4r1l South~iami CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
THE CITY OF PLEASANT liVING
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
AMOUNT:
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
February 20, 2018 Agenda Item No.: ,~
A Resolution authorizing the City Manager to enter into multi-year agreement
with Metro Express, Inc., by piggybacking onto its agreement with the City of
Miami Gardens.
To address public safety concerns, it is the City's intent to perform sidewalk
replacement in various locations to eliminate tripping hazards City wide. An
extensive inspection of sidewalks was conducted to identify cracks or broken
sidewalks as well as uplifted due to the root growth of a tree.
The City desires to piggyback onto its agreement with the City of Miami Gardens
agreement with Metro Express, Inc., to perform the sidewalk replacement.
Metro Express, Inc., was awarded the contract as a result of a competitive
solicitation. The contract with Metro Express, Inc., including all extensions, shall
not exceed three (3) consecutive years.
The commencement of sidewalk replacement needs to be implemented
immediately. CIP has allocated $20,000 in the budget for Fiscal Year 2018 and
will continue to allocate funds in future years until all the sidewalk replacement
are completed subject to the appropriation of funds.
It is the intent of this contract to perform as much replacement as needed
without exceeding the fund appropriation for the current Fiscal Year. It is
anticipated that the full allocated budget will be utilize during each fiscal year.
Amount not to exceed $20,000 per Fiscal Year.
FUND & ACCOUNT: The expenditure shall be charged $20,000 to the Peoples Transportation Fund
account number 124-1730-541-6490 which has a balance of $ 645,045 before
this request was made.
AnACHMENTS: Resolution
Metro Express Inc., Piggyback Agreement
Resolution No. 2017-28-3133 of the City Council of the City of Miami Gardens
1 RESOLUTION NO: -,-____ _
2 A Resolution authorizing the City Manager to enter into multi-year
3 agreement with Metro Express, Inc., by piggybacking onto its agreement
4 with the City of Miami Gardens.
5 WHEREAS, the City wishes to replace sidewalks that are cracked, broken or uplift
6 to eliminate tripping hazards within the City; and
7 WHEREAS, the City desires to piggyback onto the City Miami Gardens agreement
8 with Metro Express, Inc. for sidewalk replacement and installation; and
9 WHEREAS, in accordance with City Charter, the agreement with Metro Express,
10 Inc., was competitively solicited by the City of Miami Gardens; and
11 WHEREAS, it is the opinion of City staff that the pricing contained in the Metro
12 Express, Inc. agreement is fair and reasonableness; and
13 WHEREAS, the contract with Metro Express, Inc., including all extensions will be
14 effective up to the next three (3) years; and
15 WHEREAS, the expense for this project shall be charged to the Peoples
16 Transportation Tax Account 124-1730-541-6490 with a balance of $645,045 prior to this
17 request.
18 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
19 THE CITY OF SOUTH MIAMI, FLORIDA;
20 Section 1. The City Manager is hereby given authority to enter into multi-year
21 agreement up to three (3) years with Metro Express, Inc., piggybacking onto its
22 agreement with the City of Miami Gardens. A copy of the agreement is attached.
23 Section 2. Severability. If any section, clause, sentence, or phrase of this
24 resolution is for' any reason held invalid or unconstitutional by a court of competent
25 jurisdiction, this holding shall not affect the validity of the remaining portions of this
26 resolution.
27 Section 3. Effective Date: This resolution shall take effect immediately upon
28 enactment.
29
30
31
32
33
34
PASSED AND ADOPTED this _ day of ____ " 2018.
ATIEST: APPROVED:
CITY CLERK MAYOR
Page 1 of2
35
36
37
38
39
40
41
42
43
READ AND APPROVED AS TO FORM,
lANGUAGE, lEGALITY AND EXECUTION
EXECUTION THEREOF
CITY ATTORNEY
Page 2 of2
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Welsh:
Commissioner: Liebman:
Commissioner Gil:
CONTRACT FOR SIDEWALK REPLACEMENT & INSTALLATION A J
·olg~·
TIDS AGREEMENT made and entered into this __ day of ,~~ and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Metro Express. Inc., (hereinafter referred to as
"Contractor").
WITNESSETH:
WHEREAS, the City of Miami Gardens solicited bids pursuant to ITB No. 15-16-
039(A), for SIDEWALK REPLACEMENT & INSTALLATION; and
WHEREAS, the City of Miami Gardens, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the City of Miami
Gardens Contract with Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter,
to piggyback off of contracts, such as the contract in question between City of Miami
Gardens and Contractor, that were entered into in accordance with a solicitation process
that is at least as vigorous as that of the City of South Miami; and
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same provisions as set
forth in the contract between City of Miami Gardens . and Contractor pursuant
to ITB No. 15-16-039(A), as modified by this Agreement.
2. The City has reviewed the contract between City of Miami Gardens and
Contractor and agrees to the provisions of that contract which shall be applicable to a
purchase order to be issued by the City and further agrees to the fair and reasonableness of
the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the
City's purchase order made during the term of this Agreement, under the same price( s), terms
and conditions as found in the solicitation documents, the response to the solicitation, and the
Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as
Attachment A and made a part hereof by reference.
3. All references in the contract between City of Miami Gardens and
Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of
South Miami. All decisions that are to be made on behalf of City of Miami Gardens, as set
forth in the contract between City of Miami Gardens and the Contractor, shall all be made
by the City Manager for the City of South Miami. Notwithstanding anything contained in
the City of Miami Gardens ITB No. 15-16-039(Al, and Contract and/or the contract
between City of Miami Gardens and the Contractor to the contrary, this Agreement shall be
governed by the laws of the State of Florida and venue for all dispute resolutions or litigation
shall be in Miami-Dade County, Florida.
Thomas F. Pepe -01-11-16
Page 1 of7
4. Term. The term ofthe contract, including all extensions authorized by the
contract shall not exceed five years.
5. Scope of Goods and Services. The scope of goods and/or services (which
may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and
any attachments thereto and the City's purchase order, the latter of which shall take
precedence. The Contractor has agreed to deliver the goods, if any, and perform the
services, if any, in a workman like manner and in accordance with all state, county and City
laws, at the locations, if any, designated by the City. All of the goods and/or services
reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be
delivered and/or commenced within N/A days from the date of the execution of this
Agreement. The Contractor shall obtain and pay for all permits required for the services
rendered, if any, with the exception of permits fees charged by the City, said fees shall be
waived.
6. Contract Price. The unit price for the good and/or services is set forth in
the attached Attachment B. If not otherwise set forth in the contract between the City of
Miami Gardens and the Contractor, the Contractor shall be paid upon delivery of all the
goods, if any, the completion of all the services, if any, and after final inspection and
approval, by the City, that approves of the goods delivered, if any, and the services
performed, if any.
7. Precedence. The term, provisions and conditions ofthis Agreement shall
take precedence over the terms of the contract between Contractor and City of Miami
Gardens.
8. Grant Funding: This project is being funded by "N/A" and Contractor
agrees to comply with all the requirements of that Grant, applicable to the delivery of the
goods and/or services that are the subject of this Agreement, and that are within its power to
provide and to provide all the documentation within its control that is required for the City to
be able to recover as much of the contract price that is available pursuant to the terms of the
grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference.
