solicitation rtq -00618 emergency debris removal ...€¦ · x read the entire solicitation...
TRANSCRIPT
55
66
Solicitation RTQ-00618
EMERGENCY DEBRIS REMOVAL
Solicitation Designation: Public
Miami-Dade County
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 1
5
6
Solicitation RTQ-00618
EMERGENCY DEBRIS REMOVAL
Solicitation Number RTQ-00618
Solicitation Title EMERGENCY DEBRIS REMOVAL
Solicitation Start Date Mar 14, 2018 7:22:31 PM EDT
Solicitation End Date Apr 3, 2018 6:00:00 PM EDT
Question & Answer End
Date Mar 23, 2018 2:00:00 PM EDT
Solicitation Contact Dakota Thompson
Procurement Contracting Officer 2
ISD - Procurement Management Services
305 -375 -2356
Solicitation Contact Fredrick Taylor
Procurement Contracting Manager
ISD - PMS
305 -375 -1078
Solicitation Contact Natalya Vasilyeva
Procurement Contracting Officer 2
ISD - Procurement Management Services
305 -375 -4725
Contract Duration See Bid Documents
Contract Renewal See Bid Documents
Prices Good for See Bid Documents
Pre-Solicitation Conference Mar 19, 2018 9:00:00 AM EDT
Attendance is optional
Location: Stephen P Clark Government Center
18th Floor, Conference Room 18 -3
111 NW 1st Street
Miami, FL, 33128
Solicitation Comments This Request to Qualify (RTQ) will establish a List of Prequalified Vendors (List) capable of providing Emergency Debris Removal Services for Miami-Dade County (County). Placement on the List is not a
contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined through this RTQ. Pre-qualified vendors will be invited to participate in future spot market competitions.Added on Mar 27, 2018:This Addendum becomes part of the above mentioned solicitation.
Addendum # 1
New Documents Addendum No. 1.pdf
Item Response Form
Item RTQ-00618 --01-01 - Emergency Debris Removal Services
Quantity 1 each
Prices are not requested for this item.
Delivery Location Miami -Dade County
No Location Specified
Qty 1
DescriptionEmergency Debris Removal Services Pre-Qualification.See Section 4, Bid Submittal
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 2
5
6
Solicitation RTQ-00618
EMERGENCY DEBRIS REMOVAL
Solicitation Number RTQ-00618
Solicitation Title EMERGENCY DEBRIS REMOVAL
Solicitation Start Date Mar 14, 2018 7:22:31 PM EDT
Solicitation End Date Apr 3, 2018 6:00:00 PM EDT
Question & Answer End
Date Mar 23, 2018 2:00:00 PM EDT
Solicitation Contact Dakota Thompson
Procurement Contracting Officer 2
ISD - Procurement Management Services
305 -375 -2356
Solicitation Contact Fredrick Taylor
Procurement Contracting Manager
ISD - PMS
305 -375 -1078
Solicitation Contact Natalya Vasilyeva
Procurement Contracting Officer 2
ISD - Procurement Management Services
305 -375 -4725
Contract Duration See Bid Documents
Contract Renewal See Bid Documents
Prices Good for See Bid Documents
Pre-Solicitation Conference Mar 19, 2018 9:00:00 AM EDT
Attendance is optional
Location: Stephen P Clark Government Center
18th Floor, Conference Room 18 -3
111 NW 1st Street
Miami, FL, 33128
Solicitation Comments This Request to Qualify (RTQ) will establish a List of Prequalified Vendors (List) capable of providing Emergency Debris Removal Services for Miami-Dade County (County). Placement on the List is not a
contract between the County and the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined through this RTQ. Pre-qualified vendors will be invited to participate in future spot market competitions.Added on Mar 27, 2018:This Addendum becomes part of the above mentioned solicitation.
Addendum # 1
New Documents Addendum No. 1.pdf
Item Response Form
Item RTQ-00618 --01-01 - Emergency Debris Removal Services
Quantity 1 each
Prices are not requested for this item.
Delivery Location Miami -Dade County
No Location Specified
Qty 1
DescriptionEmergency Debris Removal Services Pre-Qualification.See Section 4, Bid Submittal
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 3
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 4
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 5
5
6
3 4
SOLICITATION NO.: RTQ-00618
EMERGENCY DEBRIS REMOVALApr 3, 2018
MIAMI-DADE COUNTY, FLORIDA
R E Q U E S T T O Q U A L I F Y
TITLE:
FOR INFORMATION CONTACT:Dakota Thompson, 305-375-2356, [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 1
GENERAL TERMS AND CONDITIONS:
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-r17-1.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.
EMERGENCY DEBRIS REMOVAL
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 6
5
6
3 4
SOLICITATION NO.: RTQ-00618
EMERGENCY DEBRIS REMOVALApr 3, 2018
MIAMI-DADE COUNTY, FLORIDA
R E Q U E S T T O Q U A L I F Y
TITLE:
FOR INFORMATION CONTACT:Dakota Thompson, 305-375-2356, [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 1
GENERAL TERMS AND CONDITIONS:
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-r17-1.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.
EMERGENCY DEBRIS REMOVAL
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 7
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
SECTION 2 – SPECIAL TERMS AND CONDITIONS
2.1. PURPOSE
This Request to Qualify (RTQ) will establish a List of Prequalified Vendors (List) capable of providing Emergency Debris
Removal Services for Miami-Dade County (County). Placement on the List is not a contract between the County and
the Vendor, but an acknowledgement that the Vendor meets the qualifications as outlined through this RTQ. Pre-
qualified vendors will be invited to participate in future spot market competitions. Vendor Submittals will continue to be
accepted throughout the term of the RTQ for placement on such List.
2.2 DEFINITIONS
A. Invitation to Quote (ITQ) – Shall refer to the solicitation of quotes from the List of Prequalified Vendors for a
specific goods and/or service; and awarded based on lowest price, or other quantifiable criteria.
B. List of Prequalified Vendors (List) – Shall refer to business entities/individuals determined by the County’s
Internal Services Department, Procurement Management Division, as meeting the minimum standards of business
competence, financial ability, and/or product quality for placement on the List of Prequalified Vendors, and who
may submit quotes/proposals, at the time of need.
