Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: 7963-1/22-1 PROCUREMENT CONTRACTING OFFICER: Victoria Giraldo DATE SUBMITTED: 2/28/2018 TITLE: Building Materials (Pre -Qualified Pool) Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents - to be included in Approval Package 11 hl Award Summary Form for Director or City Manager (if applicable) Agenda Item Summary Form (for Commission Approval — if applicable) Resolution (for Commission Approval — if applicable) Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package Copy of Tally/Evaluation Results (score sheets, ranking or summary) Copy of Contract's Advertisement & Distribution infoiination ® Copy of Contract/Solicitation Being Accessed ® Copy of Award Sheet/Approval Documents N Copy of Proposal/Bid NOTES: ,APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, po ci s and procedures. AL. IL AnWP7 ez, CPPO Direct, Department of Procurement 1/24/18 MI�C)AD£ ROADMAP CONTRACT NO.: 7963-1/22-1 TITLE: Building Materials Contract Overview: This contract provides Miami -Dade County with a pool of pre -qualified vendors for the purchase of building materials. Contract Term: 9/1117 — 8/31 /22 Procurement Contracting Officer: Adriana Antolinez Ph: 305-375-4884 Fax: 305-375-4407 Email: Adriana.antolinez@miamidade.gov I. Event Log: ADD NO. Date issued Event AGENT 54 2/1/18 Carnegie Fabrics LLC FEIN 112699449-01 has been added to the pool — Group I Adriana Antolinez 53 1/8/18 Colony Hardware d/bla National Tool Supply FEIN 300432137-01 has been added to the pool — All groups Adriana Antolinez 52 10/4/17 Per Department's request transferred $60K from ABCW1700363 to ABCW1700365 Adriana Antolinez 51 9/22/17 Non -Compete language has been updated. Please see "Quotation Directives" Mylena Gonzalez 50 9/22/17 Added the Tool Place Corporation FEIN 650281492-01 Added to groups A,D,E,F,G,I Mylena Gonzalez 49 9/21/17 Atlas Polymers Corp. has updated it registration with the County and has been added back to the contract A. Antolinez 48 8/16/17 Per Department's request transferred $10K from BP() ABCW1200692 to ABCW1200693 A. Antolinez ADD NO. Date issued Event . AGENT 47 8/2/17 Per mod approval $73,000 have been transferred from SW to PR (ABCW1200692) A. Antolinez 46 8/2/17 Added Nets Unlimited, Inc. FEIN 200382973-01 to Group C A. Antolinez 45 7/21/17 Modification to transfer $10K from WS to SP has been processed. A. Antolinez 44 7/12/17 John Abell Corporation (FEIN 591606994-01) has been added to the pool A. Antolinez 43 7/10/17 National Tool Supply (FEIN 591852441-01) has been marked for deletion. Company has change name and FEIN number. They will send new documentation to be added under their new name. A. Antolinez 42 6/29/17 Per mod approval $17,000 have been transferred from SW to FR (ABCW1200692) A. Antolinez 41 6/16/17 After running compliance, A THRU Z Consulting and Distributing Inc. has been added back to the pool of prequalified vendors list to the following groups: C, D , and I. A Antolinez 40 5/9/17 Per Department Request to transfer $10K from ABCW1200692 to ABCW1200693 A. Antolinez 39 4/27/17 OTR 7963-1/22-1 has been processed. Effective Date: 09/01/2017 Expiration Date: 08/31/2022 Current contract 7963-1/22 must be used until 08/31/2017 A. Antolinez 38 4/14/17 The following vendors have been marked for deletion Atlas Polymers Corp. (462470436 01) vendor application needs to be updated HD Supply Facilities Maintenance, Ltd. (522418852 01) vendor application needs to be updated — Vendor is also suspending in California US Global Sales Corp. d/b/a Construction Supplies Inc. (650238917 02) Vendor application needs to be updated Once their registration has been updated the vendors will be added to the pool. A. Antolinez 37 3/22/17 Added: Automated Doors & Glass Systems, Inc. (204191900 01) to Groups B & D A. Antolinez ADD NO. Date issued Event AGENT 36 3/22/17 Per mod approval increased the following departments allocation (BPO ABCW1200692): VZ $10,000 LB $40,000 Donation of $10,000 from PD to VZ A. Antolinez 35 3/20/17 Per mod approval from the Board, increased the following departments allocation: ABCW 1200692 AV $60,000 CO $200,000 WS $868,000 VZ $18,000 ABCW1200693 HD $660,000 A. Antolinez 34 3/14/17 Director, Tara Smith, approved to increase the maximum non -compete (no quote needed) per purchase limit not to exceed $5,000. A. Antolinez 33 3/2/17 No quotes will be required on all purchases valued at $500,00 or less per day as the maximum threshold has been added to the contract. A. Antolinez 32 2/13/17 Transferred funds from CR to FR - $15K - BPO ABCW1200692 as per request from Belinda Bractley A. Antolinez 31 1/19/17 Transferred funds for CO from BPO ABCW1200692 to ABCW1200693 as per request from Kimberly Craig A. Antolinez 30 11/2/16 Added: Belzona Florida LLC (371792924 01) to the pool of prequalified vendors list. A. Antolinez 29 10/24/16 The following vendors have been marked for deletion: A Thru Z Consulting & Distributing (FEIN 954451245) due to federal delinquent debt Crossco America Corp (FEIN 592190413) vendor application needs to be updated Najaly Bode 28 9/21/16 Added: Traeger Brothers & Associates Inc. (590642249 01) Ingrid Bernal ADD NO. Date issued Event AGENT 27 9/15/16 Added: Construction Materials (630667388 01) to the pool of prequalified vendors list A. Antolinez 26 9/15/16 Added: Lavcor LLC (452409053 01) to the pool of prequalified vendors list A. Antolinez 25 9/15/16 Added: Ada Solutions, Inc. (043554578 01) to the pool of prequalified vendors list. A. Antolinez 24 7/19/16 Per Mod Approval, increased the following departments allocation (reference BPO ABCW1200692): MDPD: $100,000 WASD: $123,208 ASD:$20,000 Najaly Bode ADD NO. Date issued Event AGENT 23 2/11/16 On � n/ y' ,%J N./Zee 02/16/2016 per signed memo by VSINGIMANAGING AGENCIES AHL) FUNVTJNG sQURCEL the Mayor Funding Soured General Fund _ Monandry Rinds G setae Fund Genmirl m1 Sinln FundslFu V±1dnil I !mde Gonads Faro on 2/11/2016 Contract ldanrgar MK3raW Gordian Uweia amen Marnrsrz - - I Rzx Signor.�r+�o Whammed J Sywai H 2.050.000 110.003 laltary Systr'a ' `" 1,0000 _��°` 137.000 300.000 3 600 00G 052 000 0 Lenary Cbelcl General Fund General Fund _ Proprietary Funds Federal Fundy Slaw Funds! i Protmalary Funds eneral Fund rpr amry Funds __ Proprietary Fc da °°° 40000 0 0 2,735.000 177000 300.000 '. Aloe Port Kann PJbsc alouvon and G.nmuncy r1..amleyr t 1.1 n.s.:4 rd egrral of f end Racal c� Trent Vizcaya Wake and Sewer IL Trial 3.600.000 650.000 1 202 000 41 G00 1 10e 392 72 000 3 65e 000 617,77:,392 31 000 049.000 52.000 3658 000 316m3,000 id 300 660,352 20000 0 $2.e751.192 MOT Gpeieang Propretary Funds Prppnprasy Funds i Greg 1Kus , 22 10/5/15 Added Amazulu Inc. FIN No. 030463193-01 to the pool of prequalified vendors list. Bonnie Wilson 21 8/5/15 Ronnies Hardware Inc. Removed its DBA Ronnies ACE Hardware with FIN No. 650567688-01 is inactivate. Ronnies Hardware Inc. FIN No.650567688-02 is active. Esmeralda Cardenas 20 814115 Added A THRU Z Consulting and Distributing Inc. to the pool of prequalified vendors list to the following groups: C, D , and I. Esmeralda Cardenas ADD NO. Date issued Event AGENT 19 6/26/15 Added Conwell & Associates Consulting Company (383763521 01) to the pool of prequalified vendors list. Esmeralda Cardenas 18 10/23/14 Added ASD allocation to the BPO. hramsey 17 10/16/14 Shell Lumber and Hardware Co (592003802 02) has complied with required information. Firm has been added back to the pool of prequalified vendors list and blanket purchase order. hramsey 16 10/15/14 Added American Fasteners Corp. (592115466 01) and Atlas Polymers Corp. (462470436 01) to the pool of prequalified vendors list. hramsey 15 10/15/14 Alex & Frank's Carpentry (202462584 01), Pierangeli Group (231745032 01), Shell Lumber and Hardware Co. (592003802 02), and Royal Enterprises (650402968 01) have been removed from the pool of prequalified vendors list. They failed to comply with requested information to 2.6 III and IV. hramsey 14 8/28/14 Added Baro Hardware, Inc. (591868477 01) to Group A, C, D, E, F, H, and I. hramsey 13 8/18/14 Changed Florida Fasteners & Equipment Co. dba Construction Supplies Com (650238917 02), name to US Global Sales Corp. d/b/a Construction Supplies.Com (650238917 03) hramsey 12 12/30/13 Add Condo Electric Supply, Inc. (592377544 01) to Groups B, C and D. M. Casamayor 11 2/11/14 Add Brunswick Enterprises inc. d/b/a Brunswick Door Company (650504373 01) to the list of pre- qualified bidders. Y Chaux Ramirez 10 8/19/13 Add Enecon Corp (232593118 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 9 6/4/13 Add Alex and Frank Carpentry Finish Inc. (202462584 01) to the list of pre -qualified bidders. Y.Chaux-Ramirez 8 3/27/13 Add Cany LLC d/b/a Miami -Dade Windows & Doors (113764975 02) to the list of pre -qualified bidders. Y.Chaux-Ramirez 7 1/10/13 Add Pierangeli Group Inc. d/b/a Strybuc Industries Inc. (231745032 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 6 11/16/12 Add C & R Metals Inc. (592539098 01) to the list of pre -qualified bidders Y.Chaux-Ramirez ADD NO. Date issued Event AGENT 5 11/7/12 Add Shell Lumber and Hardware Company )592003802 02), Everglades Steel Corporation (591547653 01), and Javan Lumber Inc.(650192669 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 4 10/4/12 Add McKinsey Steel & Supply of Florida Inc. (592293118 01) to the list of pre -qualified bidders M. Hevia 3 9/21/12 Correct HD Supply Facilities Maintenance LTD's information M. Hevia 2 8/16/12 Add HD Supply Facilities Maintenance LTD (522418852 01) to the list of pre -qualified bidders (replaced USA Bluebook same FEIN different suffix) M. Hevia 1 8/15/12 Add Royal Enterprises & Supply Inc. (650402968 01) to the list of pre -qualified bidders M. Hevia 11. List of Building Materials by Vendor: Vendor Name Group A Lumber Group B Doors Group C Metals* Mat Group D Hardware ri i ; Group E Bagged Cement �44 �.y, q Group F Plaster ar:rE, Group G Roofing Group H Sheetrock Group I Other** A & B Hardware Inc. X X X X X X X X X A thru Z Consulting & Distributing Inc. X X X ADA Solutions X X Amazulu Inc. X X American Fasteners Corporation X X AMERICAN PLUMBING SUPPLY CO. X X X X X X X X X Amion Enterprises Int. Corp. X X Atlas Polymers Corp X Vendor Name Group A Lumber Group B Doors Types Group C Metals* of building Materials Group D Hardware Available Group E ed Bagged Cement by Group F Plaster rior ' '' Group G Roofing Group H Sheetrock Group I Other** Automated Door & Glass Systems, Inc. X X Baro Hardware, Inc. X X X X X X X Belzona Florida LLC X X X X Brunswick Enterprises Inc. D/B/A Brunswick Door Company X X C&R Metals Inc. X Cany LLC X X Caribbean Paint Co., Inc. X X X X X X X X X Colony Hardware d/b/a National Tool Supply X X X X X X X X X Condo Electric Industrial Supply, Inc. X X X Construction Materials Inc. X X X X X Conwell & Associates Consulting Co. X X X X X X X X X Crossco America Corp - - - - - - X - X Everglades Steel Corporation X Enecon Corp. X X X X 1 Vendor Name ' Types of bug)ding MateriaisAvait ter. 4. 116.s ,tr, ;:rcx,t4.t iia d r ,_� r. e y eracisr Group G Roofing Group H Sheetrock Group ! Other** Group A Lumber Group B Doors Group C Metals* Group D Hardware Group E Bagged ed Cement Group F Plaster Ferguson Enterprises Inc. X X HD Supply Fac. Maint. Ltd - X - X - - - - X Independent Hardware Inc. X Javan Lumber Inc. X X X X X X X X X John Abell Corporation X X X X X X X X LavcorLLC X X X McKinsey Steel X X X National Tool Supply Inc. X X X X X X X - X Nets Unlimited X Ronnies Hardware Inc. X X X X X X X X X Shell Lumber and Hardware Company X X X X X X X X X The Tool Place Corporation X X X X X X Traeger Brothers & Associates X US Global Sales Corp d/b/a Construction X X X X X X X X X Supplics.Com WW Grainger Inc. X X X X X *Metals (Steel, stainless steel, galvanized, aluminium, etc.) **Other building materials including, but no limited to electrical paint, plumbing fixtures. III. Contacts: Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: A & B Hardware, Inc. d/b/aSame Hardware Lumber, Inc. 591164417 02 2851 NW 27th Ave Miami, FL 33142 Oscar Llerena 305-633-6627 305 633 6217 abhardware@bellsouth. or D. Martinez 786-312-0965 786-273-6075 Same oscarabhardwarePq net mail.com A thru Z Consulting & Distributing, Inc. 954451245-01 8620 E. Old Vail Road, Tucson, AZ 85747 Sean Stoddard 520-434-8281 520 434-0151 infoathruz.net Same 520-907 0376 Same sstoddard@athruz.net ADA Solutions, Inc. 043554578-01 323 Andover St, Ste 3 Wilmington, MA 01887 Helmut Klohn 978-618-1284 978-262-9125 hklohnPadatile.com Same Same Same AmaZulu, Inc. 030463193-01 1239 Commons Court Clermont, FL 34711 Claire Evans 352-243-5309 352-243-5361 claire(camazuluinc.com Same Same Same American Fasteners Corp. 592115466-01 7323 NW 66th Street Miami, FL 33166 Dony Ponce 305-885-1717 305 885 5278 sales@amerifast.com Manny Benitez 305 986 3169 305-885- 5278 mannyb@amerifast.co m American Plumbing Supply Co., Inc. dlbfa American Plumbing & Electrical Supply 591203555-01 1735 Alton Road Miami Beach, FL 33139 Richard Robertson 305-532-3447 305-532-5540 rrobertsont5americanol Same Same um.net Amion Enterprises International Corp. dlbfa Amion Enterprises Intern 592190284-01 13651 SW 143rd Court #102 Miami, FL 33186 Mike Trinese or Miguel Amion 305 252 3967 305-378-0787 trinese([�amion.orq or Miguel Amion 305-525-1685 Same aei@amion.org mike(�amion.orq Atlas Polymers Corp 462470436-01 2930 NW 108th Ave Miami, FL 33172 Adolfo E. Rosendo 786-312-1231 786 217 1244 adolfoertaatlas- Same 786-202-2163 Same Same polvmers.com Automated Door & Glass Systems, Inc. 204191900-01 12131 SW 131 Ave Miami, FL Jerry Smith 305-458-6931 / 388-1488 Michael Smith 305-213-42741 378-1488 automatedddoors@ao Same Same Same I.com mike.smith@automate ddoorsmiami.com. Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: Baro Hardware, inc. 591868477-01 7230 NW 72nd Ave Miami, FL 33166 Terrance Baro or Samantha Linville 305-885-3371 305 885 9229 Baroland2@aol.com or Terrance Baro 305-370 2075 same Same samanthalinville0 @gmail Belzona Florida, LLC 371792924-01 14300 NW 60th Av Miami Lakes, FL 33014 Ivan Ordaz 605-594-4994 x 2113 305-599-1140 florida@belzona.com Same 786 546 3517 Same Same Brunswick Enterprises, Inc. d/b/a Brunswick Door Company 650544373-01 400 Goolsby Blvd; PO Box 672 Deerfield Beach, FL 33442 Alex Guzinski 954 427 1700 / 954 536 9435 954 990 1906 954 427 0720 alexquzinski(c�brunswick Same 954-536-9435 954-990 1906 Same door.com C & R Metals, Inc. 592539098-01 2991 NW North River Dr. Miami, FL 33142 Ralph Rodriguez 305-634-2111 crmetals(r�bellsouth.net Same 305-457-2677 Cany LLC d/bfa Miami Dade Windows and Doors 113764975-02 19505 SW 134' Ave Miami, FL 33177 Yaneisy Mendez 786-258-2546 786-250-5015 miamidade.windows(a Same Same Same oi.com Caribbean Paint Co., Inc. 650030152-01 5295 NW 79° Ave Dora!, FL 33166 Silvia S. Milian 305-594-4500 305-594-1800 caribbeanpaints@hotmai Same 305-801-9575 Same Same I.com Carnegie Fabrics LLC 110 North Centre Ave. Rockville Centre, NY 11570 Suzanne Bonne 516-678-6848 516-678-6848 sbonne@carne iefabr g ics.com Doreen Hernandez 305-742-9112 doreenh@csflorida. com Colony Hardware dlb/a National Tool Supply 5725 W Hallandale Beach Blvd West Park, FL 33023 Glen Brown 301-514-9581 g54 87-1204 ntsorders@colonyhar dware.com Same Same Same Condo Electric Industrial Supply, Inc. 592377544-01 3746 East 10'h Court Hialeah, FL 33013 Jose Espinola 305-691-5400 305-691-6564 condoel(r�bellsouth.net Dwaune Simmons 786-586-8560 305-691- 6564 dwaunesimmonsco ndoelectric.com Construction Materials inc. 630667388-01 15800 NW 13th Ave. Miami Gardens, FL 33169 Erik Schreiber 786-606-1253 786-323-1965 eschreiber(c3constmat.co Same Same Same m Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: Conwell 7 Associates Consulting Company 383763521-01 11771 5W 137th Place Miami, FL 33186 Kemeth F. Conwell 350-926-5673 305 385-7827 kconwell@caconsultinq.c Same Same Same om Crer,,sco America Corp 5883 NW 37th Ave 305 638 5050 305 635 5050 gblanco(c�lancooaints.co Same 7h-2864 dlbla Lanco 8. Harris South Florida 292190113 01 Miami, FL 33142 m e Samc Enecon Corporation 232593118-01 6 Platinum Court Medford, NY 11763 Elizabeth Kessler 305-340-7731 954 241 6709 elizabethkesslerc�(eneca Same Same Same n.com Everglades Steel Corporation 591547653-01 5901 NW 74th Ave Miami, FL 33166 Andres Suescun 305-591-9460 305 592 1037 andres cr evergladesteel. Same Same Same com Ferguson Enterprises 541211771-04 7480 NW 48th Street Miami, FL 33166 Alexander Sanchez 305-360-4953 305 716 2795 alexander.sanchez(a7fero Kevin Read 305-716-2766 Same kevin.read@ferguson. com uson.com HD Supply Facilities Maintenance LTD 522418852-01 10641 Scripps Summit Court San Diego, CA 92131 Joel Alonso 877-610-6912 855 365 $083 mdpartners('a hdsupply.c Same 7$6 877 0784 Same Same om Independent Hardware, Inc. 231723845-01 14 South Front Street Philadelphia, PA 19106 Frank Stanco Jr. 800-346-9464 x 603 215 925 2107 fsj@independenthardwa Sales Same Same re.com Javan Lumber, Inc. 650192669-01 12721 NW 7th Ave North Miami, FL 33168 Damian C or Jay H 305-769-5727 305-769-5789 iavanIumber([,gmail.co Same Same Same m John Abell Corp. 10500 SW 186 St Miami, FL 33157 Bill Hurst 786-412-1387 305-251-2687 billh(cr�ohnabellcorp.com Same Same Same Lavcor LLC 452409053-01 936 NW 104TH Ave Miami, FL 33172 Leo Valdes 786-399-6710 844-290-6503 lavcor cr,ymail.com Same Same Same McKinsey Steel & Supply of Florida 592293118-01 817 NW 5th Ave Ft Lauderdale, FL 33311 Warren Thomas 954-524-7055 954-525-5408 warren(@,,mckinseysteel. Same 954-444-0047 Same Same com National Tool Supply, Inc. 5.725 Hallandale Beach Steven MdCarrett Same 954 275 2033 Same Blvd Wc�t Park, FL 33023 591852111 01 951 275 2033 051 987 1201 on Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: Nets Unlimited, Inc. Kelly Bair 602-757-3129 480-515-1301 ke1Iy@netsunlimited.c om Same Same Same Ronnie's Hardware, Inc. 650567688-01 8631 Coral Way Miami, FL 33155 Ken Stone 305-487-0621 305-251-1003 0000wal(aacomcast.net Same Same Same Shell Lumber and Hardware Company 592003802-02 2733 SW 27 Ave Miami, FL 33133 Eli Castillo or Izzy Perdomo 35-856-6401 305 854 3356 305 856 0752 eli(c�shelllumber.cam or Jesus Guzman or Izzy Perdomo 35-856-6401 305-854- 3356 or 305 856 0752 jesus@shelAumber.eo m or Izzy@shelllumber.com Izzy(4shelllumber.com The Tool Place Corp. 650281492-01 Edgar Bischoff 305-591-5650 305 591 5653 sales@toolplacecorp.c om Same CeI 786-262-21296 Same Same Traeger Brothers & Associates 12405 SW 130 St Miami, FL 33186 David Tilden 305 240 3504 dtilden@traeget,com Same 305 582 1645 305-420- 4504 Same US Global Sales Corp d/b/a ConstructionSupplies.com 650238917-03 2150 West 76 Street Unit 118 Hialeah, FL 33016 Jorge Marrero 305-594-2266 305'594 5723 sales a@constructionsupp Same 305-345-2465 Same Same lies.com W.W. Grainger, Inc. d/b/a Grainger 361150280-01 2255 NW 89th Place Doral, FL 33172 George Joseph 305-594-3036 305-592-5611 Gov480(a7grainger.com Same 1 800 grainger Same Same IV. Purchasing Instructions A. Award Description Awarded vendor have been pre -qualified to participate in spot market purchases. B. Quotation Directives Contract 7963-1/22-1 requires each acquisition over $500 go through a competitive, spot market Request for Quote (RFQ). Any purchase under $500 shall consider the availability of the material, geographic location, and/or delivery time as deciding factors. Department Directors may establish internal guidelines for purchases not to exceed $5,000, when it is determined that the project is time sensitive. When practicable, these purchases shall be sheltered for SBE's vendors. 