9. Public Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.119.070 1) while providing goods and/or services on behalf
of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in
all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by
the public agency to perform the service; (b) Upon request from the public agency's custodian of
public records, provide the public agency with a copy of the requested records or allow the records
to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided
in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or
confidential and exempt from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following completion ofthe contract if
the contractor does not transfer the records to the public agency; and (d) Upon completion of the
contract, transfer, at no cost, to the public agency all public records in possession ofthe contractor
or keep and maintain public records required by the public agency to perform the service. If the
contractor transfers all public records to the public agency upon completion of the contract, the
Thomas F. Pepe -01-11-16
Page 2 of7
contractor shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains public records
upon completion of the contract, the contractor shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the public agency, upon
request from the public agency's custodian of public records, in a format that is compatible with
the information technology systems of the public agency. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail:
mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143.
10. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
11. Validity of Executed Copies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
12. Notice: All notices to the City shall be sent to: City Manager, 6130 Sunset
Drive, South Miami, Florida 33143.
13. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
14. Indemnification: Notwithstanding anything contained in the contract
between Contractor and City of Miami Gardens to the contrary, the City does not waive its
sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability
shall be limited to the waiver of sovereign immunity provided for in Section 768.28.
15. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives ofthe parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Thomas F. Pepe -01-11-16
Page 3 of7
METRO EXPRESS, INC.:
By:
(type name and title of signatory above)
ATTEST: CITY OF SOUTH MIAMI
By: __ --::--::--:::-:-_-=-----=--=:: ___ By: ---::-_-----:-:-------,;--__ _
Maria M. Menendez, CMC Steven Alexander
City Clerk City Manager
Read and Approved as to Form,
Language, Legality and Execution
Thereof.
By:_-,-----__ -,-___ _
Thomas F. Pepe
City Attorney
Thomas F. Pepe -01-11-16
Page 4 of7
CONTRACT FOR SIDEWALK REPLACEMENT & INSTALLATION
ATTACHMENT A
SPECIFICATIONS AND
PARTIAL SCOPE OF SERVICES
1. CITY OF MIAMI GARDENS ITB #15-16-039(A)
2. RECOMMENDATION FOR AWARD
3. CONTRACT AWARD
Thomas F. Pepe -01-11-16
Page 5 of7
Oliver Gilbert
Mayor
Felicia Robinyon
Vice Mayor
Lisa C. Davis
Council.Member
Rodncy Harris
Council Member
Erhaborlghodaro, Ph.D.
Council Member
Lillie Q. adorn
Council Member
David Williams Jr.
Council Member
Cameron D. Benson
City Manager
Ronetta Taylor, MMC
City Clerk
Sonja K Dickens
City Attorney
City of 9rtiami gardens
bear Vendor:
I thank you.fot' your intere~t in doing bu~iile~s.with. the City of Miami Gardens. We
look forward toa very successful procuremenlprocess.
Please take notice of the re~ponse subnlitt.al requirements outlined in this
solicitation. Read and follow the ms!r].Jctions very carefully, as any
misinterpretation of failure tocamply with instructions mayresuIt in rejection of
yoursupmittal. Any change(S) to .this soli¢itiltion will be conv!lyed throllgh the
written addenda process. Notificatioils of addenda are sentelectrol1.icallyto vendors
registered at. the time the original solicitation was created. In addition, all add",nda
are· posted Oil https://www;bidsync.coln/.
Please read carefuUy and follow an instructions provided Oil the adliendUin, as well
as the instl'uctions provided in the original SOlicitation. It is solely the vendor's
responsibility to routinely check the City's w!lbsite at http://miamigardens,
fl.gov!procurementlsoliCitations.htmi or BidSync at .https:llwww.bidsync.conll for
any changing information prior to their reply. .
It is the.mtent ofthe Office of Procurement Management to provide quality services.
If you have any qllestions, please visit our website or contact the agent of concern.
The staff of the City of Miami Gardens' Office of Procurement Management strives
to proviile service "while Pl!rchasmg the best . for less with the highest level of
integrity. "
in advance for your interest in the City of Miami Gardens.
18605 NW 27th Avenue. Miami Gardens, Florida 33056. Tel: (306) 914-9010. Fax: (305) 622-l1001 • www.mlamlgardens·fl.gov
SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE
INVITATION-TO BID (ITB) NO. 15-16-039(A) SIDEWALK
REPLACEMENT & INSTALLATION -ANNUAL CONTRACT REBID
TO OUR PROSPECTIVE CONTRACTORS:
The attached Invitation for Bid represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative.
For the past several years, approximately 45 government entities have participated in Cooperative Purchasing in Southeast Florida.
The Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings and cost avoidance to all
entities by utilizing the buying power of combined requirements for common, basic items.
The government agencies participating in this particular procurement and their respective delivery locations are listed in the attached
document.
Southeast Florida Governmental Purchasing Cooperative Procurement Operational Procedures:
• All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency." All
responses are to be returned in accordance with the instructions contained in the attached document. Any difficulty with participating
agencies referenced in this award must be brought to the attention ofthe lead agency.
• Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order
placement. Each entity will require separate billings, be responsible for payment to the Contractor awarded this contract, and issue its
own tax exemption certificates as required by the Contractor.
• The Contract/purchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery
locations and insurance requirements will be in accordance with the respective agency requirements.
• Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities
referenced in the documents and cover letter unless specifically noted otherwise.
• The awarded Contractor shall be responsible for advising the lead agency of those participants who fail to place orders as a result of
this award during the contract period.
• The Contractor shall furnish the lead agency a detailed summary of sales semi ·armually during the contract period. Sales summary
shall include contract numbers, contractor's name, the total of each commodity sold during the reporting period and the total dollar
amount of purchases by commodity.
• Municipalities and other governmental entities which are not members of the Southeast Florida Governmental Purchasing Cooperative
are strictly prohibited from utilizing any contract or purchase order resulting form this bid award. However, other Southeast Florida
Governmental Purchasing Cooperative members may participate in their contract for new usage, during the contract term, or in any
contract extension term, if approved by the lead agency. New Southeast Florida Governmental Purchasing Cooperative members may
participate in any contract on acceptance and approval by the lead agency.
• None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between
any other governmental entity and the Contractor as a result of this procurement action.
"WORKING TOGETHER TO REDUCE COSTS"
Page 2 of 120
1
2
3
4
5
6
7
8
9
10
11
12
SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE
INVITATION TO BID (ITB) NO. 15-16-039(A) SIDEWALK REPLACEMENT &
INSTALLATION -ANNUAL CONTRACT REBID
PARTICIPATING AGENCIES
Agency Agency Address Agency Representative
Phone No.
Ronnie S. Navarro
Paul Collette
(954) 597 -3718
of Wilt on Manors Rita Sanz (954) 390 -2190
Freeman
page 3 of 120
City of Miami Gardens
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
SECTION I
GENERAl. TERMS AND CONDITIONS
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS: Original copy of Bid Form as well
as any other pertinent documents must be returned in order
for the Bid to be considered for award. All Bids are subject
to the conditions specified herein and on the attached
Special Conditions, Specifications and Bid Form. The
completed Bid must be submitted in a sealed envelope
clearly marked with the Bid Title to the Procurement
Department, City of Miami Gardens, 18605 N. W. 27th
Avenue, Miami Gardens, Florida 33056 until time on date
due.