C. Vendor – shall refer to a business entity/individual responding to this RTQ.
D. Awarded Vendor - shall mean a vendor awarded under ITQ.
E. Submittal - shall refer to the forms submitted in response to this RTQ.
F. Declared Emergency – shall refer to time when the County Mayor declares that a state of emergency exists.
G. Emergency Debris - shall refer to co-mingled debris caused by a disaster occurring in Miami-Dade County, natural or otherwise, including but not limited to the following classifications:
Trees and vegetation (including detached stumps).
Burnables – miscellaneous lumber, paper, furniture, etc.
Construction and demolition debris – miscellaneous concrete items, metal plaster, glass etc.
White Goods – stoves, refrigerators, washers, dryers, water heaters, etc.
Tires.
Mulch
Ash from incineration of hurricane debris. H. FEMA - Federal Emergency Management Agency. I. Hazardous Waste - Any waste, product, substance, or combination or breakdown product thereof which, because
of its quantity, concentration, or physical, chemical, or infectious characteristics, may, when improperly transported, disposed of, stored, treated or otherwise managed, cause, or significantly contribute to, an increase in mortality, or an increase in serious irreversible or incapacitating reversible illness, or may pose a substantial present or potential hazard to human health or the environment when improperly transported, disposed of, stored, treated, or otherwise managed. Hazardous Waste also means any item that has the potential to be physically hazardous, that is to say, the potential to cause serious injury to persons or property, such as flammables, explosives, compressed gas cylinders, etc.
J. Hurricane Trash Conversion Factor - This will enable the County to convert the assessed cubic yards of a particular load hauled by a vendor to a tonnage value. Tonnage Value = (assessed cubic yards of a particular load) divided by (Hurricane Trash Factor to be approved by FEMA).
K. Numbered Voucher (Hauling Ticket) - A printed, numbered document issued at disposal sites, staging area or by the loading area inspector for each load of emergency debris removed for disposal, from the right-of-way pursuant to a purchase order. This document records, without limitation, Vendor’ information, cubic yards, date, time of day, and County-issued vehicle number for each load of emergency debris. Numbered Voucher allows the
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 8
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
Vendor access to a staging area or disposal site, records the cubic yards, time of day, vehicle sticker number, and voucher number for each load of Emergency Debris.
L. Permitted Disposal Facility - A disposal facility authorized by the Environmental Protection Agency (EPA) or delegated state or local authority to accept solid waste.
M. Preliminary Damage Assessment ( PDA) - An initial assessment by County personnel of the overall disaster area in order to determine the magnitude of Emergency Debris removal efforts, the location and approximate volume of debris to be removed, and whether or not the Emergency Debris removal effort exceeds local capabilities and will therefore require assistance of outside agencies. A PDA will be performed within seventy-two (72) hours following a disaster.
N. Project Manager - Any person designated by the County to examine and inspect Vendor’s equipment and otherwise ensures compliance by the Vendor.
O. Staging Areas - Areas that are designated by the County to temporarily store debris that will be transferred to a fully permitted disposal facility not owned by Miami-Dade County.
P. Tipping Fee - Charge levied upon a given quantity of waste received at a waste processing facility. Q. Work - Removal of Emergency Debris in activated work areas from County designated rights-of-way to staging
areas/disposal sites. R. Certification – County Project Manager determination of truck capacity and posting of information on the side of
the truck. S. Crew – Consists of either a crane, loader, grapple truck, trailers, dump truck or combination either with a minimum
of one operator/driver for each piece of equipment.
2.3 QUALIFICATION CRITERIA
Vendor(s) shall submit all of the qualifying documents, all of the specified information and attachments listed with their submittal as proof of compliance to the requirements of this RTQ. However, the County, may at its sole discretion and in its best interests, allow Vendors to complete, supplement or supply the required documents in order to satisfy the prequalification criteria. It shall be the sole prerogative of the County to determine the number of Vendors who will be included under this RTQ. During the term of the RTQ, the County reserves the right to add and/or delete Vendors as it deems necessary. Vendors meeting qualifications listed in this solicitation shall be deemed to be prequalified to participate in subsequent spot market purchases as required by the County. 2.3.1 Minimum Qualification Requirement
Vendor(s) shall hold the following licenses and will be required to provide copies of all license with their response to this solicitation: General Hauler Permit pursuant to Section 15.17 of the Miami-Dade County Code. For General Hauler Permits information visit https://www.miamidade.gov/solidwaste/general-hauler.asp At minimum, one vehicle must be permitted at the time of qualification. At the time of Declared Emergency when the List of Prequalified Vendors is activated, only permitted vehicles will be authorized to perform work.
2.3.2 General Qualifications Requirements At the time of RTQ Submittal, Vendors shall meet following experience, qualification requirements and where applicable provide proof of equipment ownership or long-term lease:
a) Vendor(s) shall produce acceptable proof of ownership or long-term lease (12 month or more) of the
equipment necessary to perform the work, with the capacity to load and remove a minimum of one thousand four hundred (1,400) cubic yards of debris on a daily basis, with a minimum of ten (10) crews. The following equipment will not be acceptable: pick-up trucks, closed top trucks, or vehicles with metal tracks.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 9
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
Vendors(s) may be required to demonstrate the equipment which they have submitted on their
equipment list, at no cost to, the County. The purpose of the demonstration is to observe the
equipment in an operational environment and to verify its capability, suitability, and adaptability
relative to the expected performance requirements. If a demonstration is required, the County will
notify the Vendor of such in writing and will specify the date, time and location of the demonstration.
If the Vendor fails to perform the demonstration on the date stipulated in the notice, the County may
elect to reject the Vendor's request to be added to the List or to re-schedule the demonstration. The
County shall be the sole judge of the acceptability of the equipment in conformance with this
solicitation specifications and its decision shall be final.
b) As a proof of satisfactory record of performance, Vendor(s) shall list two (2) references for which
Vendor(s) is/are currently proving or has provided bulk hauling of debris, construction involving land
clearing, demolition or trash and garbage hauling for a minimum of one (1) year.
c) Vendors shall produce acceptable proof of having been an established, duly-licensed firm engaged
in business anywhere in the United States within any of the following activities: (1) bulk hauling, (2)
construction involving land clearing, (3) demolition, (4) trash and garbage hauling, for a minimum
period of one (1) year as of the date of the initial bid submittal. Acceptable proof of having been in
business would be: Copy of previous year’s Miami-Dade Local Business Tax Receipt (formerly
occupational licenses)/Business Tax Receipt from the City or County where business is located.
