miami-dade county...237110- water and sewer line and related structures construction, 238910 –...

22

Upload: others

Post on 10-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting
Page 2: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting
Page 3: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting
Page 4: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION NO.: RTQ-00103OPENING: 6:00 P.M.

Protective Coating Services - Pre-QualificationJan 27, 2015

MIAMI-DADE COUNTY, FLORIDA

R E Q U E S T T O Q U A L I F Y

TITLE:Protective Coating Services - Pre-Qualification

BIDS WILL BE ACCEPTED UNTIL 6:00 PM

 ON   Jan 27, 2015

FOR INFORMATION CONTACT:Lenny Sandoval, 305-375-3065,[email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

� READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

� THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT

REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION.

� FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON-RESPONSIVE.

SECTION 1GENERAL TERMS AND CONDITIONS:

Page 1 of 2

3/5/2015file:///C:/Users/ssandov/AppData/Local/Temp/Temp1_selectedDocuments.zip/RTQ-Solicita...

Page 5: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non-negotiable.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link:

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r14-3.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami-Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.

For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site).

Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted.

PLEASE NOTE THE FOLLOWING:

No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically.

Page 2 of 2

3/5/2015file:///C:/Users/ssandov/AppData/Local/Temp/Temp1_selectedDocuments.zip/RTQ-Solicita...

Page 6: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 1 of 9

SECTION 2 - SPECIAL TERMS AND CONDITIONS

2.1 PURPOSE

This Request to Qualify (RTQ) will establish a pool of pre-qualified vendors capable of providing

protective coating services project work including structural repairs, concrete protection, and

rehabilitation of water and wastewater lines and tanks utilizing modified epoxy protective coatings

and any related services as required by the County on either an as needed basis or on a periodic

basis for the Miami-Dade Water and Sewer Department (WASD). Entry into the pre-qualification

pool is not a contract between the County and any member of the pool, but rather is an

acknowledgement that the pool member satisfies the pre-qualification criteria set forth below for

membership in the pool. Pre-qualified vendors will be invited to participate in future spot market

competitions. The pool shall remain open for the term of the RTQ, enabling vendors to qualify at

any time after the initial RTQ opening date.

2.2 TERM

The pre-qualification pool will begin on the first calendar day of the month succeeding approval by

the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of

Award Letter which is distributed by the County's Internal Services Department, Procurement

Management Services Division, and contingent upon the completion and submittal of all required

documents. The pre-qualification pool shall expire on the last day of the last month of the ninety-

six (96) month period.

2.3 SMALL BUSINESS CONTRACT MEASURES (CSBE) SBE-CONSTRUCTION TRADE SET-

ASIDE AND COMMUNITY WORKFORCE PROGRAMS (CWP) GOAL

2.3.1 The contract measure applicable to this pool: (CSBE) SBE-CONSTRUCTION Trade Set-

Aside. The vendor must be a certified (CSBE) SBE-Construction in Trade Category:

237110- Water and Sewer Line and Related Structures Construction, 238910 – Site

Preparation Contractors (preparation of surfaces by sandblasting, grit blasting or high

pressure water blasting). The provisions for the Miami-Dade County certified Small

Business Enterprises-Construction (SBEs) Program are available at

http://www.miamidade.gov/business/business-development-legislation.asp.

Small Business Enterprises must be certified by Small Business Development, a division

of the Internal Services Department (ISD)) for the type of construction services the

enterprise provides in accordance with the applicable commodity code(s) for this

solicitation. For certification information, contact SBD at 305-375-CERT (2378) or at

http://www.miamidade.gov/business/business-certification-programs.asp. The enterprises

must be certified by submission deadline, at spot market award, and for the duration of

the pool to remain in compliance.

2.3.2 The CWP measures applicable to this pool: 10% Goal on all Purchase or Work Orders

issued under this pool valued at $250,000 or greater and the duration of the

contract/work order exceeds 30 days are subject to the 10% CWP Goal.