1. Contract Instructions User departments will access the pool of pre -qualified vendors to obtain price quotations for the purchase of building materials as needed, when needed. • The user departments should invite all the pre -qualified vendors under a given group to offer a fixed pricing for an item(s) needed that falls under that group. • Quotes may be issued for immediate deliveries, or to establish pricing for items that may be ordered within a specified time period. • Quotes may be awarded in the aggregate, per -group, or in a per -item basis. 2. Cone of Silence Pursuant to Section 2-11.1(t) of the County Code, all ITQ's are subject to the Cone of Silence. 3. Preferences (Re: ITB Paragraphs 1.10 and 2.2) The Bid preference shall be applied first to the offers received from certified Micro/SBE vendors. A Micro/SBE vendor must be certified by the Sustainability, Planning and Economic Enhancement Department for the type of goods and/or services the vendor provides in accordance with the following Commodity code(s) (998). The following link may be accessed to verify if a firm is a Micro/SBE vendor: httb://vvww.miarnidade.gov/sba/library/certify all by firms.odf For contracts valued over $1 million, an SBE Preference of 5% is applied to a SBEs offer (for the purpose of evaluation ONLY). For contracts valued up to $1 million, an SBE Preference of 10% is applied (for the purpose of evaluation ONLY). If the SBE is the responsible, responsive low bidder following the evaluation process, the price that the county will pay the awarded firm is the original price offered (excluding the 5% or 10% evaluation factors). Local preference should be applied in accordance with Section 2-8.5 of the Miami Dade County Code (http://library.municode.corn/index.asox?clientld=10620&stateld=9&stateName=Florida) at the time user departments request quotations from the pre -qualified vendors. When a responsive bid from a Miami -Dade local business is within 10% of the lowest price submitted by a responsive non -local business, the local business and the non -local low vendor shall have the opportunity to submit a best and final (BAFO) bid equal to or lower than the amount of the low bid previously submitted by the non -local business. Local Certified Service — Disabled Veteran should be applied in accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service Disabled Veteran Business Enterprise (VBE) shall receive a bid preference of 5% of the price bid (for the purpose of evaluation ONLY). A VBE who is also an SBE shall not receive the veteran's preference and shall be limited to any applicable SBE preferences. At the time of bid submission, the vendor must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Status and submit this affirmation and a copy of the actual certification along with the bid. 4. UAP/Inspector General Fees htto://library.municode.com/index.aspx?clientld=10620&stateld=9&stateName=Florida; (Section 2-8.10) C. Emergency Purchases (Re: ITB Paragraph 2.6) The availability of material, , geographic location, and/or delivery time for small purchases (up to $1000 per purchase) or emergency purchases may be utilized as deciding factors for the basis of an award to a vendor when it is determined by a County department that a project is time sensitive to meet pre -established deadlines or it is an emergency situation. D. Delivery / Pick-up (Re: ITB Paragraph 2.17 and 2.6) The vendor(s) shall make deliveries as specified within the confines for the request for quotes (RFQ's). Certain County employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorizatio MIAMI - DADE ROADMAP CONTRACT NO.: 7963-1122-1 TITLE: Building Materials Contract Overview: This contract provides Miami -Dade County with a pool of pre -qualified vendors for the purchase of building materials. Contract Term: 9/1/17 — 8/31/22 Procurement Contracting Officer: Adriana Antolinez Ph: 305-375-4884 Fax: 305-375-4407 Email: Adriana.antolinez@miamidade.gov i. Event Log: ADD NO. Date issued Event AGENT 53 1/8/18 Colony Hardware d/b/a National Tool Supply FEIN 300432137-01 has been added to the pool -- All groups Adriana Antolinez 52 10/4/17 Per Department's request transferred $60K from ABCW1700363 to ABCW1700365 Adriana Antolinez 51 9/22/17 Non -Compete language has been updated. Please see "Quotation Directives" Mylena Gonzalez 50 9/22/17 Added the Tool Place Corporation FEIN 650281492-01 Added to groups A,D,E,F,G,I Mylena Gonzalez 49 9/21/17 Atlas Polymers Corp. has updated it registration with the County and has been added back to the contract A. Antolinez 48 8/16/17 Per Department's request transferred $10K from BPO ABCW1200692 to ABCW1200693 A. Antolinez 47 8/2/17 Per mod approval $73,000 have been transferred from SW to PR (ABCW1200692) A. Antolinez ADD NO. Date issued Event AGENT 46 8/2/17 Added Nets Unlimited, Inc. FEIN 200382973-01 to Group C A. Antolinez 45 7/21/17 Modification to transfer $10K from WS to SP has been processed. A. Antolinez 44 7/12/17 John Abell Corporation (FEIN 591606994-01) has been added to the pool A. Antolinez 43 7/10/17 National Tool Supply (FEIN 591852441-01) has been marked for deletion. Company has change name and FEIN number. They will send new documentation to be added under their new name. A. Antolinez 42 6/29/17 Per mod approval $17,000 have been transferred from SW to FR (ABCW1200692) A. Antolinez 41 6116117 After running compliance, A THRU Z Consulting and Distributing Inc. has been added back to the pool of prequalified vendors list to the following groups: C, D , and I. A. Antolinez 40 5/9/17 Per Department Request to transfer $10K from ABCW1200692 to ABCW1200693 A. Antolinez 39 4/27/17 OTR 7963-1/22-1 has been processed. Effective Date: 09/01/2017 Expiration Date: 08/31/2022 Current contract 7963-1/22 must be used until 08/31/2017 A. Antolinez 38 4/14/17 The following vendors have been marked for deletion Atlas Polymers Corp. (462470436 01) vendor application needs to be updated HD Supply Facilities Maintenance, Ltd. (522418852 01) vendor application needs to be updated — Vendor is also suspending in California US Global Sales Corp. d/b/a Construction Supplies Inc. (650238917 02) Vendor application needs to be updated Once their registration has been updated the vendors will be added to the pool. A. Antolinez 37 3/22/17 Added: Automated Doors & Glass Systems, inc. (204191900 01) to Groups B & D A. Antolinez 36 3/22/17 Per mod approval increased the following departments allocation (BPO ABCW1200692): VZ $10,000 LB $40,000 Donation of $10,000 from PD to VZ A. Antolinez ADD NO. Date issued Event AGENT 35 3/20/17 Per mod approval from the Board, increased the following departments allocation: ABCW1200692 AV $60,000 CO $200,000 WS $868,000 VZ $18,000 ABCW 1200693 HD $660,000 A. Antolinez 34 3114117 Director, Tara Smith, approved to increase the maximum non -compete (no quote needed) per purchase limit not to exceed $5,000. A. Antolinez 33 3/2/17 No quotes will be required on all purchases valued at $500,00 or Tess per day as the maximum threshold has been added to the contract. A. Antolinez 32 2/13/17 Transferred funds from CR to FR - $15K - BPO ABCW1200692 as per request from Belinda Bractley A. Antolinez 31 1/19/17 Transferred funds for CO from BPO ABCW1200692 to ABCW1200693 as per request from Kimberly Craig A. Antolinez 30 11/2/16 Added: Belzone Florida LLC (371792924 01) to the pool of prequalified vendors list. A. Antolinez 29 10/24/16 The following vendors have been marked for deletion: A Thru Z Consulting & Distributing (FEIN 954451245) due to federal delinquent debt Crossco America Corp (FEIN 592190413) vendor application needs to be updated. Najaly Bode 28 9/21/16 Added: Traeger Brothers & Associates Inc. (590642249 01) Ingrid Bernal 27 9/15/16 Added: Construction Materials (630667388 01) to the pool of prequalified vendors list A. Antolinez 26 9/15/16 Added: Lavcor LLC (452409053 01) to the pool of prequalified vendors list A. Antolinez ADD NO. Date issued Event AGENT 25 9/15/16 Added: Ada Solutions, Inc. (043554578 01) to the pool of prequalified vendors list. A. Antolinez Per Mod Approval, increased the following departments allocation (reference BPO ABCW1200692): 24 7/19/16 MDPD: $100,000 Najaly Bode WASD: $123,208 ASD:$20,000 On 02/16/2016 per signed memo by the Mayor on 2/11/2016 VIINGSRANAGIMG AGENCIES OD FUNDING SIGURCES � � Existing Allocation Additional Allocation 1 Yodelled ARacatbn Fundtny Source Conos9 YanaDer Ariond Saying SWAG 60 160,000 Genial Fun ;;e, au,c &Satan 600.000 160,000 760,000 Proprietary Fulda wry Gvua Ccminun6y Aimaa Ivlonna€nn and Gamut_ 20,000 0 20.000 Goodell fold ►termez Cwmuney Amer andt3anaal Nod! Homan Senoras606,000 0 600000 Sate Feuds/ Faaarµ Fund, Rxx Swum R emboos �� 354,000 200,000 564,000 Gomm Fondbalali Ittaltammtl Hay Fee funs.. 326.000 .. 50 000 3T6.000 firs Dr Drum! Soria_ Itl¢raa ! '€ram* Services 1,746.003 304.000 2069.000 Sterna Service Gana F tales SPOn0a0 Library System 110,600 0 110,000 tastily Media _ Ray Bait./ --t-- -- '06g 2705.000 23 2/11/16 ./OpaSpya'—'n Gianaral Fusel WO= Swami Ingrid Bernal , va ice 127.000 __ 40.000 177.000 General Fund loan Romano Fort alum 300 000 0 300.000 Proypgary Funs Gysole Paw Rotor 'looms; dial Feieml Foods/ Mate Cornmun6y DavelsymaM 3 600 009 0 3.000000 State Fords/ PropirNary Furde Ratkurnar- iulc€t _ CiPi ,.../wateciethieres and toond nic R.6...;.“ 662 000 31000 550.000 1 202 000 art Fund Fonda Espinosa- Andorson le nm 10.000 41.000 Pro ,io ny Funds Trenen 642,000 560.36 1 top 3i2 l MOT OcetawgRodne n — Wtwy tnnuye 52.000 20.000 72090 Proprietary Funds leanly. Seiner 0aler and Serer 3.638 000 0 3 630 000 i Roney., Funds Gm ricks Total $76,66,2,sos n2,111311 617,7r2,1121-- , ADD NO, Date issued Event AGENT 22 10/5/15 Added Amazulu Inc. FIN No. 030463193-01 to the pool of prequalified vendors list. Bonnie Wilson 21 8/5/15 Ronnies Hardware Inc. Removed its DBA Ronnies ACE Hardware with FIN No. 650567688-01 is inactivate. Ronnies Hardware Inc. FIN No.650567688-02 is active. Esmeralda Cardenas 20 8/4/15 Added A THRU Z Consulting and Distributing Inc. to the pool of prequalified vendors list to the following groups: C, D , and I. Esmeralda Cardenas 19 6/26/15 Added Conwell & Associates Consulting Company (383763521 01) to the pool of prequalified vendors list. Esmeralda Cardenas 18 10/23/14 Added ASD allocation to the BPO. hramsey 17 10/16/14 Shell Lumber and Hardware Co (592003802 02) has complied with required information. Firm has been added back to the pool of prequalified vendors list and blanket purchase order. hramsey 16 10/15/14 Added American Fasteners Corp. (592115466 01) and Atlas Polymers Corp. (462470436 01) to the pool of prequalified vendors list. hramsey 15 10/15/14 Alex & Frank's Carpentry (202462584 01), Pierangeli Group (231745032 01), Shell Lumber and Hardware Co. (592003802 02), and Royal Enterprises (650402968 01) have been removed from the pool of prequalified vendors list. They failed to comply with requested information to 2.6111 and IV. hramsey 14 8/28/14 Added Baro Hardware, Inc. (591868477 01) to Group A, C, D, E, F, H, and I. hramsey 13 8/18/14 Changed Florida Fasteners & Equipment Co. dba Construction Supplies Corn (650238917 02), name to US Global Sales Corp. d/bla Construction Supplies.Com (650238917 03) hramsey 12 12/30/13 Add Condo Electric Supply, Inc. (592377544 01) to Groups B, C and D. M. Casamayor 11 2/11/14 Add Brunswick Enterprises Inc. d/b/a Brunswick Door Company (650504373 01) to the list of pre- qualified bidders. Y.Chaux-Ramirez 10 8/19/13 Add Enecon Corp (232593118 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 9 6/4/13 Add Alex and Frank Carpentry Finish Inc. (202462584 01) to the list of pre -qualified bidders. Y.Chaux-Ramirez ADD NO. Date issued Event AGENT 8 3/27/13 Add Cany LLC d/bla Miami -Dade Windows & Doors (113764975 02) to the list of pre -qualified bidders. Y.Chaux-Ramirez 7 1/10/13 Add Pierangeli Group Inc. d/b/a Strybuc Industries Inc. (231745032 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 6 11/16/12 Add C & R Metals Inc. (592539098 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 5 11/7/12 Add Shell Lumber and Hardware Company )592003802 02), Everglades Steel Corporation (591547653 01), and Javan Lumber Inc.(650192669 01) to the list of pre -qualified bidders Y.Chaux-Ramirez 4 10/4/12 Add McKinsey Steel & Supply of Florida Inc. (592293118 01) to the list of pre -qualified bidders M. Hevia 3 9/21/12 Correct HD Supply Facilities Maintenance LTD's information M. Hevia 2 8/16/12 Add HD Supply Facilities Maintenance LTD (522418852 01) to the list of pre -qualified bidders (replaced USA Bluebook same FEIN different suffix) M. Hevia 1 8/15/12 Add Royal Enterprises & Supply Inc. (650402968 01) to the list of pre -qualified bidders M. Hevia II. List of Building Materials by Vendor: Vendor Name Group A Lumber Group B Doors Group C Metals* Group D Hardware Group E Bagged Cement Group F Plaster Group G Roofing Group H Sheetrock Group I Other** A & B Hardware Inc. X X X X X X X X X A thru Z Consulting & Distributing Inc. X X X ADA Solutions X X Amazulu Inc. X X Vendor Name Group A Lumber rr..`� d..,�nh Group 8 Doors 3Y • Group C Metals* Tr rgAMi oro, Group D Hardware oYa . G. r,. F,iit Group E Bagged Cement ,)( ': rt� �4��{'. Group F Plaster .. Group G Roofing Group H Sheetrock Group Other** American Fasteners Corporation X X AMERICAN PLUMBING SUPPLY CO. X X X X X X X X X Amion Enterprises Int, Corp. X X Atias Polymers Corp X Automated Door &Glass Systems, Inc. X X Baro Hardware, Inc. X X X X X X X Belzona Florida LLC X X X X Brunswick Enterprises Inc. D/B/A Brunswick Door Company X X C&R Metals Inc. X Cany LLC X X Caribbean Paint Co., Inc. X X X X X X X X X Colony Hardware d/b/a National Tool Supply X X X X X X X X X Condo Electric Industrial Supply, Inc. X X X Construction Materials Inc. X X X X X Conwell & Associates Consulting Co. X X X X X X X X X Vendor Name Group A Lumber Group B Doors Group C Metals* Group D Hardware Group E Bagged Cement Group F Plaster Group G Roofing - Group H Sheetrock Group 1 Other** Cro;Sc+o America Carp - - - X - X Everglades Steel Corporation X Enecon Corp. X X X X Ferguson Enterprises Inc. X X HD Sunni„ F-a neaint i td - X - X - - - - X Independent Hardware Inc. X Javan Lumber Inc. X X X X X X X X X John Abell Corporation X X X X X X X X Lavcor LLC X X X McKinsey Steel X X X National Tool Supply X X X X X X X - X -Inc. Nets Unlimited X Ronnies Hardware Inc. X X X X X X X X X Shell Lumber and Hardware Company X X X X X X X X X The Tool Place Corporation X X X X X X Traeger Brothers & Associates X Vendor Name Group A Lumber Group B Doors Group C Metals* !+vic.1 Group D Hardware .'; qt .., Group E Bagged Cement iq, t,lk I.` Group F Plaster Group G Roofing Group H Sheetrock Group I Other ** US Global Sales Corp d/b/a Construction X X X X X X c, m WW Grainger Inc. X X X X X *Metals (Steel, stainless steel, galvanized, aluminium, etc.) **Other building materials including, but no limited to electrical paint, plumbing fixtures. III, Contacts: Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: A & B Hardware, Inc. dibiaSame Hardware Lumber, Inc. 591164417 02 2851 NW 27th Ave Miami, FL 33142 Oscar Llerena 305-633-6627 305-633-6217 abhardware@bellsouth. or D. Martinez 786-312-0965 786-273-6075 Same oscarabhardware(a7,q net mail.com A thru Z Consulting & Distributing, Inc. 954451245-01 8$20 E. Old Vail Road, Tucson, AZ 85747 Sean Stoddard 520 434-$2$1 520 434-0151 infot athruz.net Same 520 907 0376 Same sstoddard@athruz.net ADA Solutions, Inc. 043554578-01 323 Andover St, Ste 3 Wilmington, MA 01887 Helmut Klohn 978-618-1284 978-262-9125 hklohn(cadatile.com Same Same Same AmaZulu, Inc. 030463193-01 1239 Commons Court Clermont, FL 34711 Claire Evans 352-243-5309 352-243-5361 clairetu�amazuluinc.com Same Same Same American Fasteners Corp. 592115466-01 7323 NW 66tt' Street Miami, FL 33166 Dony Ponce 305-885-1717 305 885 5278 sales cz amerifast.com Manny Benitez 305-986-3169 305-885- 5278 mannyb@amerifast.co m Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: American Plumbing Supply Co., Inc. d/b/a American Plumbing & Electrical Supply 591203555-01 1735 Alton Road Miami Beach, FL 33139 Richard Robertson 305-532-3447 305-532-5540 rrobertsonfcamericanpl Same Same um.net Amion Enterprises International Corp. d/b/a Amion Enterprises Intern 592190284-01 13651 SW 143rd Court #102 Miami, FL 33186 Mike Trinese or Miguel Amion 305-252-3967 305-378-0787 irinese(c7amion.oro or Miguel Amion 305-525-1685 Same aei@amion.org mike(a?amion.org Atlas Polymers Corp 462470436-01 2930 NW 108'h Ave Miami, FL 33172 Adolfo E. Rosendo 786-312-1231 786-217-1244 adolfoer(aaklas- Same 786-202-2163 Same Same polymers.com Automated Door & Glass Systems, Inc. 204191900-01 12131 SW 131 Ave Miami, FL Jerry Smith 305-458-6931 / 388-1488 Michael Smith 3fl5 213 42741 378-1488 automatedddoors@ao Same Same Same I.com mike.smithAautomate ddoorsmiami.com. Baro Hardware, Inc. 591868477-01 7230 NW 72"d Ave Miami, FL 33166 Terrance Baro or Samantha Linville 305-885-3371 305-885-9229 Baroland2Raol.com or Terrance Baro 305-370-2075 same Same samanthalinville0(digmail com Belzona Florida, LLC 371792924-01 14300 NW 60'h Av Miami Lakes, FL 33014 Ivan Ordaz 605-594-4994 x 2113 305-599-1140 fiorida(a.belzona.com Same 786-546-3517 Same Same Brunswick Enterprises, Inc. d/b/a Brunswick Door Company 650544373-01 400 Goolsby Blvd; PO Box 672 Deerfield Beach, FL 33442 Alex Guzinski 954-427 17Q0 / 954-536-9435 954-990-1906 954-427-0720 alexquzinski(Qbrunswick Same 954-536-9435 954-990- 1906 Same door.com C & R Metals, Inc. 592539098-01 2991 NW North River Dr. Miami, FL 33142 Ralph Rodriguez 305-634-2111 crmetals@bellsouth.net Same 305-457-2677 Cany LLC d/b/a Miami Dade Windows and Doors 113764975-02 19505 SW 134ih Ave Miami, FL 33177 Yaneisy Mendez 786-258-2546 786-250-5015 miamidade.windows[o7a Same Same Same ol.com Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: Caribbean Paint Co., Inc. 650030152-01 5295 NW 79th Ave Dora!, FL 33166 Silvia S. Milian 305-594-4500 305-594-1800 caribbeanpaints S hotmai Same 305-801-9575 Same Same I.com Colony Hardware d/b/a National Tool Su I pp y 5725 W Hallandale Beach Blvd. West Park, FL 33023 Glen Brown 301-514-9581 954-87-1204 @Dion e y ntsorders har dware.corn Same Same Same Condo Electric Industrial Supply, Inc. 592377544-01 3746 East 10t" Court Hialeah, FL 33013 Jose Espinola 305-691-5400 305 691 6564 condoel(a�bellsouth.net Dwaune Simmons 786-586-8560 305-691- 6564 dwaunesimmonsPco ndoelectric.com Construction Materials Inc. 630667388-01 15800 NW 13th Ave. Miami Gardens, FL 33169 Erik Schreiber 786-606-1253 786-323-1965 t. eschreiberconstmat.co Same Same Same m Conwell 7 Associates Consulting Company 383763521-01 11771 SW 137th Place Miami, FL 33186 Kemeth F_ Conwell 350-926-5673 305 385-7827 kconwe!!