2.4 TERM
The List of Prequalified Vendors (List) shall be established on the first calendar day of the month succeeding approval
by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued
by the Internal Services Department, Procurement Management Services Division, and contingent upon the completion
and submittal of all required RTQ documents. The List shall expire on the last day of the last month of the sixty (60)
month term.
2.5 OPTION TO RENEW
Prior to, or upon completion, of the initial term, the County shall have the option to renew this List for an additional sixty (60) month period. Continuation of the List beyond the initial period, 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. Should the prequalified vendor decline the County's right to exercise the option period, the County will consider the vendor in default which decision shall affect that vendor’s eligibility for future contracts.
2.6 SPOT MARKET QUOTES
Vendors on the List will be invited to participate in spot market competitions, as needed. The spot market competitions
will be in the form of an ITQ that will include the specific goods and/or services required. The prices offered by the
vendor under spot market quotes shall be accepted in accordance with the provisions established in Section 3. The
Vendor’s quoted price shall be inclusive of all costs, charges, and fees involved in removal, hauling and disposal of
emergency debris. Additional charges of any kind added to the invoice submitted by the Vendor(s) will be disallowed.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 10
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
2.7 NUMBERED VOUCHERS/ELECTRONIC APPROVAL
The County will make payments for services rendered by Vendor(s) under Purchase Order(s) issued by the Department. Payment will be made based on numbered vouchers provided by the Project Manager or his/her designee to the awarded Vendor(s) for each load of debris removed. No debris will be moved from any point to any destination without a voucher, electronic barcode, or other approval method first being issued. In order to gain entry at staging areas/disposal sites, haulers must present the pre- numbered voucher, electronic barcode, or other approval issued for each load of debris removed from County-designated rights-of-way and/or staging areas in order to be permitted to dump. Payment for removal of debris will be based on an assessed value of cubic yards per load based upon a percentage of the certified capacity of the container as called from the tower monitor and recorded at the staging area/disposal site. The percentage of filled volume of each load will be rounded to the nearest 5%. It shall be the responsibility of the awarded Vendor to verify that the information contained on each voucher/ticket is accurate.
2.8 UNIT OF MEASUREMENT APPLICABLE TO SPOT MARKET QUOTES
The unit of purchase is Cubic Yard and payments shall be based on the actual cubic yardages per load. Cubic Yardage shall be documented and indicated on each pre-numbered voucher/hauling ticket. The County reserves the right to request prices on a per ton basis. Prior to commencing debris removal operations, the awarded Vendor shall present to the Project Manager all trucks or trailers that will be used for hauling debris for the purpose of determining hauling capacity. The cubic yard hauling capacity will be based on the interior dimensions of the truck or trailer’s metal dump bed. Hauling capacity, in cubic yards, will be recorded and marked on each truck or trailer with permanent markings. Trucks with less than full capacities will be assessed by visual inspection by the tower monitors. Hurricane Trash Conversion Factor will be determined by FEMA for the particular emergency. Load verification will be provided by a County representative who will verify all loads at point(s) where the debris is loaded, as well as at each of the designated staging areas/disposal sites. Acceptance of all documentation shall be subject to verification by the County. The following procedures are to be followed:
1. The County loading site inspector will examine all Vendor(s) trucks leaving a designated debris removal area and fill in the necessary information on the pre-numbered voucher, which includes but is not limited to the following:
Site location
Truck number
Purchase order number
Vendor name
Date
Time departed
Percent of capacity filled
Driver signature/name
Sort factor Note: After trucks have been certified, awarded vendor(s) shall be prohibited from making any modifications to the truck, unless the truck is re-certified. Failure to comply may result in contract termination.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 11
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
2. At the disposal site, the staging area inspector records the numbered voucher and a copy is given to the driver. The truck driver retains one copy of the voucher and the staging area inspector records the information electronically. The transaction ticket will be the basis for payment to the Vendor.
3. The awarded Vendor will be compensated based on the cubic yardages recorded at the disposal sites and staging areas as reflected by the pre-numbered vouchers/hauling tickets, and/or upon the cubic yard estimates made by the County at the staging areas as converted to cubic yards based upon the Hurricane Trash Conversion Factor table on file with the Clerk of the Board and recorded on the voucher. A copy of the numbered voucher will be furnished to the truck driver each time a load is dumped. The driver's copy of the numbered voucher will be the check and balance to assure accurate payment.
2.9 ADMINISTRATIVE FEES
The County will assign the Work on an “as-needed/where needed” basis through the use of Purchase Orders. Upon receipt of a Purchase Order, the Vendor(s) determined by the County to have submitted the lowest bid for a particular activated work area shall commence the work within the time frame specified in the ITQ and continue such work in an expeditious manner to a conclusion acceptable to the Project Manager. Should the awarded Vendor fail to commence the work within the timeframe specified in the ITQ, or should the Vendor fail to continue the work in an expeditious manner, or fail to remove the minimum of one thousand four hundred (1,400) cubic yards per day, in the sole discretion of the County, the Vendor shall be subjected to administrative charges in the sum of two thousand five hundred ($2,500.00) dollars per day. 2.10 INDEMNIFICATION AND INSURANCE
Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from
any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers,
employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the
Contractor or its employees, agents, servants, partners principals or subcontractors. Contractor shall pay all claims
and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in
the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and
attorney’s fees which may issue thereon. Contractor expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein
provided.
The Contractor shall furnish to the Vendor Services Section of PMS, 111 NW 1st Street, Suite 1300, Miami, Florida
33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the
requirements as outlined below:
A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440.
B. Commercial General Liability Insurance 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.
C. 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.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 12
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
*Under no circumstances are Contractors permitted on the Aviation Department, Aircraft Operating Airside
(A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles
owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. $1
million limit applies at all other airports.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the
State of Florida, with the following qualifications:
The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial
strength by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent,
subject to the approval of the County Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance
Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida, Department of
Financial Services.
NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY
111 NW 1ST STREET
SUITE 2340
MIAMI, FL 33128
2.11 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection of persons and property. All vendors performing services
under this contract shall conform to all relevant OSHA, State and County regulations during the course of such effort.