Page 7: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 2 of 9

2.4 QUALIFICATION CRITERIA

Submitters shall submit all of the qualifying documents with their submittal form. However, the County may, at its sole discretion and in its best interests, allow submitters to supplement submitted documents in order to satisfy the prequalification criteria. It shall be the sole prerogative of the County to determine the number of submitters who will be included under the pre-qualification pool. During the term of the RTQ, the County reserves the right to add and/or delete pre-qualified submitters.

2.4.1 MINIMUM QUALIFICATION REQUIREMENTS

a) Submitter must hold a valid certificate from the State of Florida Construction Industry Licensing Board or Miami-Dade County Trades Qualifying Board, as applicable, for any of the following license types: General Contractor’s License, Building Specialty - Painting License, or a Building Specialty – Waterproofing License and shall submit documentation with its submittal to demonstrate of such certification.

b) Submitter or submitter’s subcontractor shall have at least one individual on staff or engaged as a consultant that holds a National Association of Corrosion Engineers (NACE) Certified Coating Inspector available upon request to provide the WASD Engineer information on surface preparation, rehabilitation methods, patching, coating application and testing. A copy of the NACE certification must be submitted with its submittal. This qualification requirement must be maintained throughout the term of the pool. The County may, in its sole discretion, request a current copy of the certification to verify compliance with this requirement at any time.

c) Submitter or submitter’s subcontractor must have manufacturer’s applicator

certification/approval for one or more of the following manufacturers and associated pre-approved product lines as specified of protective coating:

Epoxytec International Inc.

Tnemec Inc.

The Sherwin Williams Company

WOL-COAT Protective Coatings and Repair Products

Belzona International Ltd

Somay Products Inc

Submitter shall submit proof of manufacturer’s certification/approval with its submittal from all manufacturers for which they are certified/approved. This proof may be in the form of any of the following:

1. A formal notice on manufacturer’s letterhead identifying the submitter or submitter’s subcontractor as a certified/approved applicator. The notice must be dated within 6 months of the submission for inclusion in the pool.

or 2. A web address of the manufacturer’s internet website where the submitter or

submitter’s subcontractor is clearly identified as a certified/approved applicator.

d) Submitter must be regularly engaged in the business of completing protective coating

applications for water and wastewater lines, structures, and plants, comparable to work described in this RTQ. In order to meet this requirement, submitter must provide references for five (5) completed projects, including abrasive blasting, fast set concrete

Page 8: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 3 of 9

restoration applications, or high performance epoxy mortar applications. Each reference shall include the project description, project duration, project manager and/or engineer contact information, and products applied (note: products applied must correspond to a manufacturer for which the submitter is a certified/approved applicator), including manufacturer contact information. Additionally, the references must include at least three (3) projects, specifically involving work inside process tanks or pipelines (OSHA confined space requirements) at water or wastewater treatment plants (a minimum of one in each type of plant) that the submitter has completed in the past five (5) years. Individual work performed by an individual as an employee or principal of a submitter or as an employee of any other company shall not qualify as experience for the submitter.

The County reserves the right to request additional information as it deems necessary to validate the submitter’s ability and qualifications prior to approving the submitter for inclusion in the pool.

2.5 COMPLIANCE WITH GOVERNMENT STANDARDS

2.5.1 All services to be purchased under this pool shall be in accordance with all governmental standards, to include, but not limited to, those issued by the American National Standards Institute (ANSI), the American Society for Testing Materials (ASTM), the Environmental Protection Agency (EPA), The Instrument Society of America (ISA), the International Standards Organization (ISO), Occupational Safety and Health Administration (OSHA), the National Institute of Occupations Safety Hazards (NIOSH), the National Sanitation Foundation (NSF), and the National Fire Protection Association (NFPA). Special attention is made to OSHA’s 29CFR 1910 regulations relating to hazardous atmospheres in confined spaces. Submitters will be responsible for ventilation and Personal Protection Equipment (PPE) per OSHA requirements.

