regulation implemented by the Occupational Safety and
Health Administration (OSHA) requires employers to inform their employees of any toxic
substances to which they may be exposed in the workplace, and to provide training in safe
handling practices and emergency procedures. It also requires notification to local fire
departments of the location and characteristics of all toxic substances regularly present in the
workplace.
Accordingly, the vendor(s) performing under this contract shall be required to provide two
(2) complete sets of Material Safety Data Sheets to each User Department utilizing the
awarded products. This information should be provided at the time when the initial delivery
is made, on a department by department basis.
For additional information on the Federal Right to Know Regulation, contact OSHA at
www.OSHA.gov or call (954) 424-0242.
2.40 WAREHOUSE FACILITIES SHALL BE IN THE STATE OF FLORIDA:
Bids will only be accepted from bidder(s) which have warehouse facilities located in the
State of Florida.
The County reserves the right to perform an inspection of these warehouse facilities during
the bid evaluation period and any time during the term of the contract and to use this
inspection as a means for determining the lowest responsive, responsible bidder. The
acceptable size, location, level of security, and functionability of the warehouse shall be
determined by the County in consideration of the bid requirements in its best interest; and its
decision shall be final.
2.41 WORK ACCEPTANCE:
This project will be inspected by an authorized representative of the County. This inspection
shall be performed to determine acceptance of work, appropriate invoicing, and warranty
conditions.
- 28 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
3.1 SCOPE:
This contract shall require one or a combination of the following activities, as listed in the
Bid Proposal Forms, to be provided by the vendor when requested by various Miami -Dade
County Departments for the period stated: Trees, Palms and Landscaping Services: Furnish
& Deliver; Furnish, Deliver & Install; Relocation at locations designated by the County.
3.2 QUALITY:
• All plant material supplied hereunder shall be Florida Grade # 1 or better as described in
the current Florida Department of Agriculture Grades and Standards for Nursery Plants
with regard to shape and branching structure, foliage and root system as typical for each
species.
• All plant material is to be provided free of insects and diseases or they will not be
accepted.
• The County reserves the right to inspect and tag the trees in the nursery or to inspect them
upon delivery to the planting site. Trees that do not meet the quality and size
specification will not be accepted, and shall not be planted. If the vendor disagrees with
the County as to the condition of the plant material, the County will request a third party
assessment by the Florida Department of Agriculture. Both parties will accept results of
this review.
3.3 CERTIFIED SEED:
All "Malayan dwarf' and "Maypan" coconuts supplied hereunder shall only be those grown
from APHIS -certified seed nuts from Jamaica or Costa Rica. The vendor shall provide
copies of invoices and shipping receipts for the APHIS -certified seed nuts used to grow these
palms when the County orders the trees.
3.4 PREPARATION OF PLANT MATERIAL, "FURNISH & DELIVER, OR "FURNISH,
DELIVER AND INSTALL":
All trees must be root pruned using standard nursery industry practice, not less than six (6)
weeks or more than six (6) months prior to planting. No plants will be accepted when the
root ball has been cracked, broken, or damaged in any fashion. Plants are to be protected
during transport to avoid windburn, dehydration of the root ball or other damage. Once the
tree is removed from the ground at the nursery, it must be planted within 48 hours.
3.5 FURNISH, DELIVER AND INSTALL PLANT MATERIAL:
The trees, palms, and landscaping materials shall be transported by the vendor to the
designated site or sites and planted in locations as indicated by the County representative(s).
- 29 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
The trees/palms and landscaping planting materials and work methods must be in accordance
with all specifications herein.
3.6 FURNISH AND DELIVER PLANT MATERIAL:
When the trees/palms and landscaping materials are ready to be planted, they are to be
transported by the vendor to the site or sites designated by the County representative(s). At
that time, the trees, palms, landscaping materials will be inspected by the County
representative(s). If the trees, palms, landscaping material are acceptable, the County then
assumes responsibility for the order after unloading of material by vendor.