1.2 DEFINITIONS: Bid Documents include the Bid
Requirements and the proposed Contract documents. The
Bid Requirements to Bidders, Supplementary Instructions to
Bidders, the bid form, and other sample proposal and
contract fonns. General Supplementary and other
Conditions. Drawings, Specifications and all Addenda
issued prior to execution of the Contract. Definitions set forth
in the General Conditions, Contract for Construction, or in
other Contract Documents are applicable to the Bid
Documents.
1. Addenda are written or graphic instruments issued
by the Architect or City prior to the execution of the
Contract which modify or interpret the Bid
Documents by additions, deletions, clarifications or
corrections.
2. A Bid submittal is a complete and properly signed
offer to do the Work for the sums stipulated
therein, submitted in accordance with the Bid
Documents.
3. The Base Bid is the sum stated in the Bid
submittal for which the Bidder offers to perfonn the
Work described in the Bid Documents as the base
to which Work may be added or from which Work
may be deleted for sums stated in Alternate Bids.
4. An Alternate Bid (or Alternate) is an amount stated
in the Bid to be added to or deducted from the
amount of the Base Bid if the corresponding
change in the Work, as described in the Bid
Documents is accepted.
5. A Unit Price is an amount state in the Bid as a
price per unit of measurement for materials,
equipment or services or a portion of the Work as
described in the Bid Documents.
6. A Bidder is a person or entity who submits a Bid.
7. A Sub-Contractor is a person or entity who
submits a bid to a Contractor for materials,
equipment or labor for a portion of the Work.
1.3 EXECUTION OF BID: Bid must contain
an original signature of an individual authorized to bind the
bidder. Bid must be typed or printed in ink. The ink should be
blue ink. All corrections made by bidder to their bid must also
be initialed. The bidder's name should also appear on each
page of the bid sheet if required. Bid must contain a manual
signature of an authorized representative in the space
provided on the Bid Fonn. Failure to properly sign Bid shall
invalidate same and it shall NOT be considered for award.
All Bids must be completed in pen or be typewritten. No
erasures are pennitted. If a correction is necessary draw a
single line through the entered figure and enter the corrected
figure above it. Corrections must be initialed by the person
signing the Bid. Any illegible entries, pencil Bids or
corrections not initialed will not be tabulated. The original
Bid conditions and specifications together with bidder's
response CANNOT be changed or altered in any way after
submitted to the City. By signing this bid, bidder attests that
any and all statements, oral, written or otherwise, made in
support of this bid, are accurate, true and correct. Bidder
acknowledges that inaccurate, untruthful, or incorrect
statements made in support of this bid may be used by the
City as a basis for rejection of this bid, rescission of the
award, or termination of the contract.
1.4 PRICES QUOTED: Deduct trade discounts and
quote finn net prices. Give both unit price and extended
total, when requested. Prices must be stated in units of
quantity specified in the Bid specifications. In case of
discrepancy in computing the amount of the Bid, the UNIT
PRICE quoted will govern. All prices must be F.O.B.
destination, freight prepaid (unless otherwise stated in
special conditions). Bidders are to list discounts to be given
the City for prompt payment. Award, if made, will be in
accordance with tenns and conditions stated herein. Each
item must be proposed separately and no attempt is to be
made to tie any item or items in with any other item or items.
Cash or quantity discounts offered will not be a consideration
in detennination of award of Bid(s). All prices quoted shall
be guaranteed for 90 days from Bid date unless otherwise
specified in Special Conditions.
Page 4 of 120
City of Miami Gardens
1.4.1 TAXES: The City of Miami Gardens is exempt
from all Federal Excise and State taxes. The applicable tax
exemption number is shown on the Purchase Order.
1.4.2 MISTAKES: Bidders are expected to examine the
specifications, delivery schedules, Bid prices and extensions
and all instructions pertaining to supplies and services.
Failure to do so will be at the bidder's risk.
1.4.3 UNDERWRITERS' LABORATORIES: Unless
otherwise stipulated in the Bid, all manufactured items and
fabricated assemblies shall be U.L. listed or re-examination
listing where such has been established by U.L. for the
item(s) offered and furnished.
1.4.4. . BID'S CQNDITIONS: The City reserves Ihe right
to waive. Irregularities In Bids or to reject all Bids or any part
of any Bid deemed necessary for the best interest of the City
of Miami Gardens, Florida.
1.5 EQUIVALENTS: If bidder offers makes of
~quipment o~ br.ands of supplies other than those specified,
It rlJust b.e Indlpated in the Bid. Specific article(s) of
eqUipment/supplies shall conform in quality, design and
construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand
names, when listed, are informational guides as to a
standard of acceptable product quality level only and should
not be construed as an endorsement or a product limitation
of recognized and legitimate manufacturers. Bidders shall
formally substantiate and verify that product(s) offered
c?nform with ?r :xceed quality as listed in the specifications.
Bidder shall indicate on the Bid form the manufacturers'
name and number if proposing other than the specified
brands, and shall indicate ANY deviation from the
specifications as listed. Other than specified items offered
requires complete descriptive technical literature marked to
indicate detail(s) conformance with specifications and MUST
BE INCLUDED WITH THE BID. NO BIDS WILL BE
CONSIDERED WITHOUT THIS DATA. Lacking any wrillen
indication of intent to quote an alternate brand or model
number, the Bid will be considered as a Bid in complete
compliance with the specifications as listed on the attached
fonn.
1.6 NON-CONFORMANCE TO CONTRACT
CONDlllONS: Items may be tested for compliance with
spec~ficat~ons. Any item. delivered, not conforming to
specifications, may be rejected and returned at bidder's
expense. These items and items not delivered as per
delivery date in Bid and/or purchase order may be
purchased on the open market. Any increase in cost may be
charged against the bidder. Any violation of these
stipulations may also result in Bidder's Name being removed
from the vendor list.
1.7 SAMPLES: Samples of items, when required,
must be furnished free of expense and, if not destroyed, will,
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
upon request, be returned at the bidder's expense. Bidders
will be responsible for the removal of all samples furnished
within thirty (30) calendar days after Bid opening. All
samples will be disposed of after thirty (30) ca Ie nd a r
days. Each individual sample must be labeled with
bidder's name. Failure of bidder to either deliver required
s~mp~es or to clearly identify samples may be reason for
rejection of the Bid. Unless otherwise indicated, samples
should be delivered to the Office of Procurement
Management, 18605 N. W. 27 Avenue, Miami Gardens
Florida 33056. •
1.8. DELIVERY: Unless actual date of delivery is
specified (or if specified delivery cannot be met), show
number o! days (in calendar days) required to make delivery
~fter receipt of purchase order, in space provided. Delivery
time may. b~come a basis for making an award. Delivery
shall be Within the normal working hours of the City, Monday
through Thursday, excluding holidays.
1.9 INTERPRETATIONS: Unless otherwise stated in
the Bid, any questions concerning conditions and
specifications should be submitted in writing to the
Procurement. Director, 18605 N.W. 27th Avenue, Miami
Gardens. Flonda 33056 Facsimile (305) 474-1285.