2.5.2 It shall be the responsibility of all submitters to be regularly informed and to conform to any changes in standards issued by any regulatory agencies during the term of this pool.

2.5.3 MIAMI-DADE COUNTY RESPONSIBLE WAGE ORDINANCE Submitters are advised that the provisions of Miami-Dade County Code Section 2.11.16 will apply to any spot market solicitation awarded pursuant to this pool that exceeds $100,000. By submitting a response pursuant to these specifications, a submitter is hereby agreeing to comply with the provisions of Section 2.11.16, and to acknowledge awareness of the penalties for noncompliance. The supplemental general conditions and the Responsible Wages and Benefits Schedule can be found by accessing the following link: http://www.miamidade.gov/internalservices/small-business.asp (Heavy Construction). However, the spot market solicitation will include the applicable Responsible Wages and Benefits Schedule for the specific project. Submitter is advised that the Wages and Benefits Schedule will be reviewed and increased, if appropriate, once a year, on January 1st. The rates for wages and benefits to be paid for work performed under this pool and during each subsequent calendar year will be the rate in effect on January 1st of the year in which the work is performed.

2.6 INDEMNIFICATION AND INSURANCE

The standard insurance requirements listed in the general terms and conditions shall apply with the exception of the following changes to the sections specifically identified:

1.21. A.2. Commercial General Liability Insurance on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami-Dade County must be shown as an additional insured with respect to this coverage.

Page 9: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 4 of 9

1.21. A.3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage.

2.7 AVAILABILITY OF SERVICE TO OTHER COUNTY DEPARTMENTS

Although this pool is specific to a County Department, it is hereby agreed and understood that any County department or government agency may avail itself of the services available under the pool. Under these circumstances, separate spot market solicitations will be issued that identify the requirements of the additional County department or other government agency.

2.8 ADDITIONAL MANUFACTURES MAY BE ADDED

Although this RTQ identifies specific manufacturers under which submitters can be prequalified, it is hereby understood and agreed that additional manufacturers and associated product lines may be added in the sole discretion of the County. In the event that the County adds additional manufacturers, approved submitters will be invited to provide documentation in order to qualify under the new manufacturers. New submitters may be added under new manufacturers at any time upon completing the qualification requirements outlined herein.

2.9 DELEGATION OF AUTHORITY In accordance with Section 2-8.2.12 of the Code of Miami-Dade County, the Water & Sewer Super Acceleration Ordinance No. 14-77, authority is hereby granted to the County Mayor or Mayor’s designee to advertise, award, amend and negotiate this pool for the Miami-Dade Water and Sewer Department, to extend pool duration, to execute change orders and to settle claims without need for prior approval from the Board of County Commissioners.

Page 10: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 5 of 9

SECTION 3 – TECHNICAL SPECIFICATIONS

3.1 SCOPE OF WORK

The specifications listed below describe the general scope of the work for structural repairs and the application of protective coatings to water and wastewater system facilities and infrastructure.

3.2 DESCRIPTION OF THE SERVICE

The approved submitters will be invited to participate in future spot market solicitations for specific projects as they become available. Specifications describing the work will be supplied by the County for each project in the spot market solicitation. Work will include structural repairs and the application of protective coatings in a variety of settings. The project locations shall be the Miami-Dade Water and Sewer Departments South District Wastewater Treatment Plant, Central District Wastewater Treatment Plant, North District Wastewater Treatment Plant, Alexander Orr Jr. Water Treatment Plant, John E. Preston Water Treatment Plant and Hialeah Water Treatment Plant. Typical work settings include rehabilitation work in sewage plant structures, water plant structures, tanks, trains, clarifiers, contact basins, digesters, headworks, grit chambers, containment units, and other water and wastewater processing systems utilizing protective coatings. There will usually be very limited access into the tanks, whether they are above ground or below and, as a result, the work will take place in areas defined by the Occupational Safety and Health Administration (OSHA) as an enclosed space. The dimensions of the tanks will vary depending on functions and locations, but typically horizontal dimensions exceed 80' and depths exceed 20'. The work will involve preparation of surfaces by sandblasting, grit blasting or high pressure water blasting as required for each particular project and may also involve chemical disinfection. Structural concrete repairs by troweling, gunite, or other specified method of epoxy or cementitious compounds are generally required, as applicable. A protective coating is then applied by either rolling or spraying. The protective coating will normally be a two-part, 100% solids, no-solvents, epoxy. After completion of the work, the successful vendor shall thoroughly clean the inside of the tank and any surrounding affected areas of all grit, debris, and material residue, and properly dispose of such.