(a?caconsultinq.c Sarne Same Same om Cro.sco America Corp 5883 NW 37h-A re Miami, FL 33112 i 305 638 5050 305 635 5050 Same Same Same Lanco & Harriv South (tibia Florida 292190113 01 305 878 2861 +tea Enecon Corporation 232593118-01 6 Platinum Court Medford, NY 11763 Elizabeth Kessler 305-340-7731 954-241-6709 elizabethkessler(aeneco Same Same Same n com Everglades Steel Corporation 591547653-01 m 5901 NW 74 Ave Miami, FL 33166 Andres Suescun 305-591-9460 305-592-1037 andres(a evergladesteel. Same Same Same com Ferguson Enterprises 541211771-04 7480 NW 48th Street Miami, FL 33166 Alexander Sanchez 305-360-4953 305 716 2795 alexander.sanchez ci.ferq Kevin Read 305-716-2766 Same kevin.read@ferguson. com uson.com HD Supply Facilities Maintenance LTD 522418852-01 10641 Scripps Summit Court San Diego, CA 92131 Joel Alonso g77_610 6912 855-365-8083 mdnartners o(�hdsupplv.c Same 786-877-0784 Same Same ©rn Independent Hardware, Inc. 231723845-01 14 South Front Street Philadelphia, PA 19106 Frank Steno Jr. 800-346-9464 x 603 215 925-2107 fsj(c�independenthardwa Sales Same Same re.corn Javan Lumber, Inc. 650192669-01 12721 NW 7th Ave North Miami, FL 33168 Damian C or Jay H 305-769-5727 305-769-5789 javanlumber@gmail.co Same Same Same m Company Name and DBA Company Address: Contact Person and Phone from 8:00 to 5:00 Fax No.: E-Mail Address: Contact Person and PH after 5:00 weekends and Emergency Fax No.: E-Mail Address: John Abell Corp. 10500 SW 186 St Miami, FL 33157 Bill Hurst 786-412-1387 305-251-2687 billh a,johnabellcorp.com Same Same Same Lavcor LLC 452409053-01 936 NW 104TH Ave Miami, FL 33172 Leo Valdes 786-399-6710 844-290-6503 lavcor@ymail.com Same Same Same McKinsey Steel & Supply of Florida 592293118-01 817 NW 51h Ave Ft Lauderdale, FL 33311 Warren Thomas 954 524 7055 954-525-5408 warren( mckinseysteel. Same 954-444-0047 Same Same com 591852111 01 5725 Hollandale Beach 81vd Wcct Park, FL 33023 Stel.ren MsGarfett 954 275 2033 951 987 1204 1w4Flet.1"a14"lel4PPI''t'G Sae 051275 2033 Sage aka Nets Unlimited, Inc. Kelly Bair 602-757-3129 480 515 1301 kelly@rletsunlimited.c om Same Same Same Ronnie's Hardware, Inc. 650567688-01 8631 Coral Way Miami, FL 33155 Ken Stone 305-487-0621 305-251-1003 0000waMeomcast.net Same Same Same Shell Lumber and, Hardware Company 592003802-02 2733 SW 27 Ave Miami, FL 33133 Eli Castillo or lzzy Perdomo 35-856-6401 305-854-3356 305-856-0752 eli(a�shelllumber.com or Jesus Guzman or Izzy Perdomo 35-856-6401 305-854- 3356 or 305-856- 0752 Jesus@shelllumber.co m or lzzy@shelNumber.com Izzy a(shelllumber.com The Tool Place Corp. 650281492-01 Edgar Bischoff 305-591-5650 305-591-5653 sales@toolplacecorp.c om Same Cel 786-262-21296 Same Same Traeger Brothers & Associates 12405 SW 130 St Miami, FL 33186 David Tilden 305-240-3504 dtilden@traeger.com Same 305-582-1645 305 420 4504 Same US Global Sales Corp d/b/a ConstructionSupplies.com 650238917-03 2150 West 76 Street Unit 118 Hialeah, FL 33016 Jorge Marrero 305-594-2266 305 594 5723 sales c(ilconstructionsupp Same 305-345-2465 Same Same lies.com W.W. Grainger, Inc. dlbla Grainger 361150280-01 2255 NW 89th Place Doral, FL 33172 George Joseph 305-594-3036 305-592-5611 Gov480(o%grainger.com Same 1-800-grainger Same Same IV. Purchasing Instructions A. Award Description Awarded vendor have been pre -qualified to participate in spot market purchases. B. Quotation Directives Contract 7963-1/22-1 requires each acquisition over $500 go through a competitive, spot market Request for Quote (REQ). Any purchase under $500 shall consider the availability of the material, geographic location, and/or delivery time as deciding factors. Department Directors may establish internal guidelines for purchases not to exceed $5,000, when it is determined that the project is time sensitive. When practicable, these purchases shall be sheltered for SBE's vendors. 1. Contract Instructions User departments will access the pool of pre -qualified vendors to obtain price quotations for the purchase of building materials as needed, when needed. • The user departments should invite all the pre -qualified vendors under a given group to offer a fixed pricing for an itern(s) needed that falls under that group. • Quotes may be issued for immediate deliveries, or to establish pricing for items that may be ordered within a specified time period. • Quotes may be awarded in the aggregate, per -group, or in a per -item basis. 2. Cone of Silence Pursuant to Section 2-11.1(t) of the County Code, all ITQ's are subject to the Cone of Silence. 3. Preferences (Re: ITB Paragraphs 1.10 and 2.2) The Bid preference shall be applied first to the offers received from certified Micro/SBE vendors. A Micro/SBE vendor must be certified by the Sustainability, Planning and Economic Enhancement Department for the type of goods and/or services the vendor provides in accordance with the following Commodity code(s) (998). The following link may be accessed to verify if a firm is a Micro/SBE vendor: http://www.miamidade.gov/sba/library/certify all by firms.pdf For contracts valued over $1 million, an SBE Preference of 5% is applied to a SBEs offer (for the purpose of evaluation ONLY). For contracts valued up to $1 million, an SBE Preference of 10% is applied (for the purpose of evaluation ONLY). If the SBE is the responsible, responsive low bidder following the evaluation process, the price that the county will pay the awarded firm is the original price offered (excluding the 5% or 10% evaluation factors). Local preference should be applied in accordance with Section 2-8.5 of the Miami Dade County Code (http://library.municode.com/index.aspx?clientld=10620&stateld=9&stateName=Florida) at the time user departments request quotations from the pre -qualified vendors. When a responsive bid from a Miami -Dade local business is within 10% of the lowest price submitted by a responsive non -local business, the local business and the non -local low vendor shall have the opportunity to submit a best and final (BAFO) bid equal to or lower than the amount of the low bid previously submitted by the non -local business. Local Certified Service — Disabled Veteran should be applied in accordance with Section 2-8.5.1 of the Miami -Dade County Code, a Local Certified Service Disabled Veteran Business Enterprise (VBE) shall receive a bid preference of 5% of the price bid (for the purpose of evaluation ONLY). A VBE who is also an SBE shall not receive the veteran's preference and shall be limited to any applicable SBE preferences. At the time of bid submission, the vendor must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Status and submit this affirmation and a copy of the actual certification along with the bid. 4. UAP/Inspector General Fees http://library.municode.com/index.aspx?clientld=10620&stateld=9&stateName=Florida; (Section 2-8.10) C. Emergency Purchases (Re: ITB Paragraph 2.6) The availability of material, , geographic location, and/or delivery time for small purchases (up to $1000 per purchase) or emergency purchases may be utilized as deciding factors for the basis of an award to a vendor when it is determined by a County department that a project is time sensitive to meet pre -established deadlines or it is an emergency situation. D. Delivery 1 Pick-up (Re: ITB Paragraph 2.17 and 2.6) The vendor(s) shall make deliveries as specified within the confines for the request for quotes (RFQ's). Certain County employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorizatio Le�aislatire hatter Pagelof3 Miami -Dade Legislative Item File Number: 112644 Printable PDF Format Re4der Clerk's Ottihial Cop File Number: 112644 File Type: Resolution Status: Before the Board Version: 0 Reference: R-125-12 Control: Board of County Commissioners File Name: RESOLUTION AUTHORIZING COMPETITIVE Introduced: CONTRACT MODIFICATIONS 12/20/2011 Requester: Internal Cost: Final Action: Services Agenda Date: 2/7/2012 Agenda Item Number: 8F10 Notes: Title: RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACT, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE. AND TO EXERCISE OPTIONS -TO -RENEW ESTABLISHED THEREUNDER FOR PURCHASE OF GOODS AND SERVICES Indexes: COMPETITIVE CONTRACT MODIFICATION Sponsors: NONE Sunset Provision: No Effective Date: Registered Lobbyist: None Listed Expiration Date: Legislative History Acting Body Date Agenda Action Sent To Due Date Returned PassFail Item Board of County 2/7/2012 8F10 Adopted P Commissioners Internal Mgmt. & 1/10/2012 3C Forwarded with a P Fiscal favorable Responsibility recommendation Committee REPORT: Assistant County Attorney Oren Rosenthal read into the record the title of the foregoing proposed resolution. Hearing no questions or comments from Committee members or the Administration, the Committee proceeded to vote on the foregoing resolution. County Attorney 12/21/2011 Assigned Hugo 12/22/2011 Benitez County Mayor 12,20/2011 Assigned County 2/7/2012 Attorney http: \. rv, .miamidade.2m gos,action matter.asp?matter=l I-22t448,tile—truce LearFolder=V.... 3 5 2018 Legislative Matter Page 2 of 3 REPORT: ISD - pending cmte - Attachments: Items 1 thru 3 County Mayor 12/20/2011 Assigned Ed Marquez 12/20/2011 Legislative Text TITLE RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACT. AND AUTHORIZING THE COUNTY NIAYOR OR COUNTY MAYOR'S DESIGNEE. AND TO EXERCISE OPTIONS -TO -RENEW ESTABLISHED THEREUNDER FOR PURCHASE OF GOODS AND SERVICES BODY WHEREAS. this Board desires to accomplish the purposes outlined in the accompanying memorandum. a cop> of which is incorporated herein by reference. NOW. THEREFORE. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MI.AMI-DADE COUNTY. FLORID.,. that this Board authorizes award of -competitive contract. and authorizini the Count \ Mayor or Count` Mta�or's desiLmee, and to exercise options -to -rennet established thereunder for the purchase of goods and services. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members. Board of County Commissioners From: Carlos A. Gimenez Manor Subject: Resolution Authorizing Competitive Contract Modifications STAFF RECOMMENDATION Recommendation It is recommended that the Board of Count), Commissioners (Board) approve the attached competitive contract modifications. Scope The impact of the items in the attached Competitive Contract \toditications Package is countywide in nature. Fiscal Impact.Fundinz Source The allocation and funding source by department a�gencv is listed in the attached Competitive Contract Modifications Package. http:.' v1/4vvvv.miamidade.i7oy Ltovaetion matter.asp?matter=1 I44&tile=true& earFolder=Y... 3 5 2018 Legis[atiCe Matter Page 3 of 3 Contract amounts and department allocations represent the maximum spending authority based on past utilization. This action does not guarantee that the total contract amount. value will he expended by Count` departments and; or agencies. Funding yyil1 be expended only it departmental hudLrets can support the expenditures approved in the annual budget adopted by the Board. Track Record, Monitor There are no known performance compliance issues with the vendors recommended for award in the Competitive Contract Modifications Package. Each department's contract manaeer is reflected in the attached item. Dele1.ated .Authority. If this item is approved. the Count\ \lay or or County Mayor's designee vyill have the authority to exercise. in their discretion. subsequent options -to -renew periods and extend contracts For purchase of goods and sexy ices in accordance w ith the terms and conditions of the. each contract. MANAGER'S BACKGROUND Background .-\ competiti\ e contract modification is an award or supplemental allocation for goods yr- services w ithin the scope of the orizinal contract award and. or an extension of the contract term. Item l : Service to Electrical and Mechanical Security Gates modifies this contract For an ei\Lilt month time extension to allow various County, departments to continue to purchase maintenance services for electrical and mechanical security �>ates. No additional allocation is requested, Item 2: Janitorial Supplies modifies this contract for a four month time extension to allow -Carious County departments to continue purchase of janitorial supplies. This contract is also modified by S53.000 at the request of the Park. Recreation and Open Spaces Department. Item 3: Buildin, Materials. Pre -Qualification modifies this contract for a six month time extension to allow v arious County department, to purchase building materials. No additional allocation is requested. Deputy \ lay or 4 Ace^it•jas I 7" I I r1i 'ti :_ 5. = Accrt I P a nix _ter/ I P•‘,acY D+solair'er E-mail year comments questions and suggesticrs to Nrecr'astr !eb Sites 2018 Miami -Dade Ccurty All rights reserred. http: ylltyl.mlamiiade.eol t_'o a tl+ n matter.asp'matter=112t74--4&file=true& earFoIder—Y ... 3 5 2I)I8 File Number: 120466 Version: 0 Miami -Dade Legislative Item File Number: 120466 Printable PDF Format _14.e4de`. Clerk's Official Copy File Type: Resolution Status: Adopted Reference: R-280-12 Control: County Commission File Name: COMPETITIVE CONTRACT AWARDS AND MODIFICATIONS Introduced: 3/8/2012 Requester: Internal Services Cost: Final Action: 4/3/2012 Agenda Date: 4/3/2012 Agenda Item Number: 8F4 Notes: TLL- Title: RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACTS AND 3/8/2012 CONTRACT MODIFICATIONS, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO EXERCISE OPTIONS -TO -RENEW ESTABLISHED THEREUNDER FOR PURCHASE OF GOODS AND SERVICES, AND AUTHORIZING THE USE OF CHARTER COUNTY TRANSPORTATION SURTAX FUNDS Indexes: NONE Sponsors: NONE Sunset Provision: No Effective Date: Registered Lobbyist: None Listed Acting Body Date Agenda Action Item Board of County Commissioners Internal Mgmt. & Fiscal Responsibility Committee REPORT:: Legislative History Expiration Date: Sent To Due Date Returned Pass/Fail 4/3/2012 8F4 Adopted P 3/13/2012 3K Forwarded to BCC with a favorable recommendation Assistant County Attorney Oren Rosenthal read the foregoing proposed resolution into the record. Commissioner Edmonson noted the firm being recommended to provide vinyl seat covers, upholstery and refurbishing services for various County departments was a non -local company. She questioned whether the vendor would perform these services locally or whether the seat covers would be shipped from that company, and if so, who would pay this expense. Mr. Lester Sola, Director, Internal Services Department, responded that the delivery expense was included in the contract price and the covers would be installed locally by County staff. Commissioner Edmonson asked Mr. Sola to include the names and addresses of local and non -local vendors in future contract award recommendations. Hearing no further questions or comments, the Committee proceeded to vote on this proposed resolution as presented. County Mayor 3/12/2012 Additions Internal Mgmt. & Fiscal Responsibility Committee County Attorney 3/8/2012 Assigned Bruce Libhaber County Mayor 3/8/2012 Assigned County Attorney 4/3/2012 REPORT: ISD (ASST. COUNTY ATTY: HUGO BENITEZ) (PENDING CMTE ASSIGNMENT) (NO BCC SPONSOR) (REQUIRES CITT REVIEW) County Mayor 3/8/2012 Assigned Ed Marquez 2/22/2012 3/8/2012 Legislative Text TITLE RESOLUTION AUTHORIZING AWARD OF COMPETITIVE CONTRACTS AND CONTRACT MODIFICATIONS. AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO EXERCISE OPTIONS -TO -RENEW ESTABLISHED THEREUNDER FOR PURCHASE OF GOODS AND SERVICES, AND AUTHORIZING THE USE OF CHARTER COUNTY TRANSPORTATION SURTAX FUNDS BODY WHEREAS. this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI- DADE COUNTY, FLORIDA. that this Board authorizes award of competitive contracts and contract modifications, authorizes the County Mayor or County Mayor's designee to exercise options -to -renew established thereunder for the purchase of goods and services, and authorizes the use of Charter County Transportation Surtax Funds. HEADER Date: To: Honorable Chairman Joe A, Martinez and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject: Resolution Authorizing Competitive Contract Awards and Modifications STAFF RECOMIMIENDATION Recommendation It is recommended that the Board of County Commissioners (Board) approve the attached award of competitive contracts and contract modifications with authority to exercise options -to -renew (OTR). This contract award recommendation is placed for Committee review pursuant to Miami -Dade County Code Section 29-124(f). This contract award recommendation may only be considered by the Board if the Citizens' Independent Transportation Trust (CITT) has forwarded a recommendation to the Board prior to the date scheduled for Board consideration or 45 days have elapsed since the filing with the Clerk of the Board of this contract award recommendation. If the CITT has not forwarded a recommendation and 45 days have not elapsed since the filing of this award recommendation, I will request a withdrawal of this item. The contracts in this package are scheduled for the March CITT meeting. Scope The impact of the items in the attached Competitive Contract Awards and Modifications Package is countywide in nature. Fiscal Impact/Funding Source The allocation and funding source by department/agency is listed in the attached Competitive Contract Awards and Modifications Package. All of the new awards and some contract modifications included in this item do contain Charter County Transportation Surtax funding. Contract amounts and department allocations represent the maximum spending authority based on past utilization. This action does not guarantee that the total contract amount/value will be expended by County departments/agencies. Funding will be expended only if departmental budgets can support the expenditures approved in their annual budget adopted by the Board. Track Record/Monitor There are no known performance/compliance issues with the vendors recommended for award in the Competitive Contract Awards and Modifications Package. Each department's contract manager is reflected in the attached item. Delegated Authority If this item is approved. the County-layor or County Mayor's designee will have the authority to exercise, in their discretion, subsequent OTR periods and extend contracts for purchase of goods and services in accordance with the terms and conditions of each contract. MANAGER'S BACKGROUND Background Section 1 AWARD OF COMPETITIVE BIDS The contracts listed in this section are being recommended for award to the responsive, responsible bidder(s) who met the requirements of the respective solicitation. Item 1.1: Tools and Accessories, Pre -Qualification of Vendors approves establishment of a pre -qualification pool for the purchase of tools and accessories for various County departments. The amount being requested is $5,844,000 for a five-year term and the cumulative value is S11,688,000 if the County chooses to exercise the one, five-year OTR period. Item 1.2: Building Materials, Pre -Qualification approves establishment of a pre -qualification pool for the purchase of building materials for various County departments. The amount being requested is S15,013,000 for a five-year term and the cumulative value is $30,026,000 if the County chooses to exercise the one, five-year OTR period. Item 1.3: Upholsteiy and Refurbishing Services approves award of a contract for Group 1 and establishment of a pre -qualification pool for Group 2 for purchase of vinyl seat covers and upholstery and refurbishing services for various County departments. The amount being requested is $171,000 for a two-year term and the cumulative value is $513.000 if the County chooses to exercise the two, two-year OTR periods. Section 2 COMPETITIVE CONTRACT MODIFICATIONS A competitive contract modification is an award of a supplemental allocation for goods or services within the scope of the original contract award and/or an extension of the contract term, Item 2.1: Janitorial Services for Miami -Dade Transit's Metrorail System modifies this contract for additional ten months and S3.589,000 in spending authority, and approves the use of Miami -Dade Transit (MDT) Operating Funds to allow MDT to continue purchasing janitorial services for Metrorail and Metrotnover stations, and various buildings. Item 2.2: Cleaning Services for South Dade Bus Way Stations modifies this contract for an additional eight months and $303,000 in spending authority, and approves the use of MDT Operating Funds to allow MDT to continue purchasing cleaning, services for various bus stations and Park and Ride lots throughout the County. Item 2.3: Route Work and Group Travel Services modifies this contract for an additional six months and S I, I00,000 in spending authority, and approves the use of MDT Operating Funds to allow MDT to continue purchasing fixed -route services, semi fixed -route services and group travel services within Miami -Dade, Broward, and Monroe Counties. Item 2.4: Pre -qualification — Various Petroleum Products modifies this contract for additional $1,563,000 in spending authority and approves the use of MDT Operating Funds to allow MDT to continue purchasing synthetic transmission fluid for a variety of automotive equipment. There is no time extension associated with this modification. Item 2,5: Janitorial Services for Various County Departments modifies this contract for an additional nine months and S326,000 in spending authority to allow various County departments to continue purchasing, janitorial services. Deputy Mayor Home 1 Agendas 1 Minutes Legislative Search Lobbyist Registration 1 Legislative Reports 2018 BCC Meeting Calendar 1 Miami -Dade County Code of Ordinances 1 ADA Notice 1 Home Using Our Site 1 About I Phone Directory 1 Privacy Disclaimer E-mail your comments, questions and suggestions to Webmester Web Site © 2018 Miami -Dade County. All rights reserved. Miami -Dade County Procurement Page 1 of 3 ram. !ns ra4W lfYWlY llllNT MYM�ON!