1.10. OPEN-END CONTRACT: No guarantee is
expresse.~ or implied as to the total quantity of
commodities/services to be purchased under any open end
contract. Estimated quantities will be used for bid
comparison purposes only. The City of Miami Gardens
reserves the right to issue purchase orders as and when
required, or, issue a blanket purchase order for individual
agencies and release partial quantities or, issue instructions
for use of Dire~ Purchase Orders by various City agencies,
or, any combination of the preceding. No delivery shall
become due or be acceptable without a written order or
shipping instruction by the City, unless otherwise provided in
the. contract. Such order will contain the quantity, time of
delivery and other pertinent data. However, on items
urgently required, the seller may be given telephone notice,
to be confirmed by an order in writing.
1.11 ... CONTRACT PERIOD (OPEN-END CONTRACT):
The Initial contract period shall start with the expiration date
of the previous contract or date of award, whichever is latest,
and shall terminate one (1) year from that date. The
contractor will complete delivery and the City will receive
delivery on any orders mailed to the contractor prior to the
d~te of expiration. The Director of Purchasing may renew
thiS contract for a second period subject to vendor
acceptance, satisfactory performance and determination that
renewal will be in the best interest of the City. Notification of
Intent to Renew will be mailed sixty (60) calendar days in
advance of expiration date of this contract. All prices, terms
and conditions shall remain firm for the initial period of the
co~tract and for any renewal period unless subject to price
adjustment specified as a "special condition" hereto. In the
event .services are scheduled to end because of the
Page 5 of 120
City of Miami Gardens
expiration of this contract, the Contractor shall continue the
service upon the request of the Director of Purchasing. The
extension period shall not extend for more than ninety (90)
days beyond the expiration date of the existing contract. The
Contractor shall be compensated for the service at the rate
in effect when this extension clause is invoked by the City.
1.12 AWARDS: The City of Miami Gardens reserves
the right to reject any and all Bids or any portion of any Bid
deemed necessary in the best interest of the City; to accept
any item or group of items; to acquire additional quantities at
prices quoted on the Bid Form unless additional quantities
are not acceptable, in which case the Bid Fonn must be
noted "BID IS FOR SPECIFIED QUANTITY ONLY". The City
also reserves the right to award the contract on a split order
basis; lump sum basis, individual item basis, or such
combination as shall best serve the interest of the City. All
awards made as a result of this Bid shall confonn to
applicable Florida Statutes. No bid will be accepted from, nor
will any contract be awarded to any person or finn which is in
arrears to the City upon any debt or contract or which is a
defaulter as surety or otherwise upon any obligation to the
City or who has failed to perfonn faithfully any previous
contract with the City.
1.13 BID WITHDRAWAL: No Vendor may withdraw
their bid before the expiration of one hundred and twenty
(120) days from the date of the bid opening written notice of
withdrawal to the Purchasing Department prior to award of
the Contract by the City Council. Any bid submitted which
alters the one hundred and twenty (120) day requirement
shall be deemed non-responsive. The City of Miami Gardens
reserves the right to waive irregularities and to reject any
and all bids. Reasonable efforts will be made to either
award the Contract or reject all bids within ninety (90)
calendar days after bid opening date.
1.14 BID OPENING: Names of bidders shall be
publicly read in the Community Conference Room 18605
N.W. 27th Avenue, Miami Gardens, Florida 33056 on the
date and at the time specified on the Bid Fonn. The offiCial
time is the time clock located in the City Hall reception area
and will be accepted by all parties without reservation. It is
the bidder's responsibility to assure that their bid is delivered
on date, location and time specified on the bid fonn. Bids,
which for any reason are not so delivered, will not be
considered. All Bids received after that time shall be
returned, unopened.
1.15 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be destination unless
otherwise provided. Title tolor risk of loss or damage to all
items shall be the responsibility of the successful bidder until
acceptance by the City unless loss or damage result from
negligence by the City. If the materials or services supplied
to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
upon written notice to the seller and return product at
bidder's expense.
1.16 PAYMENT: Payment will be made by the City
after the items awarded to a bidder have been received,
inspected, and found to comply with award speCifications,
free of damage or defect and properly invoiced.
1.17 DISPUTES: Any actual or prospective Bidder,
Proposer, Offeror or Contractor who is aggrieved in
connection with a solicitation or award of a Bid or Contract
may avail themselves of the procedures contained in
Ordinance 2007-25-131 in order to resolve disputed matters
or complaints. The Procurement Director shall post a
tabulation of the Bid results with intended award
recommendations. Posting shall be in the front office of City
Hall or on the City's web site for public viewing. Any actual or
prospective bidder, proposer, offeror, or contractor who is
aggrieved in connection with the solicitation or award of
contract may file a written protest with the City Clerk and
mailed by the protester to all responders to the bid proposal
within seventy-two hours (72) hours of the City's
recommendation for award or the City's actual award
whichever comes first. The written protest shall state all the
particular grounds on which it is based, shall include all
pertinent documents and evidence. The protest letter to the
City Clerk shall include proof of mailing/receipt to other
responders to the bid and shall be accompanied by a
cashier's check in the amount of $500.00 representing the
filing fee, plus a cost bond in the amount of $2,500.00 to
reimburse the City for all administrative costs associated
with the appeal process. The $2,500.00 bond shall be
returned to the Protester if the Protester prevails in the
hearing before the hearing examiner/special master. If the
Protester does not prevail the City shall keep the bond. Any
grounds not stated shall be deemed waived. Failure to file a
timely fonnal written protest within the time period specified
shall constitute a waiver by the vendor of all rights of protest
under this Bid/Proposal Protest Procedure. In the event of a
timely protest, the City Manager shall select a hearing
examiner or special master, who shall be a member of the
Florida Bar, who shall hold a hearing and submit written
findings and recommendations within fifteen (15) days of the
filing of the protest. The hearing examiner shall consider the
written protests, supporting documents in evidence, the
City's recommendations and supporting documentation and
all evidence presented at the hearing. Such finding and
recommendation shall be filed with the City Clerk. The
hearing examiner's findings and recommendations shall be
final. Appeals of a decision by the hearing examiner shall be
to the Miami-Dade County Circuit Court. The prevailing
party in the appeal may be entitled to recover any and all
attorneys' fees and costs incurred in the appeal.
1.18 LEGAL REQUIREMENTS: Federal. State, county
and City laws, ordinances, rules and regulations that in any
manner affect the items covered herein apply. Lack of
knowledge by the bidder will in no way be a cause for relief
Page 6 of 120
City of Miami Gardens
from responsibility. The individual executing this proposal on
behalf of the Company warrant to the City that the Company
is a Florida corporation duly constituted and authorized to do
business in the State of Florida, is in good standing and that
Company possesses all of the required licenses and
certificates of competency required by the State of Florida
and the County of Miami-Dade to perform the work herein
described.