Approved submitters shall be required to provide 24 hours, 7 days a week Emergency Service to WASD under any subsequently awarded spot market competitions. Emergency Service shall be defined as a non-warranty related repair service requirement and its response time shall not exceed twenty-four (24) hours after notification by WASD.

3.3 PRODUCTS TO BE APPLIED

Protective coatings furnished shall be a modified epoxy or higher level of coating. Calcium aluminates will not be allowed. The concrete repair and patching material, underlayment and primer used shall be of the same manufacturer and/or compatible with the applied coating. Products Furnished by the Vendor

Page 11: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 6 of 9

The type of protective coating shall be determined based on the application required in the in future spot market competition. This shall be determined by specific factors such as application, abrasion, adhesion, structure to be coated, allowable shut down time of facility, NSF approval for contact with drinking water, compatibility with existing coating for spot repairs, level of hydrogen sulfide gas, chemical resistance, bond strength, humidity level in enclosed spaces and other factors. The spot market solicitation will identify the level of protective coating required with acceptable products specified and approved equals. Reference standards for protective coatings are as follows: Severe Wastewater: ASTM- G210-13 Severe Wastewater Analysis Testing, ASTM D4227 Qualification of Coating Applicators for Application of Coatings to Concrete Surfaces, ASTM D4228 Qualification of Coating Applicators for Application of Coatings to Steel Surfaces, ASTM D-4541 Test Method for Pull Strength of Coatings Using Portable Adhesion Testers. Abrasion Resistance: ASTM D4060 Test Method for Abrasion Resistance, Tensile Strength ASTM D-638, Compressive Strength ASTM D-695 Contact with Drinking Water: NSF 61 Approval required for products in contact with drinking water. Patching Materials Concrete Patching Material: Epoxytec CPP or Ceramico or MortarTec Silicate, Sika 123 Plus, Tnemic Mortarcrete Series 217 or 218, A.W. Cook Cement Silatec MSM Modified Repair Mortar, or approved equal. Existing reinforcing steel that remains and is exposed shall be coated with 40 mils of Epoxytec A-1 Primecoat, Sikatop 108, Armatec, or 20 mils in two coats of Sika Armatec 110. Products Furnished by the Department The spot market solicitation will specify whether the protective coating material and related products will be provided by the Water and Sewer Department (WASD) or the vendor. If provided by WASD, the specified mastic, primer, cross-link activator, and vinyl liner material will be made available to the vendor’s work crew at the job site. Determination of protective coating material quantities (when supplied by WASD) and/or specifications for each assignment will be made by WASD. The vendor shall provide any and all necessary tools, scaffolding, equipment, materials, and supplies. The vendor shall be responsible for the proper and necessary use of the materials in the performance of the work. WASD will furnish the vendor with any available manufacturer-issued descriptive literature, application instructions, and Material Safety Data Sheets.

3.4 SPOT MARKET SOLICITATION DESCRIPTION

Any spot market solicitation issued under this pool will include project specific scope of services, technical specifications, plans and drawings, whether WASD plans to supply the protective coatings and other related products, site conditions (e.g., access, use of existing utilities such as water/electric/restroom availability), and applicable terms and conditions including but not limited to: pre-bid/site visit, payment requirements such as retainage, time for performance, any submittal requirements (e.g., product data, shop drawings and samples), safety manual, confined

Page 12: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 7 of 9

space entry plan, schedule of values construction schedules, punchlist/substantial/final requirements, bid and/or performance bond requirements, liquidated damage provisions, additional warranty requirements, if the work is to be performed at night or on weekends, type of payment (lump sum vs unit price), requirement that if a vendor proposes an alternate product, that the product manufacturer must supply a letter stating the proposed high performance coatings or other proposed materials comply with the environment, exposure, substrates, etc. of the project, requirements for a Formal Quality Control Plan to include daily logs and monitor conditions during application, as well as any additional requirements.