}If Miami -Dade Department of Procurement Management Vendors Notified of DPM Solicitations via Email Solicitation Number: 7963-1/22 Title: Building Materials, Pre -Qualification of Vendors Due Date: 8/31/2022 2:00:00 PM 7963-1-22_ITB.,pdf Date Sent: 8/5/2011 3:38:47 PM Commodities: SALE OF BUILDERS SUPPLIES Total Enrolled Vendors Notified: 8 Enrolled Vendors Vendor Name Vendor No. Vendor Info AAA WATERPROOFING & 1Q357 Address: 8000 WEST 26 AVENUE , BUILDING PRODUCTS HIALEAH , FL, 33016 , US Phone:(305) 8264889 Fax:(305) 8267686 Email: AAA WATERPROOFIN@BELLSOUTH.NET BANNER SUPPLY 7477 Address: 7195 NW 30 STREET , MIAMI , FL, COMPANY 33122 , US Phone:(305) 593-2946 Fax:(305) 599-2252 Email: APEREZ@BANNERSUPPLY.COM COMADE, INC. 11558 Address: 17915 SKY PARK CIRCLE STE. B , IRVINE , CA, 92614 , US Phone:( ) Fax:(949) 474-0161 Email: BWALLACE@COMADE.COM ELAINE J ABUHOFF 26643 Address: 7910 NW 176 STREET , MIAMI , FL, 33015 , US Phone:(305) 775 Fax:(305) 819-8885 Email: EABUHOFF@YAHOO.COM EXUMA SERVICE CORP 24882 Address: 825 80TH ST SUITE1A , MIAMI BEACH , FL, 33141 , US Phone:(305) 3709068 Fax:(305) 3709068 Email: CONCHIOUS1@YAHOO.COM MGT GROUP INC 20592 Address: 10200 NW 25ST SUITE 207 , MIAMI , FL, 33172 , US Phone:(786) 3065677 Fax:(305) 4069055 Email: SALES@MGTDECO.COM NADEGE ETIENNE 22198 Address: 3358 NW 197 TERR. , MIAMI GARDENS , FL, 33056 , US Phone:(786) 356-2193 Fax:( ) Email: GANATRADING@YAHOO.COM NEW CITY DEVELOPMENT 8782 Address: 1715 NW 185TH TER , MIAMI , FL, GROUP, INC. 33056 , US Phone:(786) 355-2252 Fax:(786) 524-3912 Email: DJW001@MSN.COM https:l/intra8.miamidade.gov/apps/isd/eprocnet/PachageReport.aspx?Type=P... 2/ 1 /2018 Miami -Dade County Procurement Page 2 of 3 Total ADPICS Vendors Notified: 13 ADPICS Vendors Vendor Name Vendor No. AMERICAN LADDER & 592513740 SCAFFOLDING INC DUNN & JOHNSON 591306424 G7 HOLDINGS INC 651037789 GOVDEALS INC 631241096 HOME DEPOT SUPPLY 752007383 INC JOHN ABELL CORPORATION LEADEX CORP MIAMI CORDAGE COMPANY INC 591606994 650170950 590912201 REICH CONSTRUCTION 593557617 SERVICES INC RHONDA MARIES EMBROIDERY INC SHELL LUMBER & HARDWARE COMPANY WEEKLEY ASPHALT PAVING INC WINGS AVIATION SERVICES INC 204931949 592003802 590753039 650327419 Vendor Info Address: 12645 49 ST N , CLEARWATER , FL, 33762 , Phone:(727) 573-5088 Fax:(727) 573-5888 Email: RTRANELL@AIESUPPLY.COM Address: 19 W FLAGLER STREET BISCAYNE BUILDING , MIAMI , FL, 33130 , Phone:(305) 576-9076 Fax:(305) 576-0206 Email: MALOOF@BELLSOUTH,NET Address: 1602 ALTON ROAD , MIAMI BEACH , FL, 33139 , Phone:(305) 673-2847 Fax:(305) 693-2277 Email: G7MIAMI@AOL.COM Address: 5913 CARMICHAEL PL , MONTGOMERY , AL, 36117 , Phone:(334) 277-0372 Fax:(334) 277-0557 Email: MUNDERWOOD@GOVDEALS.COM Address: 10641 SCRIPPS SUMMIT COURT , SAN DIEGO , CA, 92131 , Phone:(813) 917-7044 Fax:(877) 219-8526 Email: LOY_SPARKS@HOMEDEPOT.COM Address: 10500 SW 186 STREET , MIAMI , FL, 33157 , Phone:(305) 2534440 Fax:(305) 2512687 Email: ERIC@JOHNABELLCORP.COM Address: 2601 SW 69TH COURT , MIAMI , FL, 33155, Phone:(305) 345-7474 Fax:(305)264-5350 Email: FRANK©LEADEXCORP.COM Address: 2475 NW 38TH STREET , MIAMI FL, 33142 , Phone:(305) 636-3000 Fax:(305) 635-0530 Email: JASON©IMAKEROPE.COM Address: 7501 124 AVE N, STE B , LARGO , FL, 33773, Phone:(727) 531-1378 Fax:(727) 531-1089 Email: MIR@TAMPABAY.RR,COM Address: 2408 SW 153RD PL , MIAMI , FL, 33185 , Phone:(786) 274-3523 Fax:(305) 228-6413 Email: RHONDAMARIE@YAHOO.COM Address: 2733 SW 27 AVE , MIAMI , FL, 33133 , Phone:(305) 856-6401 Fax:(305)854-3356 Email: IZZY@SHELLLUMBER.COM Address: 20701 STIRLING ROAD , PEMBROKE PINES , FL, 33332 , Phone:(954) 680-8005 Fax:(954) 680-8671 Email: WEEKLEYASP@AOL.COM Address: BLDG 906, MIAMI INTERNATIONAL AIRPORT , MIAMI , FL, 33152 , https:/Iintra8,miamidade.gov/apps/isdleprocnet/PackageReport.aspx?Type P... 2/1 /2018 Miami -Dade County Procurement Page 3 of 3 Phone:(305) 876-9500 Fax:(305) 876-9600 Email: SWARTZON@WINGSAVIATION.NET https://intra8.miamidade.gov/apps/isd/eprocnet/PackageReport.aspx?Type=P... 2/1 /2018 MIAMMADE Y f,l e BID NO.: 7963-1/22 1 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID OPENING: 2:00 P.M. Wednesday August 24, 2011 TITLE: BUILDING 4IATERIALS, PRE -QUALIFICATION OF VENDORS THE FOLLOWING ARE REQUIREMENTS OF THIS BID. AS NOTED BELOW: SMALL BUSINESS ENTERPRISE MEASURE:See Section 2, paragraph 2.2 USER ACCESS PROGRAM: See Section 2, paragraph 2.21 FOR INFORMATION CONTACT: Maria Hevia at 305-375-5073, or at N1Hevia@miamidade.gov IMPORTANT NOTICE TO BIDDERS: MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 14 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 14 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE MIAMI.DADE 777 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 7963-1/22 Title: BUILDING \IATERIALS, PRE -QUALIFICATION OF VENDORS Procurement Contracting Officer: Maria Hevia, CPPB Bids will be accepted until 2:00 p.m. on August 24, 2011 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: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each Bid submitted to the Clerk of the Board 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 two copies of the Bid Submittal, plus attachments if applicable. All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal deadline shall be accepted as timely submitted. The circumstances surrounding all bids received and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by the procuring department, in consultation with the County Attorney's Office, to determine whether the bid will be accepted as timely. 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 MIAM1-DADE COUNTY BiD NO.: 7963-1'22 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS 1.1- ❑i:FINITIONS Bid - shall refer to any ofter(s) st1hanitted in response to this solicitation Bidder - shall refer to anyone submitting a Sid in response to this solicitation. Bid Solicitation - shall mean this solicitation documentation, including any and all addenda_ BidSubmittal 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 -Dario County, Florida DPM - shall refer to tvtiamr-Dade County's Department of Procurement Management. Enrolled Vendor - shall refer to a firrn that has completed the necessary documentation in order to receive Bid notifications from the County Registered Vendor - shall refer to a firm that has completed MO Miami -Dade County Business Entity Registration Application and has satisfied all requirements to enter into business agreements with the County The Vendor Registration Package - shall rotor to the Business Entity Registration Application For additional information about on-line vendor enrollment or vendor registration contact the Venrlor Assistance Unit at 111 N.W. 15' Street, 11.1"' Floor, Miami, FL 33128, Phone 305-375-5773. Vendors can enroll online and obtain forms to register by visiting our web site at www.miamidade.govlcprn 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 Sollcilation aro encouraged to submit Bids. Vendors may enroll with the Courtly to be included on a rtotific:rtron list for selected categories of goods and services. fa be eligible for award of a contract (including sritafl purchase orders), Bidders must become e Registered Vender. Only Registered Vendors can be awvarilcri County contracts- Vendors are required to register with the County by contacting the Vendor Assistance Unit. The County endeavors to obtain the participation of all qualified small business enterprises. For infer -nation and to apply for certification, contact the Department of Small Business Development at 111 N.W. 1 Street, 19"' Floor, ivliarni, FL 33128-1900, or telephone at 305-375-3111. County employees and board members wishing to do business with the Courtly are referred to Section 2-11.1 of the Miami -Dade County Code relating to Conflict of interest and Cade of Ethics. B. Vendor Registration To he recommended for' award the County requires that vendors complete a Miami -Dade County Vendor Registration Package. Effective June 1, 2008, a new Vendor Registration Package, including a Uniform Affidavit Packet (Affidavit form), must be completed by vendors and returned to the Department of Procurement Management (DPM), Vendor Assistance Unit, within fourteen 04) days of notification of the intent to recommend for award- In tho event the Vendor Registration Package is not properly completed and returned within the specified time, the County may in its sole discretion, award to the next lowest responsive, responsible Bidder The Bidder is responsible for obtaining the Vendor Registration Package, including at affidavits by downloading from the DPM website at www.miarnidade.gav or from the Vendor Assistance Unit at 111 N.W. 11.' Street, 13r" Floor, Miami, FL 33128. Bidders are required to affirm that at information submitted with the Vendor Registration Package is current, complete and accurate, at the limo they submit a response to a Rid Solicitation, by completing the provided Affirmation of Vendor Affidavit form. In becoming a Registered Vendor with Miami -Dade County, the vendor confines its knowledge of and commitment to comply with the foltowirrg 1. Miami -Dade County Ownership Disclosure Affidavit {Sec 2-8.1 of the County Cade) -I- 2. Miami -Dade County Employment Disclosure Affidavit (County Ordinance No. 90.1.1,1, amending Section 2, 8-1(0)(: i) of the County Code) 3. Miami -Dade Employment Drug -free Workplace Certification (Section 2-8.1.2(b) of the County Cade) 4. Miami -Dade Disability and Nondiscrimination Affidavit (Article I, Section 2-8. 1.5 Resolution f3182-00 Amending R-385-95) 5. Miami -Dade County Debarment Disclosure Affidavit (Section 10.38 of the County Code) 6. Miami -Dade County Vendor Obligation to County Affidavit (Section 2-8. 1 of the County Code) 7. Miami -Dade County Code of Business Ethics Affidavit (Article 1. Section 2-8.1(i) and 2-11(b)(1) of the County Code through (6) and {9) of the County Code and County Ordinance No 010-1 amending Section 2-11.1(c) of the County Cede) 8. Mia,ni-Dade County Family Leave Affidavit (Article ti of Chapter 11 of the County Code) 9. Miami -Dade County Living Wage Affidavit (Section 2-8.9 of the County Code) 10. Miami -Dade County Domestic Leave and Reporting Affidavit (Article 8, Section I1A-80 11A-670/ the County Code) 11. Subcontracting Practices (Ordinance. 97-:35) 12. Subcontractor /Supplier Listing (Ordinance 97-104) 13. Environmentally Acceptable Packaging F7csclution (R-738-92) 14. W-9 and 8109 Forms Tho vendor must furnish these forms as required by the Internal Revenue Service. 15. Social Security Number In order to establish a file for your firm, you must provide your lirm's Federal Employer Identification Number (FEIN) If nu FEIN exists, the Social Security Number of the owner or individual must bo provided. This number becomes your 'County Vendor Number. To comply with Section 119.071(5). of the Florida Statutes relating to the collection of an individuat's Social Security Number, be aware that DPM requests the Social Security Number for the following purposes: • identification al individual account records • To make payments to individual/vendor fur goods and services provided to Miami -Dade County • Tax reporting purposes • To provide a unique identifier in the vendor database that may be used for searching and sorting departmental records 16. Office of the Inspector General Pursuant to Section 2-1076 of the County Code. 17. Small Business Enterprises The County endeavors to obtain the participation of all small business enterprises pursuant to Sections 2-8.2, 2-8.2.3 and 2-8.2.4 a1 the County Cade and Title 49 of the Code of Federal Regulations. 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. Revised 5'25,1 1 MIAMI-DADE COUNTY BiD NO.: 7963-1/22 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS Pursuant to Section 287.13312)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid an a contract to provide any goods or services In a public entity, may not submit a Bid on a contract with a public entily for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes. for CATEGORY TWO for a period of 36 months from Me date of being placed on the convicted vendor list. D. Request for Additional Inforrnation 1. Pursuant to Section 2-11.1(t) of the County Code, all Bid Snlicitahons, once advertised and until an award recommendation has been forwarded to the appropriate authority are ander 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. Streit inquiries or request for inlormataon shall be submitted to the procurement anent 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 requester roust also fife a copy of this written request with the Clerk al the Board, 111 NW 151 Sired, 171' Fluor, smile 202, Miami, Florida 33128-1983 or email clerkhcc kit ielain dade dray. 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 lerrns, provisions r requirements el thesolicitalfnn. The Bidder should not rely on any representation, statement or e:xplaralion whether written or verbal, olhor than (hose made in this Bid Selicitalion document or in any addenda issued_ Where there appears to he a conflict benwee.n this Bid Solicitation and any addenda, the last addendum issued stall 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 'Acknowirdgment 01 Addenda" form, when any addenda have been issued. E. Contents of Bid Solicitation and Bidders' Flesponsibil➢ties 1. It is tIle rospensibitrty of the Bidder to become Ihororx9hiy familiar with the &il reyuinmtunls, 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 veering the requirements of the County. or the compensation to be paid to the Bidder. 2. In the event a Bidder wishes to protest any part of the General Conditions, Special Conditions and/or Technical Specifications contained in the Bid Solicitation it rnrisl file a notice of protest in writing with the issuing department no later than 48 hours prior to the Bid opening date and hour specified in the solicitation- Failure to film a timely notice of protest will constitute a waiver of proceedings. 3. This solicitation is subject to all legal requirements contained 'm the applicable County Ordinances, Administrative Orders. and Resolutions, as well as all applicable State and Federal Statutes, Where conflict exists belween this Bid Solicitation and These legal requirements. the authority shall prevail in the following order: Federal, State and local. A. It is the responsibility of the Bidder/Proposer, prior to conducting any Iobtr{inq regarding this solicitation to tile the appropriate. form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a farm with the Clerk el 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 Ma 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 -II- authorized agent slating that the new submittal replaces the original submittal The new submittal shall contain the leiter and ail information as required for submilling the original But, No changes to a BM 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 a written letter received by DPM prior to the Bid opening date may withdraw a hid, A bid niay also be withdrawn ninety (90) days after the Bad has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal I1:tter must be on company letterhead and signed by an authorized agent of bit Bidder. G. Conflicts Within The Bid Solicitation Where there .appears to be a conflict between the General Terris and Conditions, Special Conditions, the Technical Specnccations, the Bid Submittal 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 Terris and Conditions, H. Prompt Payment Terms 1. It is the policy of Miarni-Dade County that payment for all purchases ley 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 Miarni-Dade County Code, the time at which payment shall be duo from the County or the Public Health Trust shall he 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 payrnents due from the Courtly 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 widen decision of the County Manager, or his or her designee(s), not €titer than sixty (60) days alter the date oh which the proper invoice was received by the County or the Public Health Trust. 2. The Bidder may ofter cash discounts for prompt payments, however, such discoorr a will not lie considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment teens in the space provided an the Bid submittal 'signature page of the solicitation. 1.3. PREPARATION OF BIDS A. the Bid submittal form defines requirements of items to be purchased, and must be completed anti submitted with the Bid. Use of any other form will result in the rejection of the Bidder's offer. R. 