Any fines levied by the above mentioned authorities for failure to comply with these requirements shall be borne solely
by the responsible vendor. Barricades shall be provided by the vendor when work is performed in areas traversed by
persons, or when deemed necessary by the County Project Manager.
2.12 COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this solicitation shall be in accordance with all applicable governmental standards, to include, but not limited to those issued by the Occupation Safety and Health Administration (OSHA), ), the National Institute of Safety Hazards (NIOSH), the National Fire Protection Association (NFPA) and It shall be the responsibility of the awarded Vendors to be regularly informed to conform to any changes in standards issued by any regulatory agencies that govern the commodities or services applicable to this solicitation during the term of the contract.
When goods and/or services acquired under the RTQ 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. When goods and/or services acquired under the RTQ will be purchased, in part or in whole, with federal funding and/or to meet Federal Emergency Management Agency’s (FEMA) reimbursement
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 13
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
requirements, as set forth in the Code of Federal Regulations (CFR), §200.317, General Procurement Standards,
Vendor(s) shall agree to be bound by the terms and conditions detailed below that delete, modify, and add to Section1, General Terms and Conditions of the solicitation.
Deletions:
Prompt Payment Terms. Payment terms under Sections 2-8.1.1.1.1 or 2-8.1.1.1.2, respectively, that are a SBE contract set-aside, bid preference or contain a subcontractor goal, shall NOT apply.
Local Preference. Section 2-8.5 of the Miami-Dade County Code, which provides that preference shall be given to local businesses shall NOT apply.
County User Access Program (UAP). The UAP fee in the amount of two percent (2%) shall NOT apply.
Small Business Enterprises (SBE) Measures The above bid preferences or set-asides shall NOT apply.
Local Certified Veteran’s Business Enterprise Preference The above bid preference shall NOT apply.
First Source Hiring Referral Program (“FSHRP”) The above program shall NOT apply.
Modifications:
Inspector General The cost of random audits of one quarter (1/4) of one (1) percent will be NOT be incorporated into the contract price. All else remains the same.
Additional provisions:
Vendor hereby assures and certifies to the County that it will comply with:
(1) Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. 327, et seq., requiring that mechanics and
laborer so (including watchmen and guards) employed on federally assisted contracts be paid wages of not less
than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a work week;
and
(2) Federal Fair Labor Standards Act, 29 U.S.C. s. 201, et seq., requiring that covered employees be paid at least the
minimum prescribed wage, and also that they be paid one and one-half times their basic wage rates for all hours
worked in excess of the prescribed work-week; and
(3) The Clean Air Act of 1955, as amended, 42 U.S.C. 7401-7671q and the Federal Water Pollution Control Act, 33
U.S.C. 1251-1387; and
(4) The mandatory standards and policies relating to energy efficiency which are contained in the State energy
conservation plan issued in compliance with the Energy Policy and Conservation Act, P.L. 94-163; and
(5) Any requirements of 2 CFR pt. 200.318.
(6) Procurement of recovered materials See §200.322.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 14
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
The Vendor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery
Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part
247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR
Part 247.
(7) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)— In accordance with 31 U.S.C. 1352, the Vendor must provide
a certification to the Procuring Agency that the Vendor has not and will not use Federal appropriated funds to pay
any person or organization to influence or attempt to influence an officer or employee of any Federal department or
agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352.) (Exhibit FED-
LB1) A bid, which does not include this certificate, may be considered non-responsive.
(8) Vendors that apply or bid for an award exceeding $100,000 must file the required certification (see Attachment A).
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person
or organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying
with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are
forwarded from tier to tier up to the non-Federal award.
2.13 SUBCONTRACTORS
The Vendor is required to identify any and all known subcontractors that will be used in the performance of the proposed work, their capabilities and experience, and the portion of the work to be done by the subcontractor. In the event the vendor will sub-contract all or part of its work, the vendor is required to verify the capability, suitability, and adaptability relative to the expected performance requirements of its sub-contractor or supplier. Miami-Dade County reserves the right, before adding a Vendor to the List to require a Vendor to submit such evidence of its qualifications and the qualifications of its sub-contractor as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a Vendor, including past performance (experience) with the County, in making the award in the best interest of the County.
If the Vendor fails to identify any and all sub-contractors in the Submittal, the Vendor may be allowed to submit this documentation to the County during the RTQ evaluation period if such action is in the best interest of the County. At the time of ITQ, the Vendor(s) must notify the County of any change of subcontractors including the addition of subcontractor(s) that may be needed due to nature of the ITQ work scope.
Within seven (7) calendar days from receiving the Notice to Proceed and/or Purchase Order, whichever is first, the awarded vendor shall provide the County with a list of subcontractors and copies of all listed subcontractors’ written agreements to provide service. The list of subcontractors shall be kept current at all times.
Subcontractors shall be required to work for the same Vendor for a minimum of thirty (30) days. Subcontractors who do not comply with this 30-day rule will not be recertified by the County. Unless approved by the Project Manager, subcontractors shall not be allowed to further subcontract work under this prequalification List, ONLY 1-ST TIER SUBCONTRACTING IS ALLOWED. Any changes in subcontractor/supplier listing is subject to prior written approval by County’s Project Manager.
Subcontractors cannot recertify trucks with a different prime vendor more than three times within the duration of an event, unless otherwise is approved by County’s Project Manager. Any changes in subcontractors/supplier listing is subject to prior written approval by the Project Manager.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 15
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
All employees and subcontractors of Vendor(s) shall be considered to be, at all times, the sole employees of the Vendor(s), under the awarded Vendor(s) sole direction, and not an employee or agent of Miami Dade County. The awarded Vendor shall supply competent and physically capable employees. Each employee shall have and must wear proper identification. Miami Dade County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Miami Dade County property is not in the best interest of the County.
2.14 POLLUTION CONTROL
Miami-Dade County is committed to preventing illegal dumping as well as unauthorized filling of wetlands and other
impacts to natural resources in the wake of the hurricane. Disposal of hurricane-related/emergency debris in any
location other than the authorized locations stated in the ITQ may constitute a violation of the Code of Miami-Dade
County, and may subject the prequalified Vendor(s) to fines, penalties, and a requirement to correct the violation.