The following provisions may be included in future spot market solicitations:

3.4.1 CLEAN-UP

All unusable materials and spills shall be removed from the premises immediately, and disposed of in an appropriate manner. Upon final completion, the awarded vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the WASD’s project manager.

3.4.2 COMPLETION OF WORK

3.4.2.1 All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the successful bidder(s); except in such cases where the completion date will be delayed due to acts of nature, strikes, or other causes beyond the control of the vendor. In these cases, the successful vendor shall notify the County of the delays in advance of the original completion date so that a revised delivery schedule can be appropriately considered by the County.

3.4.2.2 Should an awarded vendor of a spot market solicitation fail to complete the work within the number of days as stated in its offer, or the timeframe cited in the spot market solicitation, the County may terminate the order, secure the services of another vendor to complete the work, and/or terminate the contract with the vendor.

3.4.3 LICENSES, PERMITS AND RECORD KEEPING

The following is required in addition to the standard licenses, permits and fees requirements listed in section 1.14 of the general terms and conditions, the awarded vendor of a subsequent spot market solicitation shall provide the following:

3.4.3.1 Provide WASD one copy of all applications, permits, reports, records and correspondence, within 30 calendar days of submission or receipt.

3.4.3.2 Maintain a file of the above items and make this file available for inspection by the County and County authorized representatives.

3.4.3.3 Maintain this file for the duration of the contract, plus five (5) years.

3.4.4 MANUFACTURER’S FIELD SERVICE TECHNICIAN SERVICES

The Vendor shall obtain the services of the Coating Manufacturer’s Field Service Technician upon request of the Department. The Coating Manufacturer’s Field Service Technician shall provide inspection of surface preparation, coating application and final inspection upon request by the Department.

3.4.5 PRICING AND PERFORMANCE

Page 13: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 8 of 9

Vendor shall supply all labor, materials, equipment and any other incidental item necessary to complete the services specified in the spot market solicitation. The proposed price of the spot market solicitation shall provide full compensation to the vendor and shall include all elements of cost to perform and complete the work. No additional cost will be paid by the County.

3.4.6 PROTECTION OF PROPERTY

All existing structures, utilities, services, road, trees, shrubbery, etc., shall be protected against damage or interrupted services at all times by the vendor during the term of this contract; and the vendor shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the vendor’s operation on the property.

3.4.7 SAFETY

Any spot market solicitation issued under this pool will include its specific safety requirements which may include, but not necessarily limited to the following: 3.4.7.1 The vendor shall provide suitable explosion proof blowers, as necessary to make

up for any lack of ventilation and to provide comfortable working conditions for its personnel. No smoking or open flame shall be permitted in any areas within a tank or on the roof of the tank or any adjacent tanks.

3.4.7.2 The vendor’s personnel will be in the vicinity of raw sewage. The successful

vendor shall check with the Miami Dade County Health Department, and based on their recommendation, have its personnel properly immunized against disease.

3.4.7.3 The vendor will be required to submit a safety manual outlining the work

sequence for review and approval by WASD. 3.4.7.4 The vendor shall coordinate with the Construction Manager to arrange

mandatory Project Safety Management (PSM) training for all his personnel who will be onsite. This training must be completed prior to mobilization or any other work on site. The successful vendor shall also be responsible that all on-site personnel of his subcontractors, at whatever tier, receive this training. Contact information for the Construction Manager will be provided upon award approval.

3.4.7.5 The vendor must submit and obtain approval for a confined space entry plan

prior to starting work.