3.7 SIZE OF PLANT MATERIAL:
Size of the tree or palm will be determined by measuring from existing ground level to the
topmost portion of the tree.
Overall height of tree(s) must have relational size of trunk caliper and size of root ball as
follows:
HEIGHT
CALIPER
MINIMUM DIAMETER OF
ROOT BALL
MINIMUM DEPTH OF
ROOT BALL
06'
- 08'
1-1/4" Minimum
18"
12"
08'
—10'
1-1/2" Minimum
20"
14"
10'
— 12'
2" Minimum
24"
16"
12'
— 14'
2-1/2" Minimum
28"
18"
14'
— 16'
3" Minimum
32"
21"
16'
— 18'
3-1/2" Minimum
36"
24"
All measurement of caliper is to be made 6" above ground level. Crown spread diameter to be
consistent with guidelines provided in the most current edition of Florida Grades and Standards for
Nursery Plants.
PALMS — MINIMUM ROOT BALL SIZE FOR ALL TYPES OF FIELD -GROWN PALMS
OVERALL HEIGHT
WIDTH OF BALL'
DEPTH OF BALL
< 15 feet
Diameter of trunk
+ 08" each side
12"
15 — 25 feet
Diameter of trunk
+ 10" each side
18"
' Width shall be a partial radius measured from the base of the trunk in single trunked Palms, or from
the base of the stem farthest from the center of the cluster in clustering Palms. See Figure.4.
- 30 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
Fig 4. Measuring the width and depth of a root ball.
3.8 PLANTING: (for planting octal' Illustration of a typical Palm and a Typical Tree)
A. Planting:
The planting pit shall be a minimum of 24" wider than the diameter of the root ball unless
otherwise directed by the County representative(s). The depth of the pit shall be adjusted
so that the top of the root ball will be at the same elevation as the existing ground level.
All plants shall be centered in the hole. Burlap is to be untied and pulled away from the
top of the ball unless otherwise specified in writing by the County representative(s).
B. Backfill Material:
The existing material excavated from the planting pit is to be used as backfill.
1. Fertilizer:
All trees are to be fertilized at time of planting with Atlantic Florida East Coast
Fertilizer Mixture (No. 5231) 12-06-08 slow -release fertilizer, or approved equal.
This fertilizer is to be spread evenly over the top of the planting pit after backfilling.
The application rate is 21bs./tree.
All palms are to be fertilized at time of planting with Atlantic Florida East Coast
Fertilizer Mixture (No. 6878) 08-04-12 slow -release improved palm special fertilizer,
or approved equal. This fertilizer is to be spread evenly over the top of the planting
pit after backfilling. The application rates to be as follows:
Moderate and Heavy Trunk and Large Cluster Palms 3 Lbs./Palm
Slender Trunk and Small Cluster Palm 1-1/2 Lbs. /Palm
-31-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
2. Mulch and other Materials:
A planting saucer will be established the same size as the diameter of the planting pit
and the rim shall be no higher than 4". The mulch is to be Forestry Research
Products Florimulch (Melaleuca mulch) free of viable seed and burrowing nematodes
and certified by the Florida Department of Agriculture or equal or red and cypress
and is to be spread evenly inside the saucer to a depth of 3". Furnished materials
shall include but not be limited to plants, sod, top soil, potting soil, mulch, lava rocks,
landscaping stones, landscaping timbers, chattahoochee stones, egg rock and other
landscaping materials as required for each project.
Note: Using destroyed trees is an environmentally -friendly method of producing
mulch as long as it is certified to be seed -free.
3. Watering -In:
Plants are to be watered -in during the planting process to eliminate all air pockets in
the backfill material. On installation and relocation work, the contractor shall provide
all labor and materials required to perform the following watering schedule.