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 he rejected_ C. An authorized agent of the Bidder's firm must sign the Bid submittal form. FAILURE TO SIGN THE BID SUBMITTAL FORM SHALL RENDER THE BID NON -RESPONSIVE. D. The Bidder may be considered non -responsive it 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 seine solicitation provided that such offer is allowable under the terms wad condltone 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. An optional electronic submittal snail not be considered a pad of the bid if i1 differs in any respect Irorn the required manual submittal in the original hard copy. 1.4. CANCELLATION OF BID SOLICITATION Miarni-Dade County reserves the right to cancel, in whole or in part, any Invitation io Bid when it is in the best interest of the County Revised 5r25,11 MIAMI-DADE COUNTY BID NO.: 7963-1:'22 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS 1.5. AWARD OF BED SOLICITATION A. This Bid may be awarded le the responsible Bidder meeting ail 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 in its best interest. The County shall be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total !ow Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and ail Bids if it is determined that prices are excessive, best offers are determined to be unreasonaole, ar 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 !ow bidder, provided that the scope al work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do business with Miami -Dade County. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Local Business Tax Receipt. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a pane 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 seit-addressed stamped envelope or make a request by e-mail. Bid results will not be given by telephone or facsimile. H. The Bid Solicitation, arty addenda and/or properly executed modifications, the purchase order, and any change order(s) shail constitute the contract. In accordance with Resolution R-1574-88, the Director of DPM will decide alitie Bids. J. Award of this Bid may be predicated on compliance with and submittal of at required documents as stipulated in the Bid Solicitation. K. The County reserves the right to request and evaluate additional information from any bidder atter the submission deadline as the County deems necessary. 1.6. CONTRACT EXTENSION A. B. 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. This contract may be extended beyond the initial one hundred - eighty (180) day extension period upon mutual agreement between the County and the successful Bidders) upon approval by the Beard of Caunly 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 successful Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1,8. ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only (a) estimates are based on the County'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 nal contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion- of the County User Access Program (UAP) described in Section 2.21 of this contract solicitation and Cie resulting contract, if that section is present in this solicitation document. No guarantee is expressed or Empties 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 tight 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, inctuding but not limited to: award of other contracts, use of any contractor, or perform the work with ifs 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: 1. a business that has a valid Local Business Tax Receipt, 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 faceted within the limits of Miami -Dade 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 that 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 el 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 feast 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 focal business within 10% of the lowest price submitted by a responsive non local business, the local business and the non -local tow 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 nor -local business. At this time, there is an interlocal agreement in effect between Miami - Dade and Broward Counties until September 2011. 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, terms and conditions. 1.12. B1D PROTEST 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. Revised 5.25,11 rrilAMI-DADE COUNTY BID NO.: 7963-1 22 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS 1.13. LAWS AND REGULATIONS The successful Bidder shall comply with all raws and regulations applicable to provide the goods ardfor services specified in this Bld Solicitation. The Bidder shall comply wllh all federal. state and local laws that may affect :he goods ardear services offered. 1.14. LICENSES, PERMITS AND FEES The awarded bidder(s) snail hold all licenses and/or certifications, obtain and pay for all permits andlcr Inspections, and comply with all taws, ordinances, regulafices and building code requirements appllcabie to the work required herein. Damages, penalties, and/or fines Imposed on the County or an awarded bidder for failure to obtain and maintain required licenses, certifications, permits and/or Inspections shalt be borne by said awarded bidder. The departmental contract manager shalt verity the cerllflcation(s), Ilcense(s), pennit(s), etc, for the awarded bidder(s) prior to authorizirg work and as needed. 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 :he County may result ;n termination of the contract for default, VVhen Subcontracting is allowed the Bidder snail comply with County Resolution No, 1634-93, Section 10-34 of the County Code and County Ordinance No. 97.35, 1.18. ASSIGNMENT Tee 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 oerscn, company or et -execration without the pror written consent of the County. 1.17. DELIVERY L'n ess otherwise specified En the Bid Solicitation, prices quoted shall oe F.Q.B. Destiraticn. Freight shall be included in the proposed price. 1.18. RESPONSIBILITY AS EMPLOYER The employees) of the successful Bidder shall be corsidered to be at all times its ernp;cyee(s), and nct an employee(s) or agents) of the County or ary of its departments. The successful Bidder snail provide competent and physically employee(s) capabie 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 shalt wear proper identificaticn. 1.19. INDEMNIFICATION The successful Bidder shall Indemnify and held harmless the Ccunty and Its officers, employees, agents and Instrumentalities from any and ail liability, losses or damages, Including attorney's fees and costs of defense, which the Ccunty or Its officers, employees, agents or Irstrumentalltles may incur as a result of claims, demands, suits, causes of actions cr proceedings of any kind or nature arising out of, relating to or resuiting from the performer es of the agreement by the successful Bidder or its employees, agents, servants, partners, per.cipals or subcontractors. The successful Bidder shall pay all claims and lessee in connection therewith, and shall investigate and defend all claims, suits or actions of any kird or nature in the name of the Courty, where apottcable, Including appellate proceedings, and shall pay all costs, judgments, and attcrney's Fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any Insurance protection required by lies Agreement or otherwise provided by the successful Bldder shall In no way limit the responsibility to Indemnify, keep and save harmless and defend the County or Its officers, employees, agents and Instrumentalities as herein provided. 1.20. COLLUSION A contractor recommended for award as the result of a competitive solicitation for any County purchases cf supplies, materials and services (including professional services, other than professional architectural, engineering and other services subject to Sec. 2-10.4 and Sec. 287.055 Fla Slats.), purchase, lease, permit, ccncessfon or management agreement shad, within five (5) business days of the filing of such recommendation, submit an affidavit under the penalty of - IV - perjury, on a form provided by the County: stating either that the ear -erector is not related to any of the other parties bidding In the competitive solicitation or identifying all related parties, as defined in this Section. which bid In the solicitation; and attesting that the contractor's proposal :s genuine and not sham or collusive or made In the Interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, Induced or solicited any other proposer to put in a sham proposal, or any other person, flan, or corporation to refrain from proposing, and that the proposer has not In ary manner sought by collusion to secure to the proposer an advantage over any other proposer. In the event a recommended contractor Identifies related parties En the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor snall be Ineligible for award unless that presumption Is rebutted in accordance with the provisions of Sec. 2.8.1,1. Any person or entity that fails to submit the required affidavit shall be le eligible for contract award. A. The Collusion Affidavit will be included in all solicitations and will ee requested from bidders/proposers once bldslproposals are received and evaluated. B. Failure to provide a Collusion Affidavit within 5 business days after the recommendation to award has been filed with the Clark of the Board shall be cause for the contractor to forfeit their bld bond. 1.21. MODIFICATION OF CONTRACT The contract may be modified ay mutual consent, in writing through the issuance of a modificailon to the contract, purchase order, change order or award sheet, as appropriate. 1.22.TERMINATION FOR CONVENIENCE The County, at its sore discretion, reserves the right to terminate this contract without cause upon thirty (30) days written nonce, Upon receipt of such notice. the successful Bidder shall not Incur any aediflonal 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 oe 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 verdor on probation In the event the successful Bidder falls 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 notitled 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 ary source and use any method deemed in Its best Interest. Ail re -procurement cost shall be borne by the successful Bidder, 1.24. FRAUD AND MISREPRESENTATION Pursuant to Section 2-8.4.1 of the Mlaml-Dade County Code, any Irdividual, corporation or other entity that attempts to meat 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 ail direct or indirect costs associated with termination or cancellation, including attomey's fees, 1.25. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an audit by Audit and Management Services, the Commission Auditor, or other auditor of the County's choosing at the Contractor's expense. The Contractcr shall provide access to all of its records, which relate directly or indirectly to this Agreemert 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 lea Agreement. The Contractor agrees to provide such assistance as may be necessanj to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. (Revised 5i25 11 MIAMI-DADE COUNTY BID NO.: 7963-1/22 -OTR SECTION 1 GENERAL TERMS AND CONDITIONS 1.26 OFFICE OF THE INSPECTOR GENERAL Mlaml-Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public i-eatth Trust programs, contracts, trarsections, accents, 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. Tee Inspector General may, on a random basis, perform audits on all County contracts. The cost of random audits shall be nccrporated Into the contract price of ail contracts and shall be ore quarter (1/4) of one (1) percent of the contract price, except as otherwise provided in Section 2-1076 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 delermine If the bidder is capable of pertorr ng the requirements of his bid solicitation, 1.28 PROPRIETARY/CONFIDENTiAL INFORMATION Proposers are hereby notified that all Information submitted as part of, or In support of bid submittals we be available for public inspection after oper n9 of bids in cow eliarce with Chapter 119 of the Florida Statutes; popularly known as the "Public Record Law:' The proposer shall not submit any Information n response to this solicitation, which the proposer considers to be a Trade secret, proprietary or ccnfidential. The submission of any information to the County in connection with this solicitation shall be deemed conclusively to be a waiver of any trade secret or other pro eettor, which would otherwise be available to the proposer. In the evert that the proposer submits information to the County in eciation of this restriction, either inadvertently or Intentionally and clear'y identifies that infcrrnatien In the bid as protected or confidential, lee County may, in its sole discretion, either (a) communicate with the Proposer in writing In an effort to obtain the Proposers withdrawal of the confidentiality restriction or (b) endeavor to redact ard return that irformaticn to the Proposer as quickly as possible, and if appropriate, evaluate the balance of the propcsal. The redaction or return of irferrttalicn pursuart tp ties clause may render a propcsal non -responsive. 1.29. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT {HIPAA) Any person or entity !hat performs or assists Miami -Dada County with a function or activity Involving the use or disclosure of "Individually Identifiable health Information (IIHI) andlor Protected Health information (PHI) shall comply with the Health Insurance Portability and Accourtablilty 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 iIHi1PHI will be held confidentlai: S. 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 far an accounting of disclosures; and 8. Making infernal practices, books and records related to PHl 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 electronic 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. -V- 1.30. CHARTER COUNTY TRANSIT SYSTEM SALE SURTAX When proceeds from the Charter Counhy Trarslt System Sales Surtax levied pursuant to Section 29.121 of the Code of Mtaml-Dade County are used to pay for all or some part of the cost of this contract, no award for those portions of a Blanket Purchase Order (BPO) utilizing Charier County Transit System Sales Surtax funds as part of a multi - department contract, nor a contract utilizing Charter County Transit System Surtax funds shall be effective and thereby give rise to a contractual relationship with the County for purchases unless and until both the foitowing 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 Cammission override of a veto); ard. 2) either, 1) the Citizens' Independent Transportation Trust (CITT) has approved inclusion of the Surtax funding on the oontract, or, ii) in response to the CITTs disapproval, the County Commission reaffirms award of the contract by two-thirds (213) vote of the Commission's membership and such reaffirmation becomes final, Notwithstanding the other provisions of Section 1.30, award of an allocation. for services In support of the CITT's oversight which does not exceed $1000 will not require Commission or CITT approval and may be awarded by the Executive Director of the OCITT 1.31 LOBBYIST CONTINGENCY FEES A) In accordance with Section 2-11.1(s) of the Code of Mlaml-Dade County, after May, 16, 2003, no person may, In whole or In part, pay, glve or agree to pay or give a contingency fee to another person. No person may, In wheel or in part, receive or agree to receive a contingency fee. B) A emergency fee is a tee, bonus, commission or nor -monetary benefit as compensation which Is dependant on or In any way emergent upon the passage, defeat. or modification of: 1) any ordinance, resolution, action or decision of the County Commission; 2) any actlor, decsion or recommendation of the County Manager or any County board or committee; or 3) any action, decision or recommer.,daticn of any County personnel during the llme period of the entire decision -making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a Courty board or committee. 1.32 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordlnarce No. 03-2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, properly, ard equipment purchased In whole or In part with government funds Revised525.11 MIAMI-DADE COUNTY BID NO.: 7963-1'22-OTR SECTION 2 SPECIAL CONDITIONS BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS 2.1 PURPOSE: TO ESTABLISH A CONTRACT The purpose of this solicitation is to pre -qualify vendors for future pricing competition. This initial solicitation provides for the submission of documents and forms intended to verify that the vendor meets the minimum criteria set forth in paragraph 2.6 of this solicitation. All vendors that meet the criteria established within shall be placed on a pre -qualification list that will be accessed by County departments in order to obtain price quotations for the provision of building materials. 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 109© percent bid preference shall apply to contracts valued up to $1 million and a 5% percent bid preference shall apply to contracts greater than $1 million. A SBE Micro Business Enterprise must be certified by the Department of Small Business Development (SBD) 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 Small Business Development at 305-375-CERT (2378) or access Miami - Dade COurty - Sma'I Business Development - Certificaton Process 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 — Intentionally Omitted 2.4 TERM OF CONTRACT: SIXTY (60) 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. and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the last month of the contract term. 2.5 OPTION TO RENEW FOR SIXTY (60) MONTHS Prior to. or upon completion. of that initial term, the County shall have the option to renew any contract resulting from this solicitation for one additional five (5) year term. Vendors shall maintain, for the entirety of the additional period. the same terms, and conditions of the originally awarded contract. Continuation of the contract beyond the initial five year term. and any option subsequently exercised. is a County prerogative. and not a right of the vendor. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. MIAMI-DADE COUNTY BID NO.: 7963-1 `22-OTR SECTION 2 SPECIAL CONDITIONS Should a vendor decline the County's right to exercise the option period. the County may consider the vendor in default which shall affect that vendor's eligibility for future contracts. Any options to renew will be restricted to the specific items of work initially awarded to any specific vendor. 