3.4.7.6 The vendor must use warning devices such as traffic cones, barricades and warning lights to warn plant personnel of any hazard, as considered necessary by the County.

3.4.8 SUPERVISION

The vendor shall employ a competent superintendent who shall be in attendance at the project site during the progress of the work. The superintendent shall be the primary representative for the vendor and all communications given to and all decisions made by the superintendent shall be binding to the vendor. Notwithstanding, the superintendent

Page 14: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES –

PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 9 of 9

shall be considered to be, at all times, an employee of the vendor under its sole direction and not an employee or agent of Miami-Dade County.

3.4.9 WARRANTY

The warranty period for the coating installation shall be a minimum of one year for defects in installation.

The warranty period for the protective coating manufacturer shall be a minimum three years for defects in material.

Page 15: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES – PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 1 of 3

SECTION 4 – BID SUBMITTAL

4.1 Contact Information

Regular Working Hours Contact Information Submit information for regular working hours: Monday thru Friday from 9:00 AM to 5:00 PM.

Company Name:

Office Location:

Contact Person No. 1: Contact Person No. 2:

Name & Title: Name & Title:

Phone Number: Phone Number:

Fax Number: Fax Number:

Email Address: Email Address:

After Hours Contact Information Submit information for after regular working hours: Monday thru Friday 5:00 PM to 9:00 AM and

24 Hours on Saturday and Sunday.

Company Name:

Office Location:

Contact Person No. 1: Contact Person No. 2:

Name & Title: Name & Title:

Phone Number: Phone Number:

Fax Number: Fax Number:

Email Address: Email Address:

4.2 Minimum Qualifications Checklist

Paragraph Minimum Qualifications

2.4.1.a

Submitter must hold a valid certificate from the State of Florida Construction Industry Licensing Board or Miami-Dade County Trades Qualifying Board, as applicable, for any of the following license types: General Contractor’s License, Building Specialty - Painting License, or a Building Specialty – Waterproofing License and shall submit documentation with its submittal to demonstrate of such certification.

Initial to confirm attachment to submittal

2.4.1.b

Submitter or submitter’s subcontractor shall have at least one individual on staff or engaged as a consultant that holds a National Association of Corrosion Engineers (NACE) Certified Coating Inspector available upon request to provide the WASD Engineer information on surface preparation, rehabilitation methods, patching, coating application and testing. A copy of the NACE certification must be submitted with its submittal. This qualification requirement must be maintained throughout the term of the pool. The County may, in its sole discretion, request a current copy of the certification to verify compliance with this requirement.

Initial to confirm attachment to submittal

2.4.1.c

Submitter or submitter’s subcontractor must have manufacturer’s applicator certification/approval for one or more of the

following manufacturers and associated pre-approved product lines as specified of protective coating:

• Epoxytec International Inc.

• Tnemec Inc.

• The Sherwin Williams Company

• WOL-COAT Protective Coatings and Repair Products

• Belzona International Ltd

• Somay Products Inc.

Submitter shall submit proof of manufacturer’s certification/approval with its submittal from all manufacturers for which

they are certified/approved. This proof may be in the form of any of the following:

• A formal notice on manufacturer’s letterhead identifying the submitter or submitter’s subcontractor as a certified applicator. The notice must be dated within 6 months of the submission for inclusion in the pool.

Or

Page 16: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES – PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 2 of 3

Paragraph Minimum Qualifications

• A web address of the manufacturer’s internet website where the submitter or submitter’s subcontractor is clearly identified as a certified applicator.

Initial to confirm attachment to submittal

2.4.1.d

Submitter must be regularly engaged in the business of completing protective coating applications for water and wastewater lines, structures, and plants, comparable to work described in this RTQ. In order to meet this requirement, submitter must provide references for five (5) completed projects, including abrasive blasting, fast set concrete restoration applications, or high performance epoxy mortar applications. Each reference shall include the project description, project duration, project manager and/or engineer contact information, and products applied (note: products applied must correspond to a manufacturer for which the submitter is a certified/approved applicator), including manufacturer contact information. Additionally, the references must include at least three (3) projects, specifically involving work inside process tanks or pipelines (OSHA confined space requirements) at water or wastewater treatment plants (a minimum of one in each type of plant) that the submitter has completed in the past five (5) years. Individual work performed by an individual as an employee or principal of a submitter or as an employee of any other company shall not qualify as experience for the submitter.