4. Watering Schedule:
a. After planting trees and palms they are to be watered as follows:
• 3 times/week for the first 4 weeks
• 2 times/week for the second 4 weeks
• 1 time/week for the third 4 weeks.
b. Application Rate:
• Trees and slender trunk palms/6 gallons /watering
• Moderate and heavy trunk palms/10 gallons/watering.
Note: The user department will be responsible for verifying that the watering
schedule is adhered to.
5. Supplemental Watering:
If prevailing weather conditions warrant additional watering of trees or palms the
County representative(s) will determine the need and the contractor will be paid the
price per tree or palm that the contractor bids times the number of trees and watering.
6. Staking, guying and saucer removal:
This work shall be performed in accordance with the standard details for trees or
palms attached to these specifications. Palms shall be staked using the Arborlock
Staking Systems or equal. Trees shall be guyed using Arbor Tie (a flat woven
-32-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
polypropylene material with 900 lb. break strength) manufactured by Deep Root
Partners, L.P., or approved equal. If the County representative(s) determines that
staking or guying is not required the unit cost bid by the Contractor shall be deducted
from the cost of each tree or palm.
Six (6) months after planting the contractor shall return to the site and remove all
materials used for staking, guying and level to existing grade the 4" saucer planting
pit and removing all excess material. At the discretion of the County representative(s)
the period for staking and guying may be extended beyond six (6) months but for no
longer than one (1) year.
7. Cleanup:
The installation contractor shall at all times keep the premises clean of waste
materials or rubbish caused by his employees or his work. Surplus materials
excavated at the job site shall be removed and disposed of properly by the Contractor.
8. Repair of Damage:
The Contractor shall take all precaution(s) necessary to prevent damage to existing
structures, curbs, walkways, pavement, marked utilities, etc. Where minor damage to
turf areas occurs all ruts and other irregularities are to be filled with clean sand and
leveled. If more extensive turf areas are disrupted grading and sodding of the area
will be required. Any such damage will be repaired by the Contractor at his expense
within ten (10) working days after notification and before payment is made.
9. Utility Location:
At public facilities where underground utilities are present it will be the responsibility
of the contractor to mark the utility location and contact the County facility, or
County Project Manager to verify utility locations. When planting or relocating trees
within the public right-of-way it is the responsibility of the Contractor to contact the
appropriate utilities and have the utility locations marked. Conflicts between utility
locations and tree locations may result in adjustments to tree locations or a reduction
in the quantity of trees ordered. In these cases the County representative(s) will
determine the adjustments to be made.
10. Guarantees:
All trees and palms shall be guaranteed for a period of one (1) year. At the end of the
guarantee period the County representative(s) will inspect the plant material. Any
trees or palms that are dead, have significant dieback or are not in viable condition in
the County representative's opinion must be replaced.
- 33 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
Replacements must be equal to the original tree in species, size and specification.
Interim inspections may be made at the discretion of the County during the guarantee
period and any replacements needed shall be made at that time. All replacements
must be made within thirty (30) days of notification to the Contractor. Should any
replacements made during the guarantee period die before the end of the one (1) year
guarantee, they must again be replaced.
11. Quality:
All plant materials supplied by the bidder must meet the standard and description as
described' by the Florida Grades and Standards Publications of the State of Florida,
Department of Agriculture and be Florida grade No 1 or better. All plant material
shall have a habit of growth that is normal for the species and shall be sound, health,
vigorous, and free from insects, plant diseases and injuries. No substitutes will be
acceptable and it will be the sole discretion and decision of the County representative
to either accept or reject a quote.
3.9 TREES AND PALMS TO BE RELOCATED:
When the trees/palms are ready to be relocated the County representative(s) shall mark the
new location(s) for the contractor. The contractor shall provide all labor, materials, and
equipment necessary to perform the relocation work. Trees to be relocated that are destroyed
or receive excessive damage during relocation shall be replaced in -kind and size. The
tree/palm relocation, planting materials and work methods must be in accordance with all
specifications for trees and palms furnish and install.