1.19 INDEMNIFICATION: Subjecllo Ihe limilalions of
Seclion 768.28 Florida Sialutes. PROPOSER shall prolecl.
defend, indemnify, and hold harmless the CITY and its
officials, officers, members, agents, representatives and
employees from any and all claims, liabilities, expenses, or
damages of any nature, including attorney fees, for injury to
or death of any person, and for injury to any property arising
out of or in any way connected with the performance or
non-performance of any provision of this Agreement required
of Ihe PROPOSER. by or on behalf of Ihe PROPOSER or
resulting from any violation by the PROPOSER or' its
employees of any statute law, ordinance, regulation or other
legal requirement pertaining to a safe place of employment
for workers, minimum hours and wages, and fair
employment practices. However, nothing herein shall be
deemed to indemnify CITY for any liability or claim arising
solely out of the negligent performance of CITY.
The City does hereby agree to indemnify and hold harmless
PROPOSER.' from. a~r. and all personal injury or property
damage claims, liabilities, losses, and causes of action
which may arise solely as a result of City's performance of
this Agreement. This agreement is subject to the proviSions
of Section 76~.28 Florida Statutes, such that the City shall
not be held Irable to pay a personal injury or property
damage claim or judgment by anyone person which
exceeds the sum of $200,000, or any claim or judgments or
portions thereof, which, when totaled with all other
occurrence, exceeds the sum of $300,000 from any and all
personal injury or property damage claims, liabilities losses
and causes of action which may arise solely as a result of
the performance of this Agreement. However, nothing
~er~~n shall ~e de~~ed to indemnify PROPOSER from any
h~blhty or claim arrslng out of the negligent performance or
failure of performance of PROPOSER or any unrelated third
party. Nothing contained herein shall be deemed a waiver of
sovereign immunity. One percent (1 %) of the contract
amount shall represent the consideration to be provided for
this indemnification.
1.20 PATENTS & ROYALTIES: The bidder. without
exception, shall indemnify and save harmless the City of
Miami Gardens, Florida and its employees from liability of
any nature or kind, including cost and expenses for, or
?n ac.count of, any copyrighted, patented, or unpatented
inVention, process, or article manufactured or used in
Office of Procurement Management
18605 N.W. 27· Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
th.e perfo.rm~nce of the contract, including its use by The
City of Miami Gardens, Florida. If the bidder uses any
design, device or materials covered by letters, patent or
copyright. it is mutually understood and agreed, without'
exception, that the Bid prices shall include all royalties or
cost arising from the use of such deSign, device, or
materials in any way involved in the work. .
1.21 OSHA: The bidder warrants that the product and
services supplied to the City of Miami Gardens, Florida shall
conform in all respects to the standards set forth in the
Occupational Safety and Health Act of 1970, as amended,
and the failure to comply with this condition will be
considered as a breach of contract. Any fines levied
because of inadequacies to comply with these reqUirements
shall be borne solely by the bidder responsible for same.
1. 21A SAFETY PRECAUTIONS: The bidder shall. if
required, maintain suitable and suffiCient guards and barriers
and, at night, suitable and suffiCient lighting for the
prevention of accidents and all minimum safety standards
required by Municipal, County, State and Federal ordinances
and laws shall be strictly met by the bidder.
1.22 SPECIAl. CONDITIONS: Any and all Special
Conditions that may vary from these General Conditions
shall have precedence.
1.23 ANTI·DISCRIMINATlON: The bidder certifies
compliance with the non-discrimination clause contained in
Section 202, Executive Order 11246, as amended by
Executive Order 11375, relative to equal employment
opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 QUALITY: All materials used for the manufacture
or construction of any supplies, materials or equipment
covered by this Bid shall be new. The items Bid must be
new, unless recycled materials are certified by bidder, the
latest model, of the best quality, and highest grade
workmanship.
1.25 LIABILITY, INSURANCE, LICENSES AND
PERMITS: Where bidders are required to enter or go onto
City of Miami Gardens property to deliver materials ,or
perform work or services as a result of a Bid award, the
successful bidder will assume the full duty, obligation and
~xpense of obtaining all necessary licenses, pennits and
Insurance and assure all work complies with all Miami-Dade
County and City of Miami Gardens building requirements
and the Florida Building Code. The bidder shall be liable for
any damages or loss to the City occasioned by willful,
wanton or gross negligence of the bidder (or agent) or any
person the bidder has designated in the completion of the
contract as a result of the Bid.
Page 7 of 120
1.26 BID BONDS, PERFORMANCE BONDS,
CERTIFICATES OF INSURANCE: Bid Bonds, when
required, shall be submitted with the Bid in the amount
specified in Special Conditions. After acceptance of Bid, the
City will notify the successful bidder to submit a performance
bond and certificate of insurance in the amount specified in
Special Conditions.
1.27 DEFAULT/FAILURETO PERFORM:
The City shall be the sale judge of nonperformance, which
shall include any failure on the part of the successful bidder
to accept the award, to furnish required documents, and/or
to fulfill any portion of this contract within the time stipulated.
Upon default by the successful bidder to meet any terms of
this agreement. the City will notify the bidder three (3) days
(weekends and holidays excluded) to remedy the default.
Failure on the contractor's part to correct the default within
the required three (3) days shall result in the contract being
terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the
termination. The following shall constitute d~fault:
(A) Failure to perform the work required under the
contract and/or within the time required or failing to
use the subcontractors, entities and personnel as
identified and set forth, and to the degree specified
in the contract.
(B) Failure to begin the work under this contract within
the time specified.
(C) Failure to perform the work with sufficient workers
and equipment or with sufficient materials to
ensure timely completion.
(D) Neglecting or refusing to remove materials or
perform new work where prior work has been
rejected as non-conforming with the terms of the
contract.
(E) Becoming insolvent, being declared bankrupt, or
committing act of bankruptcy or insolvency, or
making an assignment renders the successful
bidder incapable of performing the work in
accordance with and as required by the contract.
(F) Failure to comply with any of the terms of the
contract in any material respect.
In the event of default of a contract, the successful bidder
shall pay all attorney's fees and court costs incurred in
collecting any damages. The successful bidder shall pay the
City for any and all costs incurred ensuing the completion of
the project.
1.28 CANCELLATION: The City of Miami Gardens
reserves the right to cancel this contract by written notice to
the contractor effective the date specified in the notice
should any of the following apply:
(A) The contractor is determined by the City to be in
breach of any of the terms and conditions of the
Office of Procurement Management
18605 N.W. 2ih Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
contract and/or to have failed to perform his/her
services in a manner satisfactory to the City. In
the event the contractor is found to be in default,
the contractor will be paid for all labor and
materials provided as of the termination date. No
consideration will be given for anticipated loss of
revenue or the canceled portions of the contract.
(B) The City has determined that such cancellation will
be in the best interest of the City to cancel the
contract for its own convenience.
(C) Funds are not available to cover the cost of the
services. The City's obligation is contingent upon
the availability of appropriate funds.
1.29 PERFORMANCE: Documented poor
performance of contractors on previous contracts with the
City of Miami Gardens or other governmental entity may be
sufficient cause not to award.
1.30 BILLING INSTRUCTIONS: Invoices, unless
otherwise indicated, must show purchase order numbers;
work order number and/or quotation number, if applicable;
details of service(s) performed including service date, brief
description, and shall be submitted in DUPLICATE to
Accounts Payable, City of Miami Gardens, 18605 N.W. 27th
Avenue Miami Gardens, Florida 33056.