Reference No. 1

Project Type: Abrasive Blasting Fast Set Concrete Restoration Applications or High Performance Epoxy Mortar Applications

Project Description:

Project Duration: Products Applied:

Project Manager and/or Engineer Contact Info: Manufacturer Contact Information:

Name & Title: Name & Title:

Phone Number: Phone Number:

Email Address:: Email Address::

Reference No. 2

Project Type: Abrasive Blasting Fast Set Concrete Restoration Applications or High Performance Epoxy Mortar Applications

Project Description:

Project Duration: Products Applied:

Project Manager and/or Engineer Contact Info: Manufacturer Contact Information:

Name & Title: Name & Title:

Phone Number: Phone Number:

Email Address:: Email Address::

Reference No. 3 Must include project specifically involving work inside process tanks or pipelines (OSHA confined space requirements) at water or wastewater treatment plants that the submitter has completed in the past five (5) years.

Project Type: Abrasive Blasting Fast Set Concrete Restoration Applications or High Performance Epoxy Mortar Applications

Plant Type: Water Treatment Wastewater Treatment

Project Description:

Project Duration: Products Applied:

Project Manager and/or Engineer Contact Info: Manufacturer Contact Information:

Name & Title: Name & Title:

Phone Number: Phone Number:

Email Address:: Email Address::

Reference No. 4 Must include project specifically involving work inside process tanks or pipelines (OSHA confined space requirements) at water or wastewater treatment plants that the submitter has completed in the past five (5) years.

Project Type: Abrasive Blasting Fast Set Concrete Restoration Applications or High Performance Epoxy Mortar Applications

Plant Type: Water Treatment Wastewater Treatment

Project Description:

Project Duration: Products Applied:

Page 17: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SOLICITATION TITLE: PROTECTIVE COATING SERVICES – PRE-QUALIFICATION

SOLICITATION NO.: RTQ-00103

Page 3 of 3

Paragraph Minimum Qualifications

Project Manager and/or Engineer Contact Info: Manufacturer Contact Information:

Name & Title: Name & Title:

Phone Number: Phone Number:

Email Address:: Email Address::

Reference No. 5 Must include project specifically involving work inside process tanks or pipelines (OSHA confined space requirements) at water or wastewater treatment plants that the submitter has completed in the past five (5) years.

Project Type: Abrasive Blasting Fast Set Concrete Restoration Applications or High Performance Epoxy Mortar Applications

Plant Type: Water Treatment Wastewater Treatment

Project Description:

Project Duration: Products Applied:

Project Manager and/or Engineer Contact Info: Manufacturer Contact Information:

Name & Title: Name & Title:

Phone Number: Phone Number:

Email Address:: Email Address::

2.4.1.d

Page 18: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

Miami-Dade CountyProcurement Management Services

Solicitation Submittal Form

111 NW 1st Street, Suite 1300, Miami, FL 33128

Solicitation No. RTQ-00103 Solicitation Title: Protective Coating Services - Pre-Qualification

Legal Company Name (include d/b/a if applicable):Federal Tax Identification Number:

If Corporation - Date Incorporated/Organized:State Incorporated/Organized:

 Company Operating Address: City State Zip Code

 Remittance Address (if different from ordering address): City State Zip Code

 Company Contact Person:  Email Address:

 Phone Number

(include area code):

 Fax Number

(include area code): Company's Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.

Place a check mark here only if the 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 Interlocal Agreement between the two counties) that has a valid Local Business Tax Receipt, issued by Miami-Dade County; has a physical business address located within the limits of

Miami-Dade County from which business is performed; 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 only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this

certification at this time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, a "locally-headquartered

business" is a Local Business whose "principal place of business" is in Miami-Dade County or Broward County in accordance with the Interlocal Agreement between the two counties.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for

the LHP.

