CONTRACT No. 6277-0/12

TITLE: Marine Services and Marine Equipment Rental

CONTRACT NO. 6277-0/12

Marine Services and Equipment Rental

ROADMAP

Contract Initial Term: 12/01/2007 – 05/31/2018

Commodity Code: 962-54 / 975-21 / 975-22

Contracting Agent: Lindsay Collazo

Phone: (305) 375-3905

Fax: (305-375-4407

Email:

Purpose:

The purpose of this solicitation is to pre-qualify vendors to provide marine services and marine equipment rental. This initial solicitation provides for the submission of documents and forms intended to verify that the vendor meets or exceeds the minimum criteria set forth elsewhere in this solicitation. All vendors which meet or exceed the criteria established in this solicitation shall be placed on a Pre-Qualification List that may be accessed by the County in order to obtain price quotations for the provision of marine construction and repairs services and the rental of marine equipment for several County departments

EVENT LOG:

NO.
↓ / Date issued
↓ / Event
↓ / AGENT
↓ /
6 / 11/08/2017 / Increase in BPO ABCW1500090 in the amount of $371,936.00 from BPO ABCW0800163 / Mylena Gonzalez
5 / 09/21/2017 / Vendor URETEK HOLDINGS, INC. name change as per name change amendment to Ground Works Solutions. Pending updated vendor information. Vendor marked inactive on BPO ABCW1500090, ABCW0800163 and ABCW0900588. / Lindsay Collazo
4 / 09/20/2017 / Increase SP allocation by $250,000 as per approved Modification. / Lindsay Collazo
3 / 09/1/2017 / Transfer of unallocated funds in the amount of $73,470.00 to SP. / Lindsay Collazo
2 / 05/15/2017 / Transfer of unallocated funds in the amount of $251,550.00 to SP. / Lindsay Collazo
1 / 05/08/2017 / Callaway Marine Technologies, Inc. FEIN 651007008-01 has been added / Adriana Antolinez

PRE-QUALIFIED VENDORS:

The prequalification was made to all responsive, responsible vendors who met the minimum qualifications set forth in the solicitation. The County may elect, at any time, to add or delete vendors as it deems necessary and in its best interest.

VENDOR / FEIN/SFX / CONTACT/PH/FAX / LICENSES & CERTIFICATIONS /
ADVENTURE ENVIRONMENTAL, INC. / 650768539-01 / State of FL, Certified General Contractor
BLUE WATER MARINE SERVICES, INC. / 650535505-01 / Federal Wrecking and Salvage License
CALLAWAY MARINE TECHNOLOGIES / 651007008-01 / Charles Callaway
561-471-1771
561-471-1793 / State of Fl, Certified General Contractor
Florida Board of Professional Engineers - FBPE
DOCK AND MARINE CONSTRUCTION, INC. / 611704697-01 / MDC Business Certificate of Competency- Engineering
EBSARY FOUNDATION COMPANY / 590229150-02 / Engineering License AND Certificate of Competency (CTQB)
INDUSTRIAL DIVERS CORPORATION / 592477510-01 / None
KEARNS CONSTRUCTION COMPANY / 770615005-01 / State of Fl, Certified General Contractor
MANSON CONSTRUCTION COMPANY / 910306160-01 / (Engineering Lic), in addition to General Contractor License
ORION MARINE CONSTRUCTION, INC. / 591158596-02 / Engineering License AND Certificate of Competency (CTQB)
PAC COMM, INC. / 562548965-01 / State of Fl, Certified General Contractor
SHORELINE FOUNDATION, INC. / 592695595-01 / State of Fl, Certified General Contractor AND Certificate of Competency (CTQB)
URETEK HOLDINGS, INC. / 274875234-01 / Professional Engineer License, State of Florida Certified Marine Specialty Contractor

SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid Preference)

Small Business Enterprise (SBE) bid preference applies to this solicitation.

A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/dbd.

The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference.

PRICES

Price quotes by pre-qualified bidders shall be in the form of a firm fixed price (unless otherwise stated by the using department or agency) and shall include all labor, supervision, materials and equipment, and any other items and/or incidentals necessary to perform the work requested. The County shall notify the pre-qualified bidders at the time of requesting quotations as to the requirements for the work, including but not limited to, time for completing the work, pre-quote meeting and/or site visit, performance/payment bond (if applicable), liquidated damages (if applicable), if the work is to be performed at night, on weekends, etc.