All necessary permits for relocation will be the responsibility of the contractor.
Caliper of trees to be transplanted shall be measured at 6" above grade for the trees up to 4"
in diameter, 12" above grade for larger trees.
Size of palms will be determined by measuring from existing ground level to the topmost
portion of the tree.
3.10 PREPARATION OF PLANT MATERIAL TO BE RELOCATED:
A. Trees shall be root pruned six (6) weeks prior to relocation. No backhoes shall be used
in the process. The County may waive root pruning when time will not allow. The
guarantee shall not apply to relocated trees that are not root pruned. Root ball size for
all trees and palms to be relocated shall be as specified in the most current edition of
Florida Grades and Standards for Nursery Plants.
B. Pruning of the canopy shall be executed just prior to root pruning. The extent of
pruning shall be the minimum needed to reduce shock resulting from severing of roots,
however no branches larger than 1" in diameter shall be trimmed other than at the
-34-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 3
TECHNICAL SPECIFICATION:
branch collar. Interior sucker growth and dead wood shall be first removed, followed
by selective pruning of branches and limbs. Limbs that cross through the tree crown
shall be removed before other limbs are removed. Pruning shall not destroy the form of
the tree. All cuts shall be made outside of the branch collar.
C. Backfilling Trench: backfill the trench with coarse sand. Trees shall be watered in at
this time to eliminate air pockets in the backfill.
D. Bracing and Guying of Trees After Root Pruning and Removal of Excess Materials:
Bracing, guying and 4" saucer planting saucer at time of severing roots shall be
provided if required by the County representative(s) to support trees during the root
regeneration period. Such work shall provide stability and support to the extent that
trees are maintained in a vertical position for duration of the root regeneration period.
3.11 GUARANTEE FOR RELOCATED TREES AND PALMS: (GROUP 2 ONLY)
All trees and palms that are relocated and that have been root pruned shall be guaranteed for
a period of one (1) year after relocation. After relocation, the contractor will be paid one-half
of the bid price. At the end of the guarantee period, the relocated plant material will be
inspected and the contractor will be paid the balance due for all trees or palms that are alive
and are likely to survive. No additional payment will be made for trees or palms that are
dead or have dieback to the extent that the relocated material is not viable.
-35-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 4
BID SUBMITTAL FORM
Submit Bid To:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street
17th Floor, Suite 202
Miami, Florida 33128-1983
MIAMI•DWDE
OUNTY
OPENING: 2:00 P.M.
WEDNESDAY
AUGUST 8, 2007
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
MIAMI-DADE COUNTY, FLORIDA
NOTE: Miami -Dade County is exempt from all taxes (Federal, State, and Local). Bid price should be less all taxes. Tax Exemption Certificate
furnished upon request.
Issued by: DPM Date Issued: 7/13/07 This Bid Submittal Consists of
JAS Purchasing Division Pages 36 through 40
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such
other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid
Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time
and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid
Submittal Requirement.
TREES, PALMS, LANDSCAPING SERVICES AND RELOCATION OF TREES &
PALMS FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids
A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract
by the successful bidder and Miami -Dade County
DO NOT WRITE IN THIS SPACE
ACCEPTED HIGHER THAN LOW
NON -RESPONSIVE NON -RESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 595-75
Sr. Procurement Contracting Agent Jose A Sanchez
FIRM NAME:
RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND
AFFIDAVITS
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE
ON PAGE 40 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 40 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER
YOUR BID NON -RESPONSIVE
-36-
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
BID SUBMITTAL FOR:
TREES, PALMS, LANDSCAPING SERVICES AND RELOCATION OF TREES
& PALMS FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
FIRM NAME:
GROUP 1: TO PRE -QUALIFIED BIDDERS WHO WILL BE INVITED TO
PARTICIPATE IN SPOT MARKET PURCHASES
A. Provide the location for your office/warehouse within the State of Florida, as per paragraph
2.6.1.