Vendor(s) shall comply with the Miami-Dade County Pollution Control Ordinance as stated in Chapter 24 of the Miami-
Dade Code. This Ordinance is made a part of this RTQ specifications by reference and may be obtained, if necessary,
by contacting the Miami-Dade County Department of Regulatory and Economic Resources Division of Environmental
Resources Management (DERM), 701 NW 1st Court, Miami, Florida 33136, telephone (305) 372-6789.
2.15 MIAMI-DADE COUNTY LIVING WAGES
Vendors providing service under the List of Prequalified Vendors (List) are advised that the provisions of Section 2-8.9
(Living Wages) of the Code of Miami-Dade County (Code) as amended by Ordinance [Governing Legislation], will apply
to any ITQ awarded under the List. By submitting a Submittal, a Vendor is hereby agrees to comply with the provisions
of Section 2-8.9, and to acknowledge awareness of the penalties for non-compliance. A copy of this Code Section may
be obtained online at www.miamidade.gov. A copy of the Administrative Order may be obtained online at
http://www.miamidade.gov/aopdfdoc/aopdf/pdffiles/AO3-30.pdf. Living Wage Rates, Notices, and Posters may be
obtained online at http://www.miamidade.gov/smallbusiness/living-wage-reports.asp.
2.16 WORK ACCEPTANCE
Sites where debris removal services were conducted will be inspected by an authorized representative of the County
at each location. This inspection shall be performed to determine acceptance of work.
2.17 NOTIFICATION AND COMPLETION OF WORK
The County expects each Vendor to haul a minimum of one thousand four hundred (1,400) cubic yards per day (per Section 3). The work will be assigned through the use of Purchase Orders. The County makes no representations regarding the turnaround time at the staging areas/disposal sites. The awarded Vendor shall neither commence any work nor enter an activated work area until a Purchase Order or Notice to Proceed is issued by a County representative directing the awarded Vendor to proceed with various items of work has been received from the Project Manager or designee. Awarded Vendor(s) must meet or exceed the performance requirements outlined in the applicable quotation. Failure to do so will result in administrative charges/fees being assessed against the Vendor.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 16
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
2.18 ACTIVATION
Immediately following a disaster, the County's user departments may contact all prequalified Vendor(s) through an ITQ for the removal of debris on an “as-needed/where-needed” basis, and identify the activated areas for which quotations must be submitted within the time frame specified in the ITQ. Vendor(s) will be invited to participate by offering a price for hauling from the activated area to any staging area/disposal facility designated by the County. The County shall retain the option to activate whatever areas it deems appropriate, consistent with the disaster, and to assign the work in accordance with the provisions of this solicitation. The Vendor(s) shall deliver the equipment necessary to successfully perform the work required in conjunction with this Contract within the time frame specified in the ITQ.
Trucks and/or equipment that are designated for use under this List shall not be used for any other work during the designated work hours of the ITQ. The awarded Vendor(s) shall not solicit work from private citizens or
others to be performed in the designated work area during the period of this List. Under no circumstances will the Vendor mix debris hauled for others with debris hauled under this prequalification List. 2.19 RELEASE OF CLAIM REQUIRED
With the exception of the first partial payment, the Vendor must pay all of its subcontractors and suppliers who have performed any work or supplied any materials for the project within ten (10) days after receipt of the partial payment by the Vendor for monies due such subcontractors and suppliers as a result of a percentage of work completed. The Vendor must provide the Project Manager with duly executed affidavits (subcontractor’s statement of satisfaction) or release of claim from all subcontractors and suppliers that have performed any work or supplied any materials for the project as of that date. The affidavit or release shall certify that said subcontractors and suppliers have been paid their proportionate share of all previous partial payments to the vendor. In the event that such affidavits cannot be furnished, the Vendor may submit an executed consent off surety to requisition payment – identifying the subcontractors and suppliers with the amounts for which the statement of satisfaction cannot be furnished. If the Vendor fails to provide consent of surety to requisition payment, the amount in dispute will be withheld until either the statement of satisfaction is furnished, or the consent of surety to requisition payment is furnished.
2.20 ADDITIONAL SERVICES/SITES MAY BE ADDED OR DELETED
Although this solicitation and resultant List of Prequalified Vendors identifies major services within the solicitation that will be utilized by County departments, it is hereby agreed and understood that the County will have the option of adding and removing services/sites from the scope or work, increase or decrease frequency of services as needed and when needed, should the County determine that continuing to provide this level of services is no longer in the County’s best interest.
2.21 DEBARMENT/SUSPENSION
By submitting a submittal in response to this solicitation, Vendor hereby certified, to the best of its knowledge and
belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by a federal department or agency. Complete certification form is
attached, see Attachment B.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 17
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
SECTION 3 – TECHNICAL SPECIFICATIONS 3.1 PURPOSE
It is the intent of this solicitation to pre-qualify potential vendors for the loading, hauling, and disposal of debris resulting from a Declared Emergency, generated as a result of damages suffered due to a disaster occurring in Miami-Dade County, natural or otherwise.
Objectives inherent within this Debris Removal List of Prequalified Vendors are:
1. Fast mobilization and high removal capacity. 2. Environmentally acceptable handling and removal of debris. 3. Minimization of overall impact to surrounding residential and business communities. 4. Efficient handling and removal by minimizing the number of times materials are handled.