The address of the Locally-headquartered office is:

Page 1 of 2

3/5/2015file://miamidade/nas1/dpm/TEAM3/Lenny/RTQ-00103%20Protective%20Coating%20Serv...

Page 19: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION:  A Local Certified Service-

Disabled Veteran Business Enterprise is a firm that is (a) 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 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Service-Disabled Veteran Business

Enterprise.    A copy of the certification must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidder

provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small

Business Development at (305) 375-2378 or access http://www.miamidade.gov/business/business-certification-programs.asp. The

SBE/Micro Business Enterprise must be certified by the solicitation's submission deadline, at contract award, and for the duration of

the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the

contract.

Is your firm a Miami-Dade County Certified Small Business Enterprise? Yes No

If yes, please provide your Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE

IRAN PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies

with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a

duly authorized representative and shall also initial this space: . In such event, the Bidder shall furnish

together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any

investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

 IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

Bidder's Authorized Representative's Signature: Date

Type or Print Name

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE

TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS

THE BIDDER TO THE TERMS OF ITS OFFER.

Page 2 of 2

3/5/2015file://miamidade/nas1/dpm/TEAM3/Lenny/RTQ-00103%20Protective%20Coating%20Serv...

Page 20: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

FAIR SUBCONTRACTING PRACTICES

In compliance with Miami-Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors.

NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT

Signature Date

Page 1 of 1

3/5/2015file://miamidade/nas1/dpm/TEAM3/Lenny/RTQ-00103%20Protective%20Coating%20Serv...

Page 21: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

SUBCONTRACTOR/SUPPLIER LISTING(Miami-Dade County Code Sections 2-8.1, 2-8.8 and 10-34)

Name of Bidder/Proposer: FEIN No.

In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami-Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business Name and Address of First Tier Direct

Supplier

Principal Owner

Supplies/ Materials/

Services to be Provided by Supplier

Principal Owner(Enter the number of male and female owners by race/ethnicity)

Employee(s)(Enter the number of male and female employees and the number of employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native American/ Native Alaskan

Other M F White Black Hispanic

Business Name and Address of First Tier

Subcontractor/Subconsultant

Principal Owner

Scope of Work to be

Performed by Subcontractor/Subconsultant

Principal Owner(Enter the number of male and female owners  by race/ethnicity)

Employee(s)(Enter the number of male and female employees and the number of employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native American/ Native Alaskan

Other M F White Black Hispanic

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on-line to the Small Business Development of the Internal Services Department

at http://www.miamidade.gov/business/business-development-contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors-payment.pdf.

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

Signature of Bidder/Proposer Print Name Print Title Date

SUB 100 Rev. 1/14

Page 1 of 1

3/5/2015file://miamidade/nas1/dpm/TEAM3/Lenny/RTQ-00103%20Protective%20Coating%20Serv...

Page 22: Miami-Dade County...237110- Water and Sewer Line and Related Structures Construction, 238910 – Site Preparation Contractors (preparation of surfaces by sandblasting, grit blasting

Miami-Dade County

Contractor Due Diligence Affidavit

Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval:

(1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;

(2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances;

(3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not.

All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.

Contract No. :Federal EmployerIdentification Number (FEIN):

Contract Title:

Printed Name of Affiant Printed Title of Affiant Signature of Affiant

Name of Firm Date

Address of Firm State Zip Code

Notary Public Information

Notary Public – State of County of

Subscribed and sworn to (or affirmed) before me this day of,20___

by He or she is personally known to me or has produced identification

Type of identification produced

Signature of Notary Public Serial Number

Print or Stamp of Notary Public Expiration Date Notary Public Seal

Page 1 of 1

3/5/2015file://miamidade/nas1/dpm/TEAM3/Lenny/RTQ-00103%20Protective%20Coating%20Serv...