The County, at its sole discretion, may reject quotations where the County determines that the vendor(s) has submitted a price that is insufficient to perform the work or is in excess of the County’s estimate to perform the work. Where such circumstances exist, the County may elect to obtain additional quotations, issue a separate bid, or utilize in-house resources to complete the work.

LIQUIDATED DAMAGES FOR INCOMPLETE PROJECTS

Failure to complete the project in accordance with the specifications and to the satisfaction of the County within the time stated shall cause the vendor to be subject to charges for liquidated damages for each and every calendar day the work remains incomplete. The charges for liquidated damages shall be included on the Request for Price Quote for each specific work required, as applicable. As compensation due the County for loss of use and for additional costs incurred by the County due to such non-completion of the work, the County shall have the right to deduct the said liquidated damages from any amount due, or that may become due to the vendor under this agreement, or to invoice the vendor for such damages if the costs incurred exceed the amount due to the vendor.

INDEMNIFICATION AND INSURANCE - (TYPE 11)

Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided.

PERFORMANCE BOND BASED ON PERCENTAGE OF OFFER PRICE:

The vendor to whom a contingent award is made shall duly execute and deliver to the County a Performance and Payment Bond in an amount that represents one hundred percent (100%) of the vendor’s offer price. The Performance and Payment Bond Form supplied by the County shall be the only acceptable form for these bonds. No other form will be accepted. The completed form shall be delivered to the County within fifteen (15) calendar days after formal notice of award is provided for the specific project. If the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the County shall declare the vendor in default of the contractual terms and conditions, and the County shall not accept any offer from that vendor for a twelve (12) month period following such default.

The following specifications shall apply to any bond provided:

-  All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey:

Bond Amount Best Rating

500,001 to 1,500,000 B V

1,500,001 to 2,500,000 A VI

2,500,001 to 5,000,000 A VII

5,000,001 to 10,000,000 A VIII

Over 10,000,000 A IX

-  On contract amounts of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (1985) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by:

Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued;

Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and

Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308.

NOTE: Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular.

- For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List.

- Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable.

-  In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the Board of County Commissioners will be acceptable. All interest will accrue to Miami-Dade County during the life of this contract and/or as long as the funds are being held by Miami-Dade County.

-  The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent.

COUNTY USER ACCESS PROGRAM (UAP) FEE

Pursuant to Miami-Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity.

The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory.

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.

ACCIDENT PREVENTION AND REGULATIONS AT THE SEAPORT DEPARTMENT

All operations at the County's Seaport Department are under the direct control of Seaport Department personnel. Interference with vessels and vehicular traffic must be kept to a minimum. Ship berthing areas and roadways shall not be closed or opened by or for the vendor unless express permission is given to the vendor by the Seaport Engineer. The vendor shall plan the scheduling of its work in collaboration with the Engineer in order to insure safety for, and minimum hindrance to, port operations. All equipment shall be withdrawn from work areas at the end of the workday in order to eliminate immediate or potential hazard to traffic and facilities. Materials stored at the Seaport by the vendor shall be stored in a manner that minimizes any obstruction to water and ground traffic. All equipment and stored materials shall be marked by barriers with flashing lights at no additional cost to the County. The County accepts no responsibility for any damage or loss to materials stored by the vendor. The vendor shall exercise careful control during all phases of the work to prevent damage to Seaport utilities; including, but not limited to, overhead lights and buried cables. Before commencing work in any given area, the vendor, working in conjunction with the Engineer and the Miami-Dade County Seaport Department maintenance staff, shall endeavor to locate any possible utility conflicts. Should the vendor damage any Seaport utility through negligence, it shall promptly repair the damage at its own expense.

The successful bidder(s) shall comply with the Seaport Department’s security requirements pertaining to the inspection of vehicles entering and leaving the security area, and identification badges for all the bidder(s) personnel.

CLEAN-UP

All unusable materials and debris shall be removed from the premises at the end of each workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s project manager.

COMPLIANCE WITH FEDERAL STANDARDS

All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA).

DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR

The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within ten (10) calendar days after such rejected defects, deficiencies, and/or non-conformances are verbally reported to the vendor by the County's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work.