1.31 SUBSTITUTIONS: The City of Miami Gardens,
Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their Bid
once awarded. Any substitute shipments will be returned at
the bidder's expense.
1.32 FACILITIES: The City reserves the right to inspect
the bidder's facilities at any time with prior notice.
1.33 BID TABULATIONS: Bidders desiring a copy of
the Bid tabulation may request same by enclosing a self-
addressed stamped envelope with the Bid.
1.34 APPLICABLE LAW AND VENUE: The law of the
State of Florida shall govern the contract between the City of
Miami Gardens and the successful bidder and any action
shall be brought in Miami-Dade County, Florida. In the event
of litigation to settle issues arising hereunder, the prevailing
party in such litigation shall be entitled to recover against the
other party its costs and expenses, including reasonable
attorney fees, which shall include any fees and costs
attributable to appellate proceedings arising on and of such
litigation.
1.35 CLARIFICATION AND ADDENDA TO BID
SPECIFICATIONS: If any person contemplating submitting a
Bid under this Invitation for Bid is in doubt as to the true
meaning of the specifications or other Bid documents or any
part thereof, the Bidder must submit to the City of Miami
Gardens Procurement Director at least five (5) calendar days
prior to scheduled Bid opening, a request for clarification. All
Page 8 of 120
City of Miami Gardens
such requests for clarification must be made in writing and
the person submiHing the request will be responsible for its
timely delivery. Any interpretation of the Bid, if made, will be
made only by Addendum duly issued by the City of Miami
Gardens Procurement Director. The City shall issue an
Informational Addendum if clarification or minimal changes
are required. The City shall issue a Formal Addendum if
substantial changes which impact the technical submission
of Bids are required. A copy of such Addendum will be sent
to each Bidder receiving the Invitation for Bid. In the event
of conflict with the original Contract Documents, Addendum
shall govern all other Contract Documents to the extent
specified. Subsequent addendum shall govern over prior
addendum only to the extent specified. Only written addenda
will be binding.
1.36 CONTRACT: A) A contract may be awarded to the
lowest responsive, responsible Bidder(s) whose Bid(s),
conforming to the Invitation for Bid, is most advantageous to
the City of Miami Gardens. The lowest responsive,
responsible Bidder(s) will be determined in conjunction with
the method of award which is described in the Special
Conditions. Tie Bids will be decided as described herein. (B)
The City shall award a contract to a Bidder through action
taken by the City Council or the City Manager of the City of
Miami Gardens, Florida. C) The General Terms and
Conditions, the Special Conditions, the Technical
Specification, and the Bidder's Bid are collectively and
integral part of the contract between the City of Miami
Gardens and the successful Bidder. (D) While the City of
Miami Gardens may determine to award a contract to a
Bidder(s) under this Invitation to Bid, said award may be
conditional on the subsequent submission of other
documents as specified in the Special Conditions. The
Bidder shall be in default of any conditional award if any of
these documents are not submitted in a timely manner and
in the form required by the City. If the Bidder is in default.
the City, through the Procurement Manager, will void its
acceptance of the Bidder's offer and may determine to select
the second lowest responsive, responsible Bidder or re-
solicit Bids. The City may, at its sale option, seek monetary
restitution from the defaulting Bidder as a result of damages
or excess costs sustained and/or may prohibit the Bidder
from submitting future Bids for a period of one year. (E) The
City reserves the right to exercise the option to renew a term
contract of any successful Bidder(s) to a subsequent
optional period; provided that such option is stipulated in the
Special Conditions and is contained in any contract
ultimately awarded in regard to this Bid. (F) The City
reserves the right to automatically extend any contract for a
maximum period not to exceed ninety (90) calendar days in
order to provide City departments with continual service and
supplies while a new contract is being solicited, evaluated
and/or awarded, in regard to this Bid. (G) The Bidder agrees
and understands that the contract may not be construed as
an exclusive arrangement and further agrees that the City
may, at any time, secure similar or identical services at its
sole option.
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens. FL 33056
(305) 622 -8000 FAX (305) 474 -1285
1.37 ASSIGNMENT: The contractor shall not assign,
transfer, convey, sublet or otherwise dispose of any contract,
including any or all of its right, title, or interest therein, or his
or its power to execute such contract to any person,
company or corporation without prior written consent of the
City of Miami Gardens, which consent may be withheld.
1.38 LAWS, PERMITSAND REGULATIONS: The
bidder shall obtain and pay for all licenses, permits and
inspection fees required for this project; and shall comply
with all laws, ordinances, regulation building code
requirements applicable to the work contemplated herein.
1.39 OPTIONAL CONTRACT USAGE: Olher State
agencies, and/or Govemmental Entities in the State of
Florida may purchase from the resulting contract.
Contractors shall sell these commodities or services to the
other State agencies and/or Governmental Entities in the
State of Florida at the agencies' and/or entities option or as
otherwise provided by law.
1.40 SPOT MARKET PURCHASES: It is the intent of
the City to purchase the items specifically listed in this Bid
from the selected bidder. However, items that are to be
"Spot Market Purchased" may be purchased by other
methods, i.e. Federal, State or local contracts.
1.41 WARRANTIES OF USAGE: Any estimated quant~ies
listed are for information and tabulation purposes only. No
warranty or guarantee of quantities needed is given or
implied. It is understood that the Contractor will furnish the
City's needs as they arise.
1.42 PUBLIC ENTITY CRIMES: As provided in Section
287.133(2) (a). Florida Stalutes, a person or affiliate who has
been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a Bid on a
contract to provide any goods or services to a public entity,
may not submit a Bid on a contract with a public entity for the
construction or repair of a public building or public work, may
not submit Bids on leases of real property to a public entity,
may not be awarded or perform work as a contractor,
supplier, subcontractor or consultant under a contract with
any public entity, and my not transact business with any
public entity in eXcess of the threshold amount provided S.S.
287.017 for CATEGORY lWO for a period of 36 months
from the date of being placed on the convicted vendor list.
1.43 CODE OF ETHICS: As provided in Article 9 Ethics
in Public Contracting of the City of Miami Gardens
Ordinance No. 2005-10-28 and Ordinance 2008·03-139
"Cone of Silence", from the time of advertising until the City
Council deliberates on the making of an award, there is a
prohibition on communication with the City Manager and his
staff and Mayor and City Council. The ordinance does not
apply to oral communications at pre-bid/proposal
conference, oral presentations before selection committees,
Page 9 of 120
City of Miami Gardens
contract negotiations, public presentations made to the City
Council during any duly noticed public meeting or
communications in writing at any time with any City
employee, official or member of the City Council unless
specifically prohibited by the applicable RFP, RFQ or bid
documents. A copy of all written communications must be
filed with the City Cieri<.
1.44 NON·COLLUSION: By submitting this bid. Bidder
certifies that this offer is made without prior understanding,
agreement, or connection with any corporation, firm or
person submitting an offer for the same materials, services,
supplies, or equipment and is in all respects fair and without
collusion or fraud. No premiums, rebates or gratuities are
permitted, either with, prior to or after any delivery of material
or provision of services. Any violation of this provision may
result in the Contract cancellation, return of materials or
discontinuation of services and the possible removal from
the vendor bid list(s).