The Vendors(s) shall furnish all labor, material, and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type for bulk hauling of debris, or fill, construction involving land clearing, demolition, trash and garbage hauling. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. Although this Solicitation does not identify the equipment needed to perform the work, it is hereby understood and agreed that if, in the County's sole discretion, it is determined that additional equipment is required after the Notice to Proceed or Purchase Order is issued, the awarded Vendor is obligated and must have the capability to secure whatever equipment is necessary to successfully perform the work within seven (7) calendar days or other timeframe agreed upon by the County Project Manager. Equipment used must be in compliance with all applicable Federal, State, and local regulations. Any truck/trailer used to haul debris must be capable of rapidly dumping its load without the assistance of other equipment. Trucks and/or trailers must be equipped with some type of net or other material to cover the load and a tailgate that will effectively contain the debris during transport to permit the truck to be filled to capacity. All trucks must be pre-measured and marked for their cubic yard load capacity, and their tare weight established. Equipment will be mobilized to activated work areas to remove debris. The County will allow access to each of the designated staging areas and/or disposal sites through the issuance of vouchers. Loading equipment will vary depending upon the material to be removed within each area, but will typically include high-capacity cranes or lightning loaders, to load trucks. The awarded Vendor(s) must make every effort at the loading sites, whether in the right-of-way or staging areas, to identify any hazardous waste so it is not loaded for transport to the designated disposal sites. If hazardous waste is found at any loading site, the material shall be placed aside by cranes or loaders, and the County’s Project Manager shall be notified immediately upon discovery of the hazardous waste. The County’s Project Manager shall be responsible for removal and disposal of any such hazardous waste. Only awarded Vendor(s) and identified subcontractors will be permitted to remove debris from the work area(s). To ensure load verification, the County will provide a County employee at each loading site and/or disposal site to supervise all loading and unloading. The awarded Vendor(s) should give first priority to utilization of resources within Miami-Dade County, including but not limited to procuring supplies, truckers, materials and equipment, and employing Work personnel.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 18
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
3.2 LOCATION OF WORK - STAGING AREAS, AND DISPOSAL SITES
3.2.1 Work Areas
The County will be divided into work areas. Each of Miami-Dade County's municipalities will constitute its own work area. The remaining work areas comprise the remainder of the Unincorporated Municipal Service Area (UMSA).
3.2.2 Staging Areas
Throughout the County, there are 17 designated staging areas where debris designated for removal may be stored. The awarded Vendor(s) will be required to remove debris from anywhere within an assigned work area(s), including but not limited to rights-of-way and staging areas. The Department of Solid Waste Management may add or delete staging areas at any time at its sole discretion. The staging areas are as follows:
NORTH:
1 Amelia Earhart Park 11900 NW 42 Avenue, Miami, FL
2 58 Street Landfill Northwest 58 Street and 92 Avenue, Miami, FL
3 Old Opa-Locka West Airport Okeechobee Road, Opa-Locka, FL
4 North Dade Landfill 21500 NW 47 Avenue, Miami, FL
CENTRAL:
5 Tamiami Trail Park (North) Southwest 8 Street and 127 Avenue, Miami, FL
SOUTH:
6 Fairwood Park Southwest 168 Street and 107 Avenue, Miami, FL (NE Corner)
7 West Kendall District Park 11255 SW 157 Avenue, Miami, FL
8 Homestead Air Reserve Park 27401 SW New York Avenue, Homestead, FL
9 Zoo Miami 12400 SW 152 Street, Miami, FL
10 Florida Power and Light Site 6525 SW 152 Street, Miami, FL
11 Chapman Field Park 13601 Deering Bay Drive, Coral Gables, FL
12
Southridge Park 19355 SW 114 Avenue, Miami, FL
13
Heft Park Southwest 304 Street and 148 Court, Miami, FL
14
Goulds Park 21805 SW 187 Avenue, Miami, FL
15
Benito Juarez Park 19400 SW 376 Street, Miami, FL
16 South Dade Landfill 24000 SW 97 Avenue, Miami, FL
17 Old South Dade Landfill 24000 SW 97 Avenue, Miami, FL
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 19
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
3.2.3 Disposal Sites
If needed, the awarded Vendor(s) shall haul all debris either directly or from the staging areas to the following disposal sites, as designated by the Project Manager:
Medley Sanitary Landfill and Recycling Center - 9350 NW 89 Avenue, Miami, Florida
North Dade Landfill - 21500 NW 47 Avenue, Miami, Florida
South Dade Landfill - 24000 SW 97 Avenue, Miami, Florida
Resources Recovery - 6990 NW 97 Avenue, Miami, Florida
Other locations as may be determined by the County. The awarded Vendor(s) shall be responsible for identifying all of their hauling equipment and shall display their company name, telephone number, the truck number, and the truck’s cubic yard capacity clearly visible on the doors of each vehicle. Vendor(s) shall not be required to pay tipping fee charges. The County shall be responsible for all tipping fee charges during the entire Contract period. 3.3 SCOPE OF WORK
The work to be performed consists of removing debris caused by a disaster occurring in Miami-Dade County, natural or otherwise, and transporting and depositing said debris at staging areas and/or disposal sites as designated by the County. The County shall retain the option to activate whatever area(s) it deems appropriate, whenever it is deemed appropriate, consistent with the disaster. The debris that is the subject of this Contract may be required to be sorted, at the sole discretion of the County. Sorted Emergency Debris shall include but not be limited to the following categories:
1. Trees and vegetation 2. Burnables - miscellaneous lumber, paper, furniture, etc. 3. Construction debris - miscellaneous concrete items, metal, plaster, glass etc. 4. White Goods - stoves, refrigerators, washers, dryers, water heaters, etc. 5. Tires
All debris that fall under the scope of this solicitation is to be removed and either directly disposed of by the awarded Vendor at approved sites as specified in these Technical Specifications and as directed by the Project Manager, or removed and stockpiled at one of the staging areas for volume reduction and disposed by others. Household garbage is excluded unless it is garbage that has become co-mingled with Emergency Debris as a result of the disaster. Awarded Vendor(s) will NOT be permitted to commingle debris from any other than those locations identified in the County’s purchase order. 3.4 LIMITATION OF OPERATIONS
No Work shall be performed on any day between the hours of 10:00 P.M. and 7:00 A.M. without prior written approval/permission by the Project Manager.
3.5 PERFORMANCE REQUIREMENTS
Vendor(s) have the sole responsibility for hauling of debris in accordance with the terms and conditions specified in the solicitation, and must possesses the ability and capability to remove the debris in their assigned work area. Upon receipt of a Purchase Order, awarded Vendor(s) shall commence the work within the time specified in the ITQ, and continue such work in an expeditious manner to a conclusion acceptable to the Project Manager, provided however, that a minimum of one thousand four hundred (1,400) cubic yards of debris is removed per day.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 20
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
The County reserves the right for around-the-clock service, if deemed necessary, at the sole discretion of the County. Vendor(s) must be available for emergency calls or service at any time. 3.6 SAFETY FACTORS IN WORK AREAS
Vendors recognize that they will be working along public roadways and shall exercise extreme safety measures by employing, if necessary, flagmen, barricades, cones or any other means necessary to protect the public during all operations. Vendor(s) shall protect from damage all existing improvements in areas of the work and in areas contiguous to the work, including but not limited to fire hydrants, fences, mail boxes, sidewalks or walkways (asphalt or concrete ) etc., and will restore any damage caused by the Vendor in a prompt and acceptable manner. If the Vendor fails or refuses to repair such damage, the County reserves the right to re-procure goods and/or services necessary. Any and all re-procurement cost(s) shall be borne by the awarded Vendor. The Vendor's personnel shall be properly equipped with the required safety equipment, hard hats, clothing or any other safety materials that are necessary to perform the required work.