2.6 METHOD OF AWARD: PRE -QUALIFIED VENDORS WHO WILL BE INVITED TO PARTICIPATE IN SPOT MARKET PROCEDURES Award of this contract will be made to all responsive. responsible vendors who meet the minimum qualifications identified below: The minimum qualification as follows:: Vendor(s) must be in the business of providing building materials for a minimum of one year. Vendors must submit a copy of their articles of incorporation or Federal income tax with the bid submittal form. II. Vendor must submit references with its bid submittal form. The references must be customers to whom the vendor has provided and successfully delivered building materials. Vendor must include the customer's company name, name. title, address. and telephone number of the contact person who can verify that the vendor has successfully provided and delivered building materials like those listed in this Invitation to Bid. These references shall ascertain to the County's satisfaction that the vendor has sufficient experience. The County, at its sole discretion. may choose to request additional information in order to assess vendor responsibility. Vendors' office shall be equipped with modern office resources. including a dedicated facsimile (fax) machine and e-mail address. The resources must be available to provide immediate support and expedite quotations. The fax number. e- mail address and the name of a contact employee shall be included in the bid submittal form. IV. Vendor must be able to provide and deliver building materials after 5:00 PM and on weekends in case of an emergency. Vendor must submit contact information available after 5:00 PM and on weekends with the bid proposal submittal. Information shall include contact persons name, telephone number, fax number and e-mail address. Vendor(s) shall submit all the specified information, documents and attachments as proof of compliance to the minimum qualification requirements. The County shall be sole judge of the vendor's conformance with the qualification requirements and its decision shall be final. The County reserves the right to verify the information submitted by the vendor and to request additional information, as it deems necessary to ascertain the vendors' conformance to the minimum qualification requirements. The vendors shall then be deemed to be pre -qualified to participate in subsequent spot market purchases as required by the County on either on as -needed or on a periodic basis. Spot market pricing procedures may be initiated by either the using County department or by DPM. When such spot market purchases are initiated. the pre -qualified vendors will be MIAMI-DADE COUNTY BID NO.: 7963-1 `22-OTR SECTION 2 SPECIAL CONDITIONS invited to offer a fixed price for a specific individual purchase. or a specific purchasing period. The vendor then offering the lowest fixed price shall be awarded for the specific period or specific purchase. The award to one vendor for a specific period or individual action does not preclude the remaining pre -qualified vendors from submitting spot market offers for other specific purchases. The availability of material, geographic location, and;br delivery time for small purchases (up to $1000 per purchase) or emergency purchases may be utilized as deciding factors for the basis of an award to a vendor when it is determined by a County department that a project is time sensitive to meet pre -established deadlines or it is an emergency situation. It shall be the sole prerogative of the County as to the number of vendors who will be 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. 2.7 PRICES — Intentionally Omitted 2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY EQUIPMENT — Intentionally Omitted 2.9 EQUAL PRODUCT — Intentionally Omitted 2.10 LIQUIDATED DAMAGES — Liquidated damages may apply if so defined in the Request for Quotation (RFQ). 2.11 INDEMNIFICATION AND INSURANCE — Intentionally Omitted 2.12 BID GUARANTY — Intentionally Omitted 2.13 PERFORMANCE BOND — Intentionally Omitted 2.14 CERTIFICATIONS — Intentionally Omitted 2.15 METHOD OF PAYMENT: 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 items) 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 these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. All invoices shall contain the following basic information: Vendor Information: 3-- MIAMI-DADE COUNTY BID NO.: 7963-1'22-OTR SECTION 2 SPECIAL CONDITIONS • The name of the business organization as specified on the contract between Miami -Dade County and vendor • Date of invoice • Invoice number • Vendor's Federal Identification Number on file with Miami -Dade County 11. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number 111. 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 Purchase Order • 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 Vendor(s) shall quote prices based on F.O.B. Destination and shall hold Hie to the goods until such time as they are delivered to, and accepted by. an authorized County representative. A. DAMAGED GOODS WHEN SHIPPING Vendor(s) shall be responsible for filing. processing. and collecting all damage claims against the shipper. MIAMI-DADE COUNTY BID NO.: 7963-1.'22-OTR SECTION 2 SPECIAL CONDITIONS 2.17 DELIVERY REQUIREMENT The Request for Quotation (RFQ) will identify the delivery requirement for each purchase. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number of days stated on the RFQ. the County reserves the right to cancel the order. If the order is so terminated. it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent vendor with any re - procurement costs. If the vendor fails to honor these re -procurement costs, the County may terminate the contract for default. Certain County employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate user department to confirm the authorization. A. PACKING SLIP/DELIVERY TICKET Vendor(s) shall enclose a complete packing slip /delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip Idelivery ticket 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 /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. 2.19 BACK ORDERS If the vendor cannot deliver an ordered item in accordance with the scheduled delivery date due to a current existing backorder of that item with the manufacturer or distributor; the vendor shall insure that such back orders are filled as mutually agreed upon by the County and the vendor, in writing, at the time of the specific purchase. The vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed. seek the items from another vendor, and charge the incumbent vendor under this contract for any directly associated re -procurement costs. If the vendor fails to honor these re -procurement costs, the County may terminate the contract for default. 2.20 WARRANTY REQUIREMENTS Each RFQ will identify any and all warranty requirements. MIAMI-DADS COUNTY BID NO.: 7963-1i22-OTR SECTION 2 SPECIAL CONDITIONS A. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS Vendor(s) shall hereby acknowledge and agree that all materials. except where recycled content is specifically requested. supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability. and fit for a particular purpose. In the event any of the materials supplied to the County by the vendor are found to be defective or do not conform to specifications: (1) the materials may be returned to the vendor at the vendor's expense and the contract cancelled or (2) the County may require the vendor to replace the materials at the vendor's expense. 2.21 CONTACT PERSONS For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Maria Hevia, at (305) 375-3022 email — Mhevia@miamidade.gov, 2.21 COUNTY USER ACCESS PROGRAM (UAP) APPLIES WHERE PERMITTED BY FUNDING SOURCE 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°0). 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 (where permitted by funding source) 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%/o 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. 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 approved 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 MIAMI-DADE COUNTY BID NO.: 7963-1 22-OTR SECTION 2 SPECIAL CONDITIONS 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 product(s) to be provided hereunder shall be delivered to the County, in full compliance with the specifications and requirements set forth in the Request for Quotes. If a vendor provided product is determined to not meet the specifications and requirements of the Request for Quotation, 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 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS AND OTHER GOVERNMENTAL ENTITIES 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). 2.24 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL FUNDING Since the goods, services, and/or equipment that will be acquired under this solicitation will be purchased. in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this solicitation and resultant contract by reference. M€AMI-DADE COUNTY BID NO.: 7963-1'22-OTR SECTION 2 SPECIAL CONDITIONS 2.25 ESCORT AT AIRCRAFT OPERATING AREA When performing work at the County`s Aviation Department. the vendor shall report to the Aviation Department's Maintenance Division Building No. 3025 and be escorted to and from each area of work that traverses the aircraft operating area. The Department shall monitor the placement of the vendor's equipment at each location. Upon completion of the work, the vendor shall call the Maintenance Office, 876-7311, to arrange for inspection and escort out of the aircraft operating area. Any violations of this section by the vendor may result in immediate cancellation of this Contract. MIAMI-DADE COUNTY BID NO.: 7963-1 22-0TR SECTION 3 TECHNICAL SPECIFICATION BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS 3.1 SCOPE Furnish and deliver building materials to include: lumber, doors, metals, hardware, cement, plaster, roofing materials, sheetrock, etc, for delivery to various locations within Miami Dade County. All building materials shall have a Miami -Dade County Building Code Compliance approval (if applicable). Building materials shall not contain asbestos. 3.2 GROUPS The following is a grouped listing of the construction equipment and supplies typically used by the County. This list is neither exclusive nor complete. Vendors must indicate on Section 4, bid proposals forms the groups available from their firms. • GROUP A: LUMBER • GROUP B: DOORS • GROUP C: METALS (steel, stainless steel. galvanized, aluminum. etc.) • GROUP D: HARDWARE • GROUP E: BAGGED CEMENT • GROUP F: PLASTER • GROUP G: ROOFING MATERIALS • GROUP H: SHEETROCK • GROUP I: OTHER BUILDING MATERIALS NOT INCLUDED IN GROUPS A THROUGH H MIAMI-DADE COUNTY BID NO.: 7963-1'22-OTR 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•DADE OPENING: 2:00 P.M. Wednesday August 24, 2011 PLEASE QUOTE PRICES F.O.B. DESTINATION. FREIGHT ALLOWED. LESS TAXES. DELIVERED INMIAMI-DADE COUNTY. FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal. State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued DPM Date Issued: 8,5,11 This Bid Submittal Consists of by:mh Purchasing Division Pages 10 through 14 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. BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS A Bid Deposit in the amount of NA of the total amount of the bid shall accompany all bids A Performance Bond in the amount of WA 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 1 NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE 998-19 Procurement Contracting Officer I Maria Hevia RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 14 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 14 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE - 10- MIAMI-DADS COUNTY FIRM NAME: BID NO.:7963-1, 22-OTR BID SUBMITTAL FOR: BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS Mimimum Qualification Checklist Initial As Com.leted I. Section 2. paragraph 2.6. I: Vendor must submit a copy of the articles of incorporation or Federal income tax. Vendor's Initial II. Section 2. paragraph 2.6. II: Vendor must submit references with its bid submittal form. The references must be customers to whom the vendor has provided and successfully delivered building materials. Vendor must include the customer's company name, name. title. address, and telephone number of the contact person who can verify that the vendor has successfully provided and delivered building materials like those listed in this Invitation to Bid. Vendor's Initial III Section 2, paragraph 2.6. III: Contact Person: Vendor's Initial E-(Mail address: Fax Number IV Section 2. paragraph 2.6, IV: Contact Person after 5:00 PM and weekends in case of an emergency Vendor's Initial Telephone Number: E-Mail address: Fax Number -ll- MIAMI-DADE COUNTY FIRM NAME: BID NO.:7963-1.'22-0TR BID SUBMITTAL FOR: BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS COMPLETE BY ENTERING AN X NEXT TO THE GROUP YOUR FIRM CAN PROVIDE: GROUP A — LUMBER GROUP B - DOORS GROUP C — METALS {steel, stainless steel. galvanized. aluminum. etc. GROUP D — HARDWARE GROUP E — BAGGED CEMENT GROUP F — PLASTER GROUP G — ROOFING GROUP H — SHEETROCK GROUP I — OTHER BUILDING MATERIALS 1 INCLUDING BUT NOT LIMITED TO ELECTRICAL PAINT, PLUMBING FIXTURES - 12- MIAMI-DADE COUNTY BID NO,:7963-1'22-OTR SECTION 4 BID SUBMITTAL FOR: BUILDING MATERIALS, PRE -QUALIFICATION OF VENDORS 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: MIAMI-DADE COUNTY BID NO.:7963-1/22-OTR MIAM4DAI]E BID SUBMITTAL FOAM Bid Title: Builditt.* 414lcriah. Prc-ctu;ttiticalion or Vcnriun By sigrirg h s B d Submittal Form :he Bidder cerifies that t satisfies all [eget requirements as ar ertrtyr to do business with the Courty. ircludirg all Cartlet of Interest and Code of Ethics prov-s.ors r Sec cr 2-11 al :he Miami -Dade County Code. Ary County employee or member of his or her immediate family seek.rg to cortract voth :he Courty srall n.- - -- est opirior tram the Miami -Dade County Ethics Commission prior to submittal of a Bid response or appl cat or of ary type :o contract inch the Co... - , ei ee or his ar her immediate family and file a copy of :hat request for opinion and ary opinion or waiver Tram :he Board of County Ccmmissrorers nr: of :he Board, The affected employee shall file with the Clerk of :he Board a statement n a form satisfactory :o :he Clerk disclosing :he employees met*, - rterest of his or her immediate family in the proposed cortract and the nature of the 'mended contract at the same time as or before submittirg a Bid. rest--- s .ir" application of any type to contract with the County. Also a copy of the request for a conflict of interest op rior from the Ethics Commission aril ary ccr- n-;:.i g opinion. or any waiver issued by the Board of County Comm:ssoners, must be submitted with :he response :o :he solicitation. Ir accordarce with Sec. 2.11 1 to :re Courty Code as amerded. pror to conducting any lobbying re ardin this solicitation the Bidder must lire the appropriate form with the Clerk of the Board station that a particular lobbyist is authorized to represent the Bidder. Failure TO lile he appropriate form r relai,or :o each schcta:.or may be considered as euderce :hat the adder .s not a resporsble cortractor The adder corf rms that this Bid s made without pror understandirg. agreement. or correction with ary corporation. firm. or persor submitting a Bid for the same goods aril or serrces aril ir all respects s without coilusior. and that the Bidder will accept ary resultant award. Further. the urdersgred acknowledges that award of a cortract s cortrngert .ipor verdor registratiar. Failure to register as a verdor within :he specified ame may result in your firm rot being cor.sidered 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 beer corvicted of a felony during the past ten (101 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. LOCAL PREFERENCE CERTIFICATION: 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 Interlace! Agreement between the two counties) that conforms with the provisions of Section 1 10 of the Gereral 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. ❑ Place a check mark here orly if affirming bidder meets requirements for Local Preference Failure to complete this certification at this time (by checking the box above) shall render the vendor ineligible for Local Preference. LOCAL CERTIFIED SERVICE -DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service -Disabled Veteran Business Enterprise is a firm that is at a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant to Section 295.187 at the Florida Statutes. ❑ Place a check mark here only if affirming bidder is a Local Certified Service -Disabled Veteran Business Enterprse. A copy of the certification must be submitted with this proposal. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program For the County's information, the bidder is requested to indicate. al A' and B below, its general interest it participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.21 of this cortract scticitaticr. if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary and the bidders 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 ir 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 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 Firm Name: Street Address: Mailing Address (if different): Telephone No. Email Address: Fax No. FEIN No. Prompt Payment Terms: % days net days 'By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract" * (Please see paragraph 1.2 H of General Terms and Conditions' Signature: {Signature of authorized agent) Print Name: Title: THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER. 14 MIAMI•DADE APPENDIX AFFIDAVITS FORMAL BIDS MIAMI-DADE COUNTY BID NO.:7963-1/22 -OTR Mot-m.00de County Department of Procurement Management Affirmation of Vendor Affidavits In accordance with Ordinance 07-143 amending Section 2-8.1 of the Code of Miami -Dade County, effective June i, 2008, vendors are required to complete a new Vendor Registration Package, including a Uniform Affidavit Packet (Vendor Affidavits Form), before being awarded a new contract. The undersigned affirms that the Vendor Affidavits Form submitted with the Vendor Registration Package is current, complete and accurate for each affidavit listed below. Federal Employer Contract No_ : identification Number (FEIN): Contract Title: Affidavits and Legislation/ Governing Body Miami -Dade County Ownership Disclosure 2-3. 1 of the County Code 2. Miami -Dade County Employment Disclosure CounlyrJuIM.Crrrt:r. NO. 11-13,3 r,unernr.fin3 Section 2.Fi-/0/(7) of The County Code 3 4. 5 Miami -Dade County Employment Drug -free Workplace Certification Section '2.8.7.2(b) t the Coolly Cone Miami -Dade County Disability Non -Discrimination 8 1:cfe f. Sef:fir') 2-8.1.5 ReNoluticxa 2 i82-00 emending R-3185-95 Miami -Dade County Debarment Disclosure ec.:trrul 10.3,3 of tare C.i cyr1v Printed Nance of Affiant 10. Miami -Dade County Vendor Obligation to County Section 2-8. 1 of the County Cocie Miami -Dade County Code of Business Ethics .article, I, Section 2-III (I) ono' 2-11lb)f 1f of the Cvunfy Coite through (6 rind )9l of the County Code onci Coon ty Ordinance No 09-1 arending Section 2-11.1(c) of the Corrnly Code Miami -Dade County Family Leave Ai fir_le V nT Chapter I I of the County Code Miami -Dade County Living Wage Section 2-8,9 of the County Code Miami -Dade County Domestic Leave and Reporting Ankle ,1, Sacalon F 11-S0 1 IA-67 of the County Code Printed Title of Atliant Signature of Aflianl Name of Firm Address of Firrn Dale Slate Zip Code Notary Public Information Notary Public - Stale of County of Subscribed and sworn to (ar affirmed) before me this day of, 20 by Ile or she is personally known to me fl or has produced tdentilication 111 Type of identification produced Signature of Notary Public Print or Stamp of Notary Public Expiration Date Page 1 of 3 Serial Number Notary Public Sent Revised 2.11 11 1411A1411-DADS COUNTY BID NO.:7963-1 22 -OTR FAIR SUBCONTRACTING PRACTICES (Ordinance 97-35) In compliance ssith Miami -Dade County Ordinance 97-35, the Bidder shall submit ssith the bid proposal a detailed statement of its policies and procedures (use separate sheet if necessary,) for a«arding subcontractors in accordance with Section 1, Paragraph 1.15 ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Spnalure Page 2 of 3 Revised 2 11 11 SUBC()N'I'RAC OR/SUPPLIH:R LISTING (Ordinance 97-I04) Firm Name of Prime Contractor/Respondent: Bid No.; Title: This forms, or a comparable listing meeting the retluiremenls of Ordinance No. 97-10.1 11111ST be completed, signed and submitted by all bidders and respondents on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $101),0110 or more, and all Bidders and respondents on County or Public Ilealtl► Trust rons:truction contracts which involve expenditures of $100,000 or more. A bidder or respondent who is awarded the contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to he perlirrmed or materials to be supplied from those identified, except upon written approval of the County. This form, or a comparable listing meeting the requirements of Ordinance No. 97-I04, NI [Si' he completed, signed and submitted evert though the bidder or proposer will not utilize subcontractors or suppliers 011 the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of sub fort► 100 in those instances where no subcontractors or suppliers will he used on the contract. Business Name and Address of First Trier Subcoritt aetor/Suhconsultailt Principal Owner Scope of Work to he Performed by 5ubeonl ractor/S uhconsultant Business Nanie and Address of Direct Supplier Principal Owner (Principal Owner) (:ender Race Supplies/Materials/Services to he Provided by Supplier - (I'riucipaal Owner) Gender Race f certify that the representations co trained iu this Subcontractor/Supplier listing are to the best of my knowledge true and accurate I'rinie Contractor/I(espondcnt's Signature Print Name (Duplicate if additional space is needed) FO101 too Page 3of3 Print 'Hite Dale Revised 2/11/11 CONTRACT NUMBER: CONTRACT TITLE: TERM: APPROVAL TO ADVERTISE: METHOD OF AWARD: PREVIOUS ALLOCATION: TOTAL PROPOSED ALLOCATION: BACKGROUND: Date: To: Fro: Subject: DADS Memorandum MIAMI Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners Carlos A. Gim Mayor e COUNTY Recommendation for Appro al to Award: Establishment of Pre -qualification Pool for Building Materials RECOMMENDATION It is recommended that the Board of County Commissioners approve establishment of a pre -qualification pool for purchase of building materials for various County departments. Approval is also requested to allow the Miami -Dade Transit Department (MDT) to use Charter County Transportation Surtax funds as a component of MDT Operating funds for this contract. The pre -qualified vendors are7I sted below, spa., 7063-1122 zz- rs zz-, Building Materials, Pre -qualification• L. ~, 4%k`4 Five years with one, five year option -to -renew z�', July 27, 2011 r�~• N CA) x:•• i^3 CD Q To all responsive and responsible bidders who meet the pre - qualification requirements as specified in the solicitation for participation in future spot market competitions. Additional qualified vendors may be added at any time during the contract term. $23,125,000 for five years up to $15,013,000 for five years* * If the County chooses to exercise the one, five year option -to -renew, the cumulative value will be $30,026,000. This contract is to establish a pool of pre -qualified vendors for the purchase of building materials by various County departments. Building materials include, but are not limited to, lumber, doors, metals, hardware, bagged cement, plaster, roofing materials, and sheetrock. This contract consolidates three contracts that are being used to purchase these items. The proposed allocation is based on actual usage under the previous contracts. Upon approval of this item, the County Mayor or County Mayor's designee will have the authority to solicit competitive bids and award contracts up to an aggregate' contract amount of the allocation authorized by the Board. Additionally, the County Mayor or County Mayor's designee may add qualified vendors to the pool at any time during the contract term. This pool of pre -qualified vendors will allow the County to secure the most competitive pricing for each purchase, resulting in a contract award. Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners Recommendation for Approval to Award: Establishment of Pre -qualification Pool for Building Materials Page 2 USING/MANAG1NG AGENCIES AND FUNDING SOURCES: .' l'AII61.01ii::::''', Aviation $ 600,000 Proprietary Funds Neivy Garcia Community Action and Human Services $ 808,000 Federal Funds Shirley Almeida, Kyra King Corrections and Rehabilitation $ 354,000 General Fund Mohammed Haq Permitting, Environment and Regulatory Affa $ 31,000 Proprietary Funds Johnny Lariosa Fire Rescue $ 326,000 Fire District Funds Sylvia Novela Community Information and Outreach $ 20,000 General Fund Regla Lee Internai Services $ 1,746,000 Internal Service Funds Lucy Romano, Martin Dareff, Etta Jardine Public Housing and Community Development $ 3,600,000 Federal Funds Barry Cowvins, Indira Rajkumar-Futch Library. $ 110,000 Library District Anna Rodriguez Transit $ 649,000 MDT Operating* Juan Garcia Police $ 137,000 General Fund Laura Romano Parks, Recreation and Open Spaces $ 2,000,000 General Fund/ . Proprietary Funds Maria Quinoa Port of Miami $ 300,000 Proprietary Funds Phil Rose Public Works and Waste Management $ 652,000 General Fund/ Proprietary Funds Luciano Soto, Olga Espinosa -Anderson Vizcaya $ ' 22,000 Proprietary Funds James Rustin Water and Sewer $ 3,658,000 Proprietary Funds Gregory Hicks Total $ 15,013,000 *MDT has confirmed that Federal Funds will not be used on this contract. MDT Operating funds is inclusive of Charter County Transportation Surtax funds. PROCUREMENT CONTRACTING OFFICER: Maria Hevia Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners Recommendation for Approval to Award: Establishment of Pre -qualification Pool for Building Materials Page 3 VENDOR(S) RECOMMENDED FOR PRE -QUALIFICATION POOL: , ;'AWirtlee(s) ': ; .. Address,,, Piiri§ipai , ;: Ai+lard is A & B Hardware Inc. (Local Vendor) 2852 NW 27th Ave. Miami, FL 33142 Maria B. Llerena Pre -Qualification American Plumbing & Electrical Supply Co. (Local Vendor) 1735 Alton Road Miami Beach, FL 33139 Maxwell Gross Pre -Qualification Caribbean Paint Co. (Local Vendor) 5295 NW 79'h St. Miami, FL 33166 George F. Sixto Pre -Qualification PERFORMANCE DATA: COMPLIANCE DATA: VENDOR(S) NOT RECOMMENDED: There are no performance issues with the recommended firm(s). There are no compliance issues with the recommended firm(s). Proposer(s) Crossco America Corporation (Local Vendor) National Tool Supply Inc. (Non -Local Vendor) Royal Enterprises & Supply, Inc. (Local Vendor) W.W. Grainger (Non -Local Vendor) REVIEW COMMITTEE DATE: CONTRACT MEASURES: LIVING WAGE: USER ACCESS PROGRAM: LOCAL PREFERENCE: 0.4004 fotOivR6comm0ndi.ng� . These vendors failed to comply with requirements as outlined in the solicitation. Upon full compliance with all County requirements, these firms may be added to the pre -qualification pool. March 2, 2011 The Small Business Enterprise Bid Preference will be applied in accordance with the Ordinance at time of spot market competitions, where permitted by funding source. The services being provided are not covered under the Living Wage Ordinance. The User Access Program provision will apply. The 2% program discount will be collected on all purchases, where permitted by funding source. The Local Preference will be applied in accordance with the Ordinance at time of spot market competitions, where permitted by funding source. Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners Recommendation for Approval to Award: Establishment of Pre -qualification Pool for Building Materials Page 4 ESTIMATED CONTRACT COMMENCEMENT DATE DELEGATED AUTHORITY: Dep "'/' ayorlCounty Manager Ten days after date adopted by the Board of County Commissioners, unless vetoed by the Mayor. Upon approval of this item, a pool of pre -qualified vendors will be established to participate in spot market competitions. The County Mayor or County Mayor's designee will have the authority to solicit pricing and award contracts up to an aggregate contract amount of the allocation authorized by the Board. Additionally, the County Mayor or County Mayor's designee may add qualified vendors to the pool at any time during the contract term. The County Mayor or County Mayor's designee will also have the authority to exercise, at their discretion, contract modifications, subsequent options -to -renew, and other extensions in accordance with the terms and conditions of the pool contract. MIAMI•UADE COUNTY COUNTY miamidade.gov CL.1:"..'1ti OF THE 1BO ARO JAal 23 Ati 101 00 1t TY Atli -OA COUIT UNTY, F1..A, t# Z Internal Services Department 111 NW 1ST Street . Suite 1300 Miami, Florida 33128 - 1974 Telephone: 305-375-528 9 Fax: (305) 375-4407 or (305) 372-5128 January 23, 2012 All Responding Vendors (See Distribution List) SUBJECT: Bid Number 7963-1/22: Building Materials, Pre -Qualification of Bidders Dear Vendors: Evaluation of bids tendered in response to the above cited solicitation has been completed. The County Mayor or designee has recommended award as shown in the attached document. This notice is provided in accordance with Section 1.12 of the solicitation and Section 2-8.4 of the Code of Miami -Dade County. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 2-11.1(t) of the County Code. We appreciate the participation of all vendors who responded to the subject action. If you have any questions please contact me at 305-375-5073 email MHevia@miamidade.gov. Sincerely, MIAMI-DADE COUNTY, FLORIDA 1 Maria Hevia, Procurement Contracting Officer Distribution List: A & B Hardware Inc. American Plumbing & Electrical Supply Co. Caribbean Paint Co. Crossco America Corporation, National Tool Supply Inc. Royal Enterprise & Supply, Inc. W.W. Grainger Attachment: County Mayor Award Recommendation I cc: Clerk of the Board Bid File MIAMI• E COUNTY CONTRACT AWARD SHEET INTERNAL SERVICES DEPARTMENT BID NO.: 7963-1122-1 PREVIOUS BID NO.: TITLE: BUILDING MATERIALS - PRE -QUALIFICATION CURRENT CONTRACT PERIOD: 09/01/2017 THROUGH 08/31/2022 TOTAL # OF OTRs: CONTRACT AMOUNT: REQUISTION NO.: 1 $19, 906, 600.00 SECTION #1 — APPLICABLE ORDINANCES Living Wage: N Other Applicable Ordinances: UAP: N JG: N SECTION #2 — CONTRACT MEASURES Local Preference: N Small Business Enterprise (SBE): N Miscellaneous: Micro Enterprise: N PTP Funds: N 'Full Federal Funding: N Performance Bond: N Partial Federal Funding: N insurance: N SECTION #3 — CONTRACTING OFFICER Name Phone : Fax Email : ANTOLINEZ. ADRIANA 305-375-4884 ADRIANA.ANTOLINEZ@MIAMIDADE,GOV SECTION #4 — BPO INFORMATION 1 ABCW1700363 Commodity ID Commodity Name 998-19 SALE OF BUILDERS SUPPLIES 906-98 BUILDING BETTER COMMUNITIES CONST PROJEC Department Department Allocation AD***'** $70.000.00 AV****** $810,950.55 CO****** $972,000.00 $539, 000.00 CT**—** $19,900.00 FR****" $415.537.03 GI****** $100.00 ID****** $2,050.000.00 LB****** $150.000.00 MT****°* $1,538.933.08 PDx"*w'* $267,000.00 $44.233.72 $2,866,141.94 SP****** $300,000.00 SW*'**** $202,739.96 $110,000.00 Ws****** $4,649,208.00 Page 1 Bid No. 7963-1/22-1 Award Sheet 2. A8CW1700364 Commodity ID 998-19 Commodity Name SALE OF BUILDERS SUPPLIES 906-98 BUILDING BETTER COMMUNITIES CONST PROJEC Department Department Allocation AV****** $9.049.45 $16, 000.00 HD****** $4,260.000.00 3. ABC W1700365 Commodity ID 998-19 Commodity Name SALE OF BUILDERS SUPPLIES 906-98 BUILDING BETTER COMMUNITIES CONST PROJEC Department Department Allocation $60, 000.00 FR****** $10, 462.97 SECTION #5 — AWARD INFORMATION BCC Award: BCC Date: DPM Award: DPM Date: Additional Items Allowed: Agenda Item No.: Special Conditions: N 04/03/2012 N 04/25/2017 SECTION #6 — VENDORS AWARDED 1. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details AMAZULU INC 030463193 01 1239 COMMONS COURT CLERMONT FL 34711 DEST-P N ET30 877-243-5309 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address CLAIRE A EVANS 352-243-5309 877-243-5309 352-243-5361 CLAIRE@AMAZULUINC.COM Page 2 Bid No. 7963-1/22-1 2. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details ADA SOLUTIONS INC 043554578 01 323 Andover Street, Suite 3 Andover MA 01887 DEST-P NET30 800-3720519 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Helmut Klohn 3. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 978-2629900 800-3720519 CARNEGIE FABRICS LLC 112699449 01 110 north centre avenue rockville centre NY 11570 DEST-P N ET30 800-7276770 978-2629125 hklohn@adatile.com Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Tina Boodhrarn 4. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: 516-6786770 800-7276770 CANY LLC MIAMI DADE WINDOWS AND DOORS 113764975 02 19505 SW 134 AVE MIAMI FL 33177 DEST-P N ET30 786-258-2458 516-6786875 tboodhram@carnegiefabrics.com Page 3 Bid No. 7963-1/22-1 Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address YANEISY "YANI" MENDEZ 786-258-2546 786-258-2458 786-250-5015 MIAMIDADE.WINDOWS@AOL.CO M 5. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details NETS UNLIMITED INC 200382973 01 28248 N TATUM BLVD51-450 CAVE CREEK AZ 85331 DEST-P NET30 866-6387787 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Rachel G Leo 6. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor S BE: Micro Ent. : Other: Contact Details 480-5151300 866-6387787 480-5151301 AUTOMATED DOOR & GLASS SYSTEMS INC 204191900 01 12131 SW 131 Ave MIAMI FL 33186 DEST-P NET30 Set Aside: Selection Factor: RACHEL©NETSUNLIMITED.COM Assigned Measures Bid Pref.: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address JERRY D SMITH 305-378-1488 800-518-8132 AUTOMATEDDOORS@AOLCOM Page 4 Bid No. 7963-1/22-1 7. Vendor Name: DBA: FEIN:: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toil Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details INDEPENDENT HARDWARE INC 231723845 01 14 SOUTH FRONT STREET PHILADELPHIA PA 19106 DEST-P NET30 800-346-9494 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 _ Fax Email Address FRANK STANCO JR. 215-925-5306 800-346-9494 215-925-2107 FSJ@INDEPENDENTHARDWARE. COM 8. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details ENECON CORPORATION 232593118 01 6 PLATINUM CT MEDFORD NY 11763 DEST-P N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address ELIZABETH KESSLER 305-340-7731 - 516-349-5522 ELIZABETHKESSLER@ENECON.0 OM Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: COLONY HARDWARE CORP National Tool Supply 300432137 01 5725 W Hallandale Beach Blvd West Park FL 33023 DEST-P NET45 Page 5 Bid No. 7963-1/22-1 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Larry Weiner 10. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE; Micro Ent. : Other: Contact Details Phone 1 954-9637222 Phone 2 W W GRAINGER INC GRAINGER 361150280 01 2255 NW. 89TH PLACE MIAMI FL 33172 DEST-P N ET45 Fax 954-9871204 Email Address sales@nationaltoolsupply.com Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Phone 1 Phone 2 Fax Email Address GEORGE JOSEPH 305-594-3036 305-592-5611 GOV480@GRAINGER.COM Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details BELZONA FLORIDA, LLC 371792924 01 14300 NW 60th Avenue Miami Lakes FL 33014 D E ST-P NET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Marelys Martinez 305-5123212 305-5991140 Florida@belzona.com Page 6 Bid No. 7963-1/22-1 12. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details CONWELL & ASSOCIATES CONSULTING COMPANY 383763521 01 25840 SW 134TH AVE MIAMI FL 33032 DEST-P NET14 305-394-6216 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address KENETH F CONWELL 305-926-5673 305-394-6216 305-385-7827 KCONWELL@CACONSULTINGC.0 OM 13. Vendor Name: DBA, FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details LAVCOR LLC 452409053 01 936 NW 104 AVE MIAMI FL 33172 DEST-P NET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address LEONEL A VALDES 14. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: 786-399-6710 ATLAS POLYMERS CORP 462470436 01 2930 MW 108 AVENUE MIAMI FL 33172 DEST-P NET14 LAVCOR@YMAIL.COM Page 7 Bid No. 7963-1122-1 Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address ADOLFO E ROSENDO 786-312-1231 - 786-217-1244 INFO@ATLAS-POLYMERS.COM 15. Vendor Name: DBA: FEIN: Suffix:: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details FERGUSON ENTERPRISES INC FERGUSON WATERWORKS 541211771 43 10810 SW 184 STREET MIAMI FL 33157 DEST-P N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address JONATHAN TUCKER 786-5737140 - 305-9690361 JONATHAN,TUCKER@FERGUSON .COM 16. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details TRAEGER BROTHERS & ASSOCIATES INC 590642249 01 12405 SW 130 STREET MIAMI FL 33186 DEST-P N ET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Page 8 Bid No. 7963-1/22-1 Award Sheet DAVE TILDEN 17. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-4203504 A & B HARDWARE INC A & B HARDWARE LUMBER INC 591164417 02 2851 NW 27 AVENUE MIAMI FL 33142 DEST-P NET14 305-4204504 DTILDENATRAEGER.COM Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address OSCAR J LLERENA 18, Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-633-6627 305-633-6217 AMERICAN PLUMBING SUPPLY CO INC AMERICAN PLUMBING & ELECTRICAL 591203555 01 1735 ALTON ROAD MIAMI BEACH FL 33139 REST-P NET14 800-432-5445 ABHARDWARE@BELLSOUTH.NET Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address MR HOWARD GROSS - MANAGER 305-532-3447 800-432-5445 305-532-5540 HGROSS@AMERICANPLUM.NET 19. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: EVERGLADES STEEL CORPORATION 591547653 01 5901 NW 74 AVE MIAMI FL 33166 DEST-P Page 9 Bid No. 7963-1/22-1 Award Sheet Delivery: Payment Terms: Toil Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Ralph Rodriguez Phone 1 305-5919460 Phone 2 Fax 305-5921037 Email Address Rrodriguez@ EVERG LADESSTEEL. COM 20. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details JOHN ABELL CORPORATION 591606994 01 10500 SW 186 STREET MIAMI FL 33157 REST-P N ET30 800-4747224 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address MICHELLE L SAENZ 305-2534440 800-4747224 305-2512687 MICHELLE@JOHNABELLCORP.0 OM 21. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details BARO HARDWARE INC 591868477 01 7230 NW 72ND AVENUE MIAMI FL 33166 DEST-P N ET30 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Page 10 Bid No. 7963-1/22-1 Award Sheet Name Phone 1 Phone 2 Fax Email Address TERRY BARO - PRESIDEN 305-885-3371 - 305-885-9229 BARO1AND2@AOLCOM 22. Vendor Name: SHELL LUMBER & HARDWARE COMPANY DBA; FEIN: 592003802 Suffix: 02 Street: 2733 SW 27 AVE City: MIAMI State: FL Zip: 33133 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toil Phone; Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 'Fax Email Address ELI CASTILLO 305-8566401 23. Vendor Name: AMERICAN FASTENERS CORP DBA: FEIN: 592115466 Suffix: 01 Street: 7323 NW 66 STREET City: MIAMI State: FL Zip: 33166 FOB Terms: DEST-P Delivery: Payment Terms: NET45 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-8543356 ELI@SHELLLUMBER.COM Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 Fax Email Address MANUEL BENITEZ 305-885-1717 305-885-5278 SALES@AMERIFAST.COM 24, Vendor Name: AMION ENTERPRISES INTERNATIONAL CORP DBA: FEIN: 592190284 Suffix: 01 Street: 13651 SW 143 COURT #102 City: MIAMI State: FL Page 11 Bid No. 7963-1/22-1 Zip: 33186 FOB Terms: DEST-P Delivery: Payment Terms: NET14 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Award Sheet Assigned Measures Bid Pref.: Selection Factor Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 Fax Email Address MIGUEL AMION 305-252-3967 305-378-0787 25. Vendor Name: MCKINSEY STEEL & SUPPLY OF FLORIDA DBA: FEIN: 592293118 Suffix: 01 Street: 817 NW 5 AVE City: FORT LAUDERDALE State: FL Zip: 33311 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: 800-226-7055 Local Vendor: Certified Vendor SBE:: Micro Ent. : Other: Contact Details Set Aside: MIKE@AMION.ORG Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name WARREN THOMAS Phone 1 Phone 2 954-524-7055 800-226-7055 Fax 954-525-5408 Email Address WARREN@MCKINSEYSTEEL.COM 26. Vendor Name: CONDO ELECTRIC INDUSTRIAL SUPPLY INC DBA: FEIN: 592377544 Suffix: 01 Street: 3746 E 10 COURT City: HIALEAH State: FL Zip: 33013 FOB Terms: DEST-P Delivery: Payment Terms: NET14 Toll Phone: 800-545-1266 Local Vendor: Certified Vendor Assigned Measures SBE: Set Aside: Bid Pref.: Micro Ent.: Selection Factor: Goal: Other: Vendor Record Verified? Contact Details Page 12 Bid No. 7963-1/22-1 Award Sheet Name Phone 1 Phone 2 Fax Email Address MR JOSE G ESPINOLA 305-691-5400 800-545-1266 305-691-6564 CONDOEL@BELLSOUTH.NET 27. Vendor Name: C & R METALS INC DBA: FEIN: 592539098 Suffix: 01 Street: 2991 NW NORTH RIVER DR City: MIAMI State: FL Zip: 33142 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name PAUL K HANSEN Phone 1 305-634-2111 Phone 2 28. Vendor Name: CONSTRUCTION MATERIALS INC DBA: FEIN: 630667388 Suffix: 01 Street: 4350 NORTHERN BLVD City: MONTGOMERY State: AL Zip: 36110 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: - Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details Set Aside: Fax 305-634-9067 Email Address CRMETALS@BELLSOUTH.NET Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Erik Schreiber 786-6061253 29. Vendor Name: CARIBBEAN PAINT CO INC DBA: FEIN: 650030152 Suffix: 01 Street: 5295 NW 79 AVENUE City: MIAMI State: FL 786-3231965 eschreiber@constmat.com Page 13 Bid No. 7963-1/22-1 Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 33166 OEST-P NET30 800-242-4100 Award Sheet Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address SILVIA S MILIAN 305-594-4500 800-242-4100 305-594-1800 CARIBBEANPAINTS@HOTMAIL.0 OM 30. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details JAVAN LUMBER INC 650192669 01 12721 N.W. 7TH AVE. MIAMI FL 33168 DEST-P NET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address JALAL JAY HAGHAYFGH 305-769-5727 - 305-769-5789 JAYJAVAN1@YAHOO.COM 31. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: TOOL PLACE CORPORATION 650281492 01 9381 NW 13 STREET MIAMI FL 33172 DEST-P N ET14 Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Page 14 Bid No. 7963-1/22-1 Contact Details Award Sheet Name Phone 1 Phone 2 Fax Email Address EDGAR BISCHOFF 32. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. : Other: Contact Details 305-591-5650 BRUNSWICK ENTERPRISES INC BRUNSWICK DOOR COMPANY 650504373 01 400 Goolsby Boulevard Deerfield Beach FL 33442 DEST-P N ET30 800-4570120 305-591-5653 SALES@TOOLPLACECORP.COM Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name Phone 1 Phone 2 Fax Email Address Alex Guzinski 33. Vendor Name: DBA: FEIN: Suffix: Street: City: State: Zip: FOB Terms: Delivery: Payment Terms: Toll Phone: Local Vendor: Certified Vendor SBE: Micro Ent. Other: Contact Details 954-4271700 800-4570120 RONNIES HARDWARE INC 650567688 02 12700 sw 122ave suite 114 MIAMI FL 33186 DEST-P NET14 954-4270720 quote@brunswickdoor.com Assigned Measures Set Aside: Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Name RON BERMAN 34. Vendor Name: DBA: FEIN: Suffix: Street: City: Phone 1 305-2513344 Phone 2 Fax 305-2511003 A THRU Z CONSULTING & DISTRIBUTING INC 954451245 01 8620 E OLD VAIL SUITE 100 TUCSON Email Address Page 15 Bid No. 7963-1/22-1 State: AZ Zip: 85747 FOB Terms: DEST-P Delivery: Payment Terms: NET30 Toll Phone: Local Vendor: Certified Vendor SSE: Micro Ent. : Other: Contact Details Award Sheet Assigned Measures Bid Pref.: Selection Factor: Goal: Vendor Record Verified? Set Aside: Name Phone 1 Phone 2 Fax Email Address SEAN A STODDARD 520-434-8281 520-434-0151 INFO@ATHRUZCONSULTING.COM SECTION #7 — ITEMS AWARDED Details: Item # Description Qty. Unit Price «TableSta rt:JTN'v1» r<Id » «Description* «Qty» $«Price» «TableEnd:[Tlv1» SECTION #8 — ADDITIONAL NOTES If you are going to post the result of a winning or losing trade please make sure that you have posted the entry as close to entering the trade as you can. Preferably you should post your entry prior to entering the trade. If you cannot do this please at least explain what your thinking was on the trade - why you entered it - what you were looking at - pretty much as much as you can elaborate about why you did what you did would help. Page 16 ADDENDA LOG Contract Number 7963-0/12 ADDENDUM NO, DATE ISSUED DESCRIPTION AGENT 1 4/10/2009 MOD INCREASING CONTRACT VALUE BY $400,000 AF 2 7/31/2009 MOD INCREASING CONTRACT VALUE BY $2,500,000. AF 3 11/2/2009 ADD STONE GROUP ENTEIRISESAINC;TO THE AWARD AF 4 10/29/2009 ADD HURST AWNING COMPANY TO THE AWARD MG 5 6/8/2010 ADD 1644 HOLDING CORP. TO THE AWARD AF 6 7/21/2010 CORRECT THE DELIVERY REQUIREMENT PER SECTION 2, PARAGRAPH 2.17 OF THE SOLICIATION MN 7 8/10/2010 Add American Plumbing Supply Co Inc to the award of the contract mh 8 9/3/2010 Add WW Graing Inc. to the award of the contract mh 9 9/13/2010 Add Everglades Steel Corporation to the award of the contract mh 10 12/10/2010 Add C & R Metals, Inc. to the award of the contract mh 11 1/28/2011 Add American Fasteners Corp. to the award of the contract mh 12 2/24/2011 Add McKinsey Steel & Supply of Florida to the award of the contract mh 13 6/22/2011 Extend contract, add funds for extension and for hurricane related purchases for Parks mh 14 6/24/2011 Correct Addendum no. 13 (allocation for Parks) and Increase the allocation for Public Works mh 15 6/30/2011 Increase the allocation for HS to $61,000 mh 16 11/28/2011 Increase the allocation for Transit to $575,000 mh 17 12/1/2011 Decrease the allocation for Parks and Increase it for Vizcaya as agreed by the departments mh 18 1/9/2012 Change Suffix number for Shell Lumber & Hardware Co from 01 to 02 mh 19 2/8/2012 Reduce allocation for CO and increase for Fire as agreed by both depts. mh 20 2/21/2012 Extend contract until 8/31/12 as approved by the BCC 2/7/12. mh ADDENDA LOG 08/16/10 M IAM bpADE COUNTY AWARD SHEET ADDENDUM NO. 20 TO: _-- All Using Departments FROM: Marla Hevia, CPPB Internal Services Department, PM DATE: February 21, 2012 BID NO.: Bid Number 7963-0/12 TITLE: Building Materials, Pre - Qualification of Bidders Please note the following change(s): Contract has been extended through: 8/31/12 BCC approval date: February 7, 2012 — Item #: 8F10 (112644) Resolution # R-125-12 Ail terms, covenants and conditions of the subject solicitation and any addenda Issued thereto shall apply, except to the extent herein amended. AWAWIJ SHEET ADDEi3OUM 1 Rev. 11/23/10 AWARD SHEET ADDENDUM NO. 19 TO: To All Using Departments DATE: February 8, 2012 FROM: Maria Hevia DPM BID NO.: 7963-0/12 TITLE: Building Materials - Pre - Qualification Of Bidders Please note the following changes): Reduce the allocation for CO by $20,000 — Revised Allocated Funds: $1,241,350.90 Increase the allocation for FR by $20,000 — Revised Allocated Funds: $390,000 This change in allocation was made as agreed by both departments: E-Mad from 2/7/12 from Shirley Almeida, CO and Rosa Alonso, FR All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. AWARD SHEET ADD1ND11M Rov, 11129/01 } MIAM[D E► COUNTY AWARD SHEET ADDENDUM NO. 1S TO: To All Using Departments DATE: January 9, 2012 FROM: Maria Hevia DPM BID NO.: 7963-0/12 TITLE: Building Materials - Pre - Qualification Of Bidders Please note the following change(s): Change the suffix number for Shell Lumber & Hardware Company, from 01 to 02. All terms, covenants and conditions of the subject solicitation and any addenda Issued thereto shall apply, except to the extent herein amended. AWARD SUMP ADDRIRIUM Rev. 1 I /29101 MIAMI•DADE COUNTY C AWARD SHEET ADDENDUM NO.17 TO: To All Using Departments DATE: December 1, 2011 FROM: Maria Hevia. DPM JUD NO,: 7963-0/12 TITLE; Building Materials - Pre - Qualification Of Bidders Please note the following change(s): Decrease the allocation for Parks by: $4,000 Revised Allocated funds: $3,474,900,12 Increase the allocation far Vizcaya by: $4,000 — Revised Allocated funds: $31,000 Note: This change was done as agreed by the two departrnents: E-mail from Maria Quinoa dated 12/1/11. All terms, covenants and conditions of the subject solicitation and any addenda Issued thereto shall apply, except to the extent herein amended. AWARD 9HIIBT ADD8NDf1M Rey. 1 ltztiDi AWARD SHEET ADDENDUM NO. 16 TO: To All Using Departments DATE: November 28, 2011 FROM:.. Marlallevia DFM BID NO.: 7963-0/12 TITLE: Building Materials - Pre - Qualification Of Bidders please note the following ohange(s): Increase the allocation for Transit by $75,000 Revised Allocation: $675,000 Revised Contract Value: $23,200,000 CITT approval date; October 25, 2011 BCC approval date: November 15, 2011 Ail terms, covenants and conditions of the subject solicitation and any addends issued thereto shall apply, except to the extent herein amended. AWARD 9HOB1' ADDONRaft,. 1 it 91U1 AWARD SHEET ADDENF* M N0,15 TO: To All Using Depar tents prROM: Marta Hevla Di'M DATE: June 23, 2011 BID NO.: 7963-0/12 TITLE; Building Materials Prey"' Qualification Of Bidders Please rote the fallowing ohange(a): Increase Ihs allocation for Human Services by: $1ll,000 lInvleed Allocation: $81,000 All terms, oovenante and conditions of the subleat eolloltation and any addenda issued thereto shill apply, except to the extant herein amended, AWARD SHBBI'ADOBIll AmIsnow AWARD SHEET AOOENibi]M NO. 14 TO: To All Using departments FROM: Marla Heyde DPM DATE: June 23,2a ' - DID NO.: • 1963412 'PI : Building Materials • Pre' Qualification Of Bidders • Pleeee nate the following ohango(s): Correct Addendum No. •13 to read as follows: Tills mod includes a modification for irgxlis, jcreitios: in preparation. for lwnlcane season - revised attooatIon, larks & Recreation agreed to let other departments 'use $10O,000 o£ tho funds allocated to their detiarlment (e-znaiS tram Marta Qulnoa dated; 5/16/11)- Inerease the allocation for Public Works by }69:O00, foss revised allocated amount ofi $ opmU, No PM' funds 'wilt be Wed for this contract, pare -snail from Luciano Soto dated 6/22/1]. All terme, oovenanto and o6nditions of the eubjeot solloltation and any addenda issued thereto shall apply, except to the extant heroin Amandsd, mob swamsopielbitlit lino,: AWARD MEET ADDENDUM NO,13 TO: To MI Using.Doparkmonts YliPteb Marie HGvia DATE: ,,iuue 22, 2011 BID NO.: /963.0/12 TITLE: B I1tlhng Materiels, ,•13rta- Qualification Of Bidders Mosso tots the following ohange(a): Canlreok hoe bean extended through: Fo ovary 29, 201,2 previous Value of Contraoi:.. .: $.22,223,000 Three‘(3) Monlh Proration: $094,000 l�evtsed Cbntvaal'Value: $23,127,000 As oannimed.by Wing Deparbnents only one department indicated reeding as inaroese in allocation for the extarsian period es•fallolm. • . , C mrnuraity Actiat_,2Q pvxevised alkuligix Increased by $194,000 for a rovise1 all°Qatlon of $3,045,000 This mod Includes a'inoiilfloatlori for rfii'lrs`8 Reareettext n preparation for hurricane season revised allocation: $700,000 All terms, covenants and oondltIone of the aubJeot soltottatton and any addenda leaned thereto shall apply, except to the extent herein amended. AWMth Hair ADn&{ Akr wool AWARD SHEET A11DRNDI M NO. 12 TO: 1io q4 Uaing n partroents MOM Marin;<Ssvla • Dr . •• • DAT1 : Oebrnary 24; 2011 • UJJ 4Q.r 7963»0/i2 • flullding1Viata•lala=I've•• Qgad4ftoatlon Of Bidders • Moore note tie following oiaango(e)s Add tl Ja1lowla4 vendor to the award of the control* VEND STU CITY/ Ros1PAY14 TOI�It, PION 13.1y1AX COli :4 TB/z1 S: r. TER S; 13 r1•M 592293118 I'vIOl .MBY STEEL 8c SUPPLY OP•FLORID.A 817 NW S AVia11013 PT. LADDE DAI., B, It 33311 D1 ST, %%10I BT30 " 1.800.226.7055 (954) PA-7055. ' • , . . i per. ; woman@ia01clt.t 4ysteeL¢4m ROB' STEM : A O'x R: rookmATYON moms uut 8A at • IN MiMcIGMeB1ADDIMAfll imm • e. • • i�i � yyA� RD 111,1. A1rn 4f YM.NO It TO To All ueltxg;3 epa o to YAW Mario nevU X71'M• • »ATV; alp 110.1 MIAs January 2S, 2011 796S-1)112 • „• .: • -. Bellding•Matexlale.e- Qualttlaelloin Ot`lUlddete •; flease•noto the fellatio* ehaege(g)i Add the t'oUo'wlmg vender to the wood of the aoi lraot! P,E,LN,i V#NDOlt; s',r STURM MY/STATE/ZIP: xi.c�rl3. Tfl MS; PA?1 3NT TERMS: TOLL. 0143U PaONH; mom: CONTACT TIASQN, 5.2115466 Moorjoeo eetehere Goip, 73 3NW66Street Uiitimt, ler 33.166. 2% 10Net 34 N/A (305) 885.1717 . •SALBS(4),AMPUPOT.COM MANORL B13N'TI'Bz • OTIR1hl 'p 11W,UON iN8 Vallg SAM AWARD 9HBR1'ADVA!}AW;4 itakro .AWARD SHUT Apiwx1YiM1 NO:10 To: To All Uelog O©piu' nionts J1tO14i Marta }levia I PM Doti December 10,1016 l$)411140,1 790.0112 . n1LT �ii 1�u11din Mtateiiels- l8— Quoitlieotton OfIliddets, . . Please note tiro Following oharg o(s)I Add knowing vendor t4 the award of the colatraet1 VENDOI.;.; ROM CITY/STRIVIZLV TRRMS; 1'AYMBIN/1MMS; TOLL PRE/3 PHON31 PIMA CONTACT PElt$ONr. 592539496 C & 1t Metals 2991 NW North 1tivor.Drivo Mir' mi,)?i 33142402/ VEST" 2%1014(430 . N/A " (905) 634,2111 PAUL IC IHANSEN. A1414.0IngIN OR A'S)tONR I MJNS 9AlV I ntvnabOWrA0110vMx t� ��I • AWA16 SgEET A'DDENDM Ni); 9 TO; To All Dop Allman% • • DAT41 (*tonna' 142010 ' • --• • • ' • • ';.: .11/1) NO.: -790 41112 . • • • • • " TITLEBuilding Material ' •• • . • . • OunItlioution Of Blirldevo PROM' Mir%v1 PlosWo l.tot o tho fbilowIng olninge(sy Add to following vendor to tlio,intordftiuqonhqti ;- •'. P.13,L14.: VEND 01 MUT: CITY/STATE/ZIP I 11,0,B, TEM% PAYIWRI\IT • TOLL FREE PHOM &MAIL CONTACT.PERSON; 5916,17653 01. EVIMOLADPII STEEL 011r ORATION 590i YiN /4 AVENtla .:•' ‘'" MAW, EI4 33166' ' • - • • MST. 2% 10 DAYS INIBT 30 , • • (. • N/A (365) 91-9469 R.MAATAIBMITV Era, T7)163TABL.COM RVOY MARTINEZ , ' ". • ; ALL OTHBRINFORM NYLON BEVIA,INS iE SAME • AWMT:•131fealf i AWARD SHEET ADDIONDMVX NO. 8 TO t AllVailig Dopatt mate PROM MtH6••• MK • . ; DATE: ptomb2014 . 111101401. 7963-0/12 • • - 11T1401 BoOtilogMateriAls 4'ror, QualitloittIon Of Bidders. •••••••••••••••••••,....• Mtn nolo tho foll,owlkig tlgolgtit)i Ad Ott %DOW big voLtd or to tho ward of the 001lir Ci 1 REIN.; VENDOR: ST1MT: OITYMTATE/ZE4: FA% TERMS; PAYMENTVERIVIS: TOLL PM PH01\1131 PHONE; 13,11e1A.DiA • CONTACT PERSON; 361150280 01 • W W °MINCER WO 2255 ikYW 89111.PLACE DORAL.,111.33172 , DINT. NET 30 141004594727 (305) 4940587 • • • MIAMIGOV.T13409R.A.TIN1GMCW Mr Norge ,Tooph • • ALL OMR INFORMATION MAINS THE1AM1E • . • • : • • • • • • ,t AWARD SKEET AZ/MINNA NO. *'()I ToA110p..tngD P oAt 1:101V.0 Maria Nov1a ' nA,Tt A40419, 2910 fllfb NO,t 7963.0112 '. 'f'1TXa�c Tiullding 3VMn1, rialg. kre- Qualitfoatlon Of Bidden P1010 note the following ehattga(s)t A,thl Oka following vondor to the 'word of tbfl.coktttractt Eltral,I 591203555 01 WINDORI AMERICAN1 UM:I:ONO SUIVL, O0I1•TC STREET; 173$ ALTONXOAA ' • .OrriaTATIM MIAlylI MIAMI, ItL 3. 3139; . 11,03i;T TAWAS: , NET 30 PALYMMT TI ri : 2% 10 N13•T 30 • TOLLFR8E3 PHONE; 1.$00,432-$145 PlIONlat { 05) 532;,3447 •• • 11-IvIAI t `-.; CONTACT ?ER3QNIMR, HOWARD Q Q • :;AL1-1 QW, i• ` 'g111,M'PTfl1' °I MAINki THE SAME AWAR IMEITAD1fU1{Glakit.imof AWARD MIMI? A•PDR/IVOIVi p 6 TOI To AliUsing Dopartm9nts ?jO)r Mario Revka DP14 DATE: Suly,21.) 2Q1.0 'BID Wit 7963,0/12 • ". • . Building 140teriala ;-- . Ile sae note the following nhonik* •4: , • • - - . • . . ,.. . , Correct the deliver), re tittleoment for all Worded nInidors to ioad: Threw (3) daY6 data of ordSr, por so al Ion 2, paragraph 2.17 of the solloitationpsokago, , . Mosso nolo the MI ulinturi Order for delivery gnd Pollvory Charges for ordora that are soder-Ole minimum re;likilrod listed for: eaoh voridor on pogo 5 of tho sward shoot, ALL arkfICR tvrOTtIVINEYON RBIY1048 'NS MAX • . ' •J, Ay/mower mooarovmanilosfs, 1,, I �� i��MyyAyy��xxxe}}.yy���%y $11E„ ,T J'>a Dzil DUM NO.. 5 , r.Or All Lim DGpartmonto DA Z: Juno 8, 2410 FROM Albert Falcon, CP B.. ]aXn NO.s 7961.0/12 Depn iieril of Proourammnt -Tint Building Materlolq • t'lettae not() tlio following etiange(s)i Vie followingvendor ha Bean approved under thla °antraet, L E N) 01001 8.0 rQ't , , tad s9,� :. 9 • - --.n., • 17, , 4 7 t Ueot.2 ` Aveuu9. - .: - —e ...,... o G r$ThTEJZIIP)' Mtn .LS 9 P.,q , ERV91 . . Mora 1r Atp;:0 J -• r ____ „ DELly 8100 AS 020 UI1tkiO �._._. :WEL PRIM PHONE Y :. • , PllEgl4 l 9057f9lt . . , E- IL; Y TA AIM CO TACT E tSON1 ny Prance ALL OTHER R 3144114'OR1VIA.TXON RRMVMA1 8 THE SAM aw»agar A+sneuovMut,. nuvrai • AWAR,D SKEW ADDENDILIM NO. 4 TOi AIJ baparlooxito DAM 1 Q/20/09 VrtOrvit, Martha Clikitolb inD140,1..1963:1)112 • Depatttneat WoottremantManagement flTIX Buildlng WWI* • woe, ' . Mango tato th oDowIng obeorkit8ca).1. Tho following vendor Ina been approved under dke contract, • 11",BIN.1 VBNI) -• • efin'ISTAXAMP 0,011. TOM! Minn' TOMS! • ' pELIVURT: • • T DLL rominon it • POE PAX' • 11,11341141 CONTACT POSON • SP-49.80868 kluo Awning Company 4Et6S Aitt 36 Me, Want P133147 Dtatibadork Not30 M Pouted (305) 6.93•0600 , (30) 634.007t • Higoton*huglaviimooni Mogan 13armendla • I ALL 071:11011 INNIt.MPATION RE14,11.1141S TIISA1V11£ ' . .•• . AWAStirOaalyA.F014101,1•Nkr.pagioi •A "AO SI I Applogodyi NO.3 0: A.11 T16partetettts • 0,0E111/02/09 MOM; AlhertPaloan , ,, : 1R1» o i 79'63412' S}apwimnt of PYAo► erncint 1 anflsement : TT.TL) t• 13niItllpg 1}+Pa0e0a11 Pleaee sole the follpwlug abaugi(e)t Tho following vendo hat) ltpon approved.u,nder1? p oontroot. Vaal 0111 Mgt t CIP1i1SDAXEMIN WW1, TIRINSt • Pn'YM1DN3' TTIflM1 t DI GItVIR'Yt • TIAD AWE PHONE I} PHONEr E-MA1Y4 CONTACT R IRSONt • 4504666lt6/01 Stone Croup '6ntatprlBBB, Tt1,e. 1177 NW' 818ts'®et Mian31t8133150 Da9t#natfa» Not 3© • Ae YaTWO d (so* d96r3356 °(305) 6964080 Karen123etonegGa11oeut'h,nat Xi aronAzad tJ7t`Jf >GNl3C� A'PIQN NA;.I T$ •T14 O 51 S ET ADD6TBiJM No. 2 TO1 Allncpart.nosttt4 ) ,apM1' ,abafatltloon, . T7opuri�nettt of VOo1irtaorintMangetrent DATig7 7/31/O9. )sY NO,; 7953' 01k2 • TITIAN Building Materials (714:1440411), Noon* tote Rouowinp ohnnge(a);' Tha allocation for th C,ommtinit,y Action Agency (CAA) had be6n lnomaaets by $2;5OO,00O,71to total alto atlon'for CAA ie•now $21375,000: . ALL OTIleit XN1FOR117ATTaNlE MM S T !.$M AWARRdHMC AnAst+olg4mlt17➢!Ol AWAD, gy.gFit AmytNrom p44? TOI All DapactukaiA • AleOlt F1601/ a • pait (411iii14404kiklit DATEI CVO , BID NO.: 7963.0112 • - . TAT1A# )1140ltig Ofitellala (k.ift..Quo4 • • Vale, lat:40 On. tollowleg Outzg0(01 ' • 011ooit9n gar t oneyolSeivivas:Adminiattat* (St) hog biirgeased, !..)y $405,1100:141itat.41 $i 467400'0o: " • • ALL 01rAINYOliNia:X0N TtPtiONWPIC S Malko siNTAMOOkkAtr) ii001