1.45 PROHIBITION OF INTEREST: No contract will
be awarded to a bidding firm who has City elected officials,
officers or employees affiliated with it, unless the bidding firm
has fully compHed with current Florida State Statutes and
City Charter relating to this issue. Bidders must disclose any
such affiliation. Failure to disclose any such affiliation will
result in disqualification of the bidder and may result in
removal from the vendor bid list(s).
1.46 FLORIDA PUBLIC RECORDS ACT: All material
submitted regarding this bid becomes the property of the
City. Bids may be reviewed by any person ten (10) days
after the public opening. Bidders should take special note of
this as it relates to any proprietary information that might be
included in their offer. Any resulting contract may be
reviewed by any person after the contract has been
executed by the City. The City has the right to use any or all
information/material submitted in response to this bid and/or
any resulting contract from same. Disqualification of a bidder
does not eliminate this right. To the extent required by law,
Contractor shall comply with the public records laws in
accordance with Chapter 119, Florida Statutes. Specifically,
Contractor agrees to comply with Section 119.0701, Florida
Statutes. Public records shall mean all documents, papers,
letters, maps, books, tapes, photographs, films, sound
recordings, data processing software, or other material,
regardless of the physical form, characteristics, or means of
transmission, made or received pursuant to law or ordinance
or in connection with the transaction of official business by
any agency, as defined in Section 119.011, Florida Statutes,
as amended. The City shall make the sole determination of
which records, if any, are exempt from inspection. Further,
as pursuant to Section 119.0701, Florida Statutes,
Contractor agrees to maintain the records until the
completion of the contract. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119. FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 18605 Northwest
27th Avenue, Miami Gardens, Florida 33056.
1.47 UNBALANCED BIDS: When a unit price bid has
variable or estimated quantities, and the bid shows evidence
of unbalanced bid pricing, such bid may be rejected
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
1.48 nED BIDS: In the event of an identical tied bid or
proposal, preference will be given to local vendors. If none
of the vendors are local, preference will be given to a vendor
with a Drug~Free Workplace Program in accordance with
Section 287.087, Florida Statutes.
1.49 LOCAL PREFERENCE: In accordance with the City
of Miami Gardens Code of Ordinances Sec. 16, regarding
preference to local business, when evaluation percentages
are used to evaluate, and when a non~local business is the
highest ranked proposer and the ranking of a local proposer
is within 10% of the ranking, then the local proposer shall
proceed to negotiate. When a local business's price is within
5% of the lowest non~local business, then the local business
can offer a best and final bid, within five days of bid opening,
equal to or lower than the amount of the low bid submitted
by the non~local business.
1.50 PREFERENCE MONETARY CONTRIBUTIONS TO
LOCAL SCHOOLS: In accordance with the City of Miami
Gardens Code of Ordinance 2008-20-156 regarding
preference to businesses that make monetary contributions
to local public schools, when evaluation percentages are
used to evaluate, and when a non-contributing bUSiness is
the highest ranked proposer, and the ranking of a
contributing proposer is within 5% of the ranking, then the
contributing proposer shall proceed to negotiate. When a
contributing business's price is within 5% of the non-
contributing business, then the contributing business can
offer a best and final bid within five days of bid opening,
equal to or lower than the amount of the low bid submitted
by the non-contributing business. Lists of local schools and
complete ordinance can be viewed on the City's web page
wvow.miamigardens-fl.gov.
1.51 DRUG FREE WORKPLACE AFFIDAVIT: Pursuant to
section 893.02(4), Florida Statutes, each bidder shall
complete the form on Drug Free Workplace Affidavit and
submit same with any bid response.
1.52 MINORITY BUSINESSES: The City of Miami
Gardens encourages Minority Business Enterprises to
participate in this solicitation. Ordinance 2011-01-243
establishes a program enabling the City to collect relevant
data to determine if MBE's that are eligible and qualified to
perform services on behalf of the City, are being given the
opportunity to provide these services. The City of Miami
Gardens encourages prime contractor, if subcontractors are
to be let, when economically feasible, to take affirmative
steps to assure that Minority Businesses are used when
possible. Affirmative steps shall include:
• Placing qualified minority businesses on
SOlicitation lists;
• Assuring that minority businesses are solicited
whenever they are potential sources;
• Dividing total requirements, when economically
Page100f120
feasible, into smaller tasks or quantities to permit
maximum participation by minority businesses;
• Establishing delivery schedules, where the
requirement permits, which encourage
participation of minority businesses;
• Using the services and assistance of the Minority
Business Development Agency of the Department
of Commerce.
END OF GENERAL CONDITIONS
Page 11 of 120
Office of Procurement Management
18605 N.W. 27th Avenue
Miami Gardens, FL 33056
(305) 622 -8000 FAX (305) 474 -1285
City of Miami Gardens
DOCUMENT CHECKLIST:
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
The following items may be required to determine Bid responsiveness. Please ensure that all Applicable items are
completed and submitted with your Bid. Failure to meet the applicable requirements may render your Bid non-
responsive. Additional information for these items can be fouud throughout this Bid document.
A. Bid/Addendum
D Manual Submission of Bids must be signed in blue ink.
D If a MUST Addendum is required, it must be acknowledged on the Bid sheet or retumed with your Bid.
D If a revised Bid sheet is required, it must be returned with the Addendum.
Additional Items:
B. Supplements/ Attachroents and made a condition of this Bid:
D Bid sigoed by authorized representative
D City Business Tax License
D CMG -BREP Qualification Form(s) (if applicable)
D Copy of appropriate Licenses aod Permits
D Drug Free Work Place Form
D Florida Department of State Certificate of Proof of application (see: www.suubiz.org)
D MBE Affidavit
D Number of Required Copies of Bid Submittal
D Proof of ability to obtain insuraoce
D Proposal Sheet
D Questionnaire
D References with Telephone & Fax Numbers, and E-mail Address
D Vendor Representative Contact Information
D W-9Form
• All original Bids must be received in the Purchasing Division no later than 2:00 p.m. on the opening date
specified. Late Bids will not be accepted. Please allow additional time for traffic and parking. This Checklist is for
informational purposes only, it is not necessary to return.
Document Checklist Form 107 (9/2016)
Office of Procurement Management Page 12of120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
OFFICE OF PROCUREMENT MANAGEMENT
CITY OF MIAMI GARDENS
INVITATION TO BID NO_ 15-16-039(A)
SIDEWALK REPLACEMENT AND INSTALLATION ANNUAL CONTRACT REBID
SUBMISSION OF SEALED SUBMITTALS: The Invitation for Bid form must be executed and submitted with all
bid sheets and should be in a sealed envelope. The original should be signed in blue ink. Both the original bid and
two (2) photocopies of your bid should be included in a single package. The Bidder is responsible for retaining a
copy of all submittals for its own records. The face of the package should contain the company name, address, bid
number and bid title. Faxed bids shall be rejected. Bids not submitted on bid sheets may be rejected. Bidder shall not
submit bids on its own form or any other form other than the City of Miami Gardens Solicitation Sheet. All
solicitations are subject to the conditions specified herein. Solicitations which do not comply with these conditions
are subject to rejection.
Bids will be received by sealed envelope in the Office of Procurement Management, City of Miami Gardens.