B. Provide dedicated line for a facsimile machine and/or email address, as per paragraph 2.6.2.
Fax: and/or email address:
C. Firms have to be regularly engaged in furnishing, delivering, an installing trees, palms, and
landscaping services in the State of Florida for a minimum of three (3) years. Prospective
bidders are required to provide three (3) business references within the State of Florida, as per
paragraph 2.6.3.
2.
3.
E. Provide copy of the insurance certificate, as per paragraphs 2.6.4 and 2.11.
- 37 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
BID SUBMITTAL FOR:
TREES, PALMS, LANDSCAPING SERVICES AND RELOCATION OF TREES
& PALMS FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
FIRM NAME:
GROUP II: RELOCATION OF TREES AND PALMS
Item # Est. Otv. Description Unit Price Total
1. 170 each Relocation of trees less than 4" in caliper $ $
2. 120 each Relocation of trees 4" to 8" in caliper $ $
3. 60 each Relocation of trees 8" to 12" in caliper $ $
4. 110 each Relocation of slender single trunk palms < than 20' OA; $ $_
5. 110 each Relocation of slender single trunk palms 21' — 30' OA; $ $
6. 125 each Relocation of moderate single trunk palms < than 20' OA $ $
7. 150 each Relocation of moderate single trunk palm 21' — 30' OA $ $
8. 185 each Relocation of heavy trunk palms < 20' OA $ $
9. 135 each Relocation of heavy trunk palms 21'-30' OA $ $
10. 40 each Relocation of clustering multi -trunk palms < than 15' OA $ $
11. 35 each Relocation of clustering multi -trunk palms, 15'-20' OA $ $
12. 1 each Provide copy of.the insurance certificate, as per paragraphs 2.6 and 2.11.
- 38 -
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
SECTION 4
BID SUBMITTAL FOR:
TREES, PALMS, LANDSCAPING SERVICES AND RELOCATION OF TREES &
PALMS FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN
CONNECTION WITH THIS BID
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
39
Revised 11/9/06
MIAMI-DADE COUNTY BID NO.: 5066-4/12
MIAMI DADS
COUNTY
BID SUBMITTAL FORM
Bid Title: Trees, Palms, Landscaping Services and Relocation of Trees & Palms
By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all
Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate
family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid
response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and
any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a
statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the
nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of
the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County
Commissioners, must be submitted with the response to the solicitation.
In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying reeardine this solicitation. the Bidder must file the
appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate
form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor.
The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the
same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges
that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being
considered for award.
Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture
or other legal entity having an officer, director, or executive who has been convicted of a felony during
the past ten (10) years shall disclose this information prior to entering into a contract with or receiving
funding from the County.
❑ Place a check mark here only if bidder has such conviction to disclose to comply with this requirement.
COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program
For the County's information, the bidder is requested to indicate, at 'A' and `B' below, its general interest in participating in the Joint Purchase Program of the
County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor
participation in the Joint Purchase portion of the UAP is voluntary and the bidder's expression of general interest at 'A' and 'B' below is for the County's
information only and shall not be binding on the bidder.
A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental,
quasi-govemmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County?
Yes No
And'
B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other
governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County?
Yes No
LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is ❑, or is not 0, a
local business. For the purpose of this certification, a "local business" is a business located within the Limits of Miami -Dade County (or Broward County in
accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of
this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to,
the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this
time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference.
Firm Name:
Street Address:
Mailing Address (if different):
Telephone No. Fax No.
Email Address: FEIN No. / - / / / / / /
Prompt Payment Terms: % days net days * "By signing this document the bidder agrees to all Terms
(Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract"
Signature:
(Signature of authorized agent)
Print Name: Title:
Failure to sign this pace shall render your Bid non -responsive.
40
Revised 11/9/06