3.7 ORDER OF WORK AND METHOD OF REMOVAL
Vendors are cautioned that debris can only be removed from public property, e.g. the right-of-way and staging areas. Should it become necessary, in the Vendor's best judgment, to remove, for whatever reason, debris from private property, permission must first be sought and granted by the Project Manager. The Vendor is to have no direct or indirect negotiations with the property owner/custodian of the private property. All debris specified in the Purchase Order must be removed. At the completion of the debris removal any cavity or hole shall be rough graded to remove any hazardous conditions. It is required that all holes created by the removal of debris be backfilled and re-sod with materials acceptable to the Project Manager and left in a safe condition. Should the awarded vendor fail to complete all work identified in the Purchase Order within the timeframe specified, the County may procure the required goods and/or services from other source. Any and all re-procurement cost shall be borne by the successful vendor. The Vendor will be required to locate and acquire fill materials to rough grade and re-sod the site. Backfill material and all work necessary to backfill, grade, and re-sod shall be included in the price quoted. The Vendor shall have sufficient crews and equipment to completely remove all Emergency Debris within the activated area or as directed by the Project Manager. The Project Manager reserves the right to prioritize work areas within the activated area and Vendor(s) shall be expected to fully cooperate and respond according to any priority list of locations provided by the County in the form of a Purchase order or an amendment thereto. Vendor(s) shall exercise care to leave all standing trees and vegetation intact. All loose debris, such as tree limbs, shall be reasonably compacted on the hauling vehicle by use of loading equipment. Trees with limbs remaining attached that are four (4) inches in diameter or greater shall be removed at the tree trunk by the Vendor, using a chain saw or other appropriate means. All vehicles utilized in hauling debris will be equipped with adequate means of containing the load while transporting the debris to the staging area/disposal site and must effectively be retained within the hauling vehicle. Side boards or other extensions to the bed will not be permitted. Except as permitted hereinafter, all trucks utilized in hauling debris must be equipped with a tailgate that will effectively contain the debris on the vehicle while hauling and also permit the vehicle to be loaded to capacity. The Vendor shall leave paved areas in a relatively clean condition to the satisfaction of the Project Manager.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 21
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
3.8 SORTING OF DEBRIS
The Vendor's personnel may, in the sole discretion of the County, be required to sort and segregate the debris into the categories designated in Section 3.3 before removing the debris from the right-of-way. If required by the County to sort and segregate debris, for whatever reason, Vendor(s) must include a separate, additional “per cubic yard” price in the ITQ. If the County determines that it becomes necessary to sort and segregate debris, the County will instruct Vendor(s) on the method to be utilized and this information will be included in the ITQ. Any and all Hazardous Waste discovered or uncovered by the Vendor through sorting and/or removal efforts are to be immediately placed aside for pick-up by County personnel, and the County’s Project Manager shall be notified at once. The area in which the Hazardous Waste is discovered must remain untouched until County’s Project Manager can make the determination of the proper procedure to remove such Hazardous Waste. 3.9 STORAGE OF EQUIPMENT
The Vendor shall be responsible to locate areas where the Vendor's equipment may be stored, serviced, or repaired. Such areas shall not be located within road rights-of-way or in any areas which would impact traffic flow or produce a safety hazard. No vehicle or equipment may be stored at the staging areas or at the disposal sites. Any vehicle or equipment stored at the staging area or disposal site will be towed away at the Vendor’s expense. No camping or overnight stay will be allowed. 3.10 CAUTIONARY SECTION
The County shall expect the Vendor on each site to use every method at his disposal to protect the properties on which Vendor will be working. If, in the opinion of the County, the awarded Vendor is acting in such a manner as to cause unnecessary damage to properties, whether they are public or private, the County shall invoke its authority to immediately terminate the work and pay the Vendor for the portion of work completed to date. The termination of shall be effective immediately upon written notice by the County to the Vendor. 3.11 PRE-WORK CONFERENCE
After the submission of the ITQ but prior to the issuance of a Purchase order(s), a Pre-Work Conference will be held with Vendor(s), members of the Department of Solid Waste Management and other Miami-Dade County agencies, representatives of utility companies, or any other parties affected by the work. The time and place of this conference may be set by the Department of Solid Waste Management.
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 22
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
SECTION 4 – BID SUBMITTAL
TO BE COMPLETED BY ALL VENDORS(S)
Refer to Paragraph 2.3, Qualification Criteria to ensure that your firm’s responses and attachments comply with the
Solicitation requirements.
Reference MINIMUM QUALIFICATION REQUIREMENT
Sec. 2.3.1 Vendor(s) shall hold valid General Hauler Permit and will be required to provide a copy with the bid submittal
Permit #_________________________________ Expiration Date:_____________________
GENERAL QUALIFICATIONS REQUIREMENTS
Sec 2.3.2.a)
List of Equipment( Owned/ Leased) and attach copy of Equipment Lease or Title as a proof of ownership or long-term lease( 12month or more)
Description Check to affirm copy of Lease/Title is attached
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
( )
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 23
SOLICITATION TITLE: EMERGENCY DEBRIS REMOVAL - PREQUALIFICATION SOLICITATION NO. RTQ-00618
Rev. 1/14
Sec. 2.3.2.b)
Check applicable categories below to indicate the related activity(ies) of having been engaged in business within any of the following activities for a minimum period of one(1) year as of the date of the initial submittal
Description Check applicable categories
Bulk Hauling of Debris or Fill ( )
Construction Involving Land Clearing ( )
Demolition ( )
Trash and Garbage Hauling ( )
Vendor shall list 2 references as a proof of satisfactory record of performance Reference #1
Company Name
Company Address
Contact Person (name & title)
Phone Number
Project Start Date/End Date
Work Description
Reference #2
Company Name
Company Address
Contact Person (name & title)
Phone Number
Project Start Date/End Date
Work Description
2.3.2. c) Vendor(s) shall provide a copy of previous year’s Miami-Dade Local Business Tax Receipt/ Business Tax Receipt
from where business is located Business Tax Receipt #_________________________________ (Initial to affirm copy is submitted)___________________
AFFIDAVITS AND CERTIFICATION FORMS
Byrd Anti-Lobbying Amendment Certification Form (Attachment A)
( Initial to affirm form is executed and submitted)_________________
Suspension and Debarment Certification Form (Attachment B)
( Initial to affirm form is executed and submitted)_________________
Collusion Affidavit ( Initial to affirm form is executed and submitted)_________________
Contractor Due Diligence Affidavit ( Initial to affirm form is executed and submitted)_________________
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 24
ATTACHMENT A
Byrd Anti-Lobbying Amendment Certification Form
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier
above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting
to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352.
Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.
Such disclosures are forwarded from tier to tier up to the recipient.”
APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing
or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the
making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all
tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered
into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as
amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
The pre-qualified Bidder certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if
any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification
and disclosure, if any.
Signature of Contractor’s Authorized Official __________________________
Name and Title of Contractor’s Authorized Official _________________________________________
Date__________________________
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 25
ATTACHMENT B
Suspension and Debarment Certification Form
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the
vendor is required to verify that none of the vendor, its principals (defined at 2 C.F.R. § 180.995), or its
affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined
at 2 C.F.R. § 180.935).
(2) The vendor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must
include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
(3) This certification is a material representation of fact relied upon by the County. If it is later determined that
the vendor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to
remedies available to the County, the Federal Government may pursue available remedies, including but not
limited to suspension and/or debarment.
(4) The vendor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The
vendor further agrees to include a provision requiring such compliance in its lower tier covered transactions.”
Signature of Vendor’s Authorized Official
__________________________
Name and Title of Vendor’s Authorized Official
_________________________________________
Date
__________________________
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 26
BID: RTQ-00618 Emergency Debris Removal
COLLUSION AFFIDAVIT
(Code of Miami-Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113)
BEFORE ME, A NOTARY PUBLIC, personally appeared _______________________ who being duly sworn states: (insert name of affiant)
I am over 18 years of age, have personal knowledge of the facts stated in this affidavit and I am an owner, officer, director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract.
I state that the bidder of this contract:
is not related to any of the other parties bidding in the competitive solicitation, and that the contractor’s proposal is 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, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer.
OR is related to the following parties who bid in the solicitation which are identified and listed below:
_________________________ _______________________ _________________________ _______________________
Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same agreement. Bids or proposals found to be collusive shall be rejected.
By: 20
Signature of Affiant Date
___/___-___/___/___/___/___/___/___/ Printed Name of Affiant and Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before me this ______ day of ________, 20___
He/She is personally known to me or has presented as identification. Type of identification Signature of Notary Serial Number
Print or Stamp Name of Notary Expiration Date
Notary Public – State of Notary Seal
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 27
5
6
3 4
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 Employer
Identification 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
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 28
55
66
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.
55
66
NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 29
55
66
3 4
Name of Bidder/Proposer: FEIN No.
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.
SUBCONTRACTOR/SUPPLIER LISTING
(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)
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 HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
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 HispanicAsian/Pacific
Islander
Native
American/
Native
Alaskan
Other
I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.
SUB 100 Rev. 1/14
Signature of Bidder/Proposer Print Name Print Title Date
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 30
5
6
3 4
Solicitation No. RTQ-00618 Solicitation Title: EMERGENCY DEBRIS REMOVAL
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.
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.
WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID
The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida ’s Government in the Sunshine Laws and Public Records
Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. By submitting a bid pursuant to this solicitation, you agree that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or
confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary
or a trade secret and authorizes the County to release such information to the public for any reason.
Acknowledgment of Waiver:
Bidder’s Authorized Representative’s Signature: Date
Type or Print Name
Type or Print Title
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 BELOW 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.
Bidder’s Authorized Representative’s Signature:Date
Type or Print Name
Type or Print Title
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 31
5
6
3 4
Solicitation No. RTQ-00618 Solicitation Title: EMERGENCY DEBRIS REMOVAL
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.
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.
WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID
The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida ’s Government in the Sunshine Laws and Public Records
Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County or a selection committee in public. By submitting a bid pursuant to this solicitation, you agree that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or
confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary
or a trade secret and authorizes the County to release such information to the public for any reason.
Acknowledgment of Waiver:
Bidder’s Authorized Representative’s Signature: Date
Type or Print Name
Type or Print Title
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 BELOW 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.
Bidder’s Authorized Representative’s Signature:Date
Type or Print Name
Type or Print Title
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 32
55
66
Question and Answers for Solicitation #RTQ-00618 - EMERGENCY DEBRIS REMOVAL
Overall Solicitation Questions
Question 1
Good afternoon, Our hauler's permit is in the process of renewal. If our permit is not renewed by the time this
RTQ is due, may we submit once renewed? (Submitted: Mar 19, 2018 2:30:46 PM EDT)
Question 2
Please clarify if proposing firms should submit a qualifications package that describes past experience, key
personnel, financial strength, etc? If so, will the County be providing further detail on what information should be
submitted? Or is it acceptable to provide a standard statement of qualifications as it relates to the required
services? Or, should firms only submit the forms and pricing requested in the document titled
"Packet_for_Solicitation_RTQ-00618"? (Submitted: Mar 20, 2018 1:56:02 PM EDT)
Question 3
Modification to previous question: Omit "and pricing" in second to last line. (Submitted: Mar 20, 2018
2:05:45 PM EDT)
Question 4
p. 18, section 3.3 Scope of work. Item 2 Burnables
This lists miscellaneous lumber and furniture as burnable items. Most state and environmental agencies do not
allow burning of lumber and furniture due to being painted or treated.
Will these be re-designated as C&D?
Also, paper will normally fall into the category HHW and would most likely be picked up at the curbside in boxed
or trash bags.
Will trees and vegetation be classified as the only burnable items? (Submitted: Mar 23, 2018 10:47:27 AM EDT)
Solicitation RTQ-00618Miami-Dade County
3/27/2018 12:33 PM p. 33