DeIiverlMaii to: Office of Procurement Management 18605 NW 27th Avenue, Miami Gardens, FL 33056, nntiI,
Wednesday, November 16,2016 at 2:00PM local time, at which time bidders who submitted bids will be read by
the Procurement Director. Bids received after this time will not be considered and no time extensions will be
permitted. Bids will be publicly opened and read aloud immediately after specified closing time. All interested
parties are invited to attend. Please clearly mark bids: ITB NO. 15-16-039(A) SIDEWALK REPLACEMENT
AND INSTALLATION ANNUAL CONTRACT REBID
SCOPE OF WORK
Please see Attacbment A for Detailed Scope of Work
The City encourages Certified Business Concerns to submit proposals. The City strongly encourages
Contractor(s) to hire employees residing within City of Miami Gardens that are Section 3 residents.
The City encourages participationjrom Business Concerns meeting Section 3 criteria. The City also
encourages participation from Minority Business Enterprises.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 13 of 120
City of Miami Gardens
I. TERM OF CONTRACT
Please see Attachment A for detailed Term of Contract.
2. METHOD OF AWARD
Please see Attachment A for detailed Method of Award.
3. RESPONSE TIME
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
A fourteen (14) calendar daWs) response time is required for services. Failure to respond to a service call
within the specified time will result in the successful bidder paying any and all costs associated with
services performed by a secondary contractor.
It is understood that the City reserves the right to issue more than one list of sites at the same time, or issue
additional lists of sites, prior to the Contractor's completion of a previous list.
The Contractor shall provide daily notices to the City's representative to report the locations where contractor is
working; status of work being perfurmed, including jobs terminated; requests for guidance and special
problems; and to receive special instructions.
4. SPECIFICATIONS AND REQUIREMENTS
The specifications, requirements and services to be provided are stated in Attachment A.
5. CONTINGENCY FEES
By submission of this offer, contractor certifies that no contingency fees (sometimes known as a finder's
fee) has been paid to any person or organization other than a bonafide employee working solely for the
vendor to secure a contract made pursuant to this solicitation. Violation of this policy may result in
termination of any resultant contract and/or possible debarment of the contractor.
6. FURTHER INFORMATION
6.1 Bidders requiring additional infurmation regarding any of the bid terms, conditions or
administrative requirements and or technical clarifications should contact Scott Shaw of the Office
of Procurement Management at 305-622-8000 or by email atsshaw@miamigardens-f1.gov.No
change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in
writing by an addendum issued by the Procurement Department.
6.2 Any questions or clarifications conceming this Proposal shall be submitted in writing by mail or
facsimile to the Office of Procurement Management, 18605 NW 27 th Avenue, Miami Gardens,
Florida 33056, FAX: (305) 474-1285, e-mail: sshaw@miamigardens-f1.gov. The bid title/number
shall be referenced on all correspondence. All questions must be received no later than 3:00PM
local time, on November 2, 2016 for this bid. All responses to questions/clarifications will be
sent to all prospective proposers in the form of an addendum. NO QUESTIONS WILL BE
RECEIVED VERBALLY OR AFTER SAID DEADLINE.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 14 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
6.3 COPIES OF THIS PROPOSAL DOCUMENT May be obtained by contacting BidSync.com.
Vendors who obtain specifications and plans from other sources other than BidSync.com are
cautioned that the bid package may be incomplete. All addendums, tabulations, evaluation
meetings, recommendation of award will be posted and disseminated by BidSync.com.
6.4 PROCUREMENT HOURS OF OPERATION
Monday -Thursday 7:00A.M. -7:00P.M. E.S.T
7. SITE VISIT AND/OR PRE-BID CONFERENCE
A Non-Mandatory Pre-bid meeting will be held on October 27, 2016 at 10:OOAM local time at the City of
Miami Gardens City Hall, 18605 NW 27th Avenue, Miami Gardens, Florida. Proposers wishing to
participate via telephone must contact the Office of Procurement Management in writing at least two
business days in advance of the Pre-bid meeting so that accommodation can be made. At that time, general
requirements of the project will be discussed along with questions regarding preparation and submission of
proposals and general contractual requirements and any additional questions raised by proposers.
Proposers will be invited to ask questions. Oral answers to questions during the Pre-bid meeting will not be
authoritative. Questions, if any, will be answered and if appropriate, issued as an addendum.
It should be emphasized, however, that nothing stated or discussed during the course of the Pre-bid meeting
shall be considered to modify, alter or change the requirements of the Bidding Documents, .unless it shall be
subsequently incorporated into an addendum to the Bidding Documents.
All questions regarding this proposal must be submitted in writing via e-mail to sshaw@miamigardens-
fl.gov. Questions must be received no later than designated time stipulated for this bid, in order for the City
to issue a timely response. Response will be posted along with the Pre-Bid Q&A online at BidSync.com.
8. ACCEPTANCE AND REJECTIONS
The City of Miami Gardens reserves the right to reject any or all Bids with or without cause; to waive any
or all irregularities with regard to the specifications and to make the award to the Bidder offering the
greatest advantage to the City.
9. CONE OF SILENCE ORDINANCE
As provided in Article 9 Ethics in Public Contracting of the City of Miami Gardens Ordinance No. 2005-
10-28 and Ordinance 2008-03-139 "Cone of Silence", from the time of advertising until the City Council
deliberates on the making of an award, there is a prohibition on communication with the City Manager and
his staff and Mayor and City Council. The ordinance does not apply to oral communications at pre-
bid/proposal conference, oral presentations before selection committees, contract negotiations, public
presentations made to the City Council during any duly noticed public meeting or communications in
writing at any time with any City employee, official or member of the City Council unless specifically
prohibited by the applicable RFP, RFQ or bid documents. A copy of all written communications must be
filed with the City Clerk.
Please be advised that Pursuant to City Ordinance 2008-03-139 "Cone of Silence", public notice is hereby
given that a Cone of Silence is imposed concerning this City's competitive purchasing process, which
generally prohibits communications concerning the RFP until such time as the City Council or City
Manager deliberates on the making of an award concerning the competitive purchase transaction. Please
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 15 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
see the detailed specifications for the public solicitation for services for a statement fully disclosing the
requirements of the "Cone of Silence".
10. FLORIDA PUBLIC RECORDS ACT
All material submitted regarding this bid becomes the property of the City. Bids may be reviewed by any
person ten (10) days after the public opening. Bidders should take special note ofthis as it relates to any
proprietary information that might be included in their offer. Any resulting contract may be reviewed by
any person after the contract has been executed by the City. The City has the right to use any or all
information/material submitted in response to this bid and/or any resulting contract from same.
Disqualification of a bidder does not eliminate this rigbt.
To the extent required by law, Contractor shall comply with the public records laws in accordance with
Chapter 119, Florida Statutes. Specifically, Contractor agrees to comply with Section 119.070 I, Florida
Statutes. Public records shall mean all documents, papers, letters, maps, books, tapes, photographs, films,
sound recordings, data processing software, or other material, regardless of the physical form,
characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection
with the transaction of official business by any agency, as defined in Section 119.011, Florida Statutes, as
amended. The City shall make the sole determination of which records, ifany, are exempt from
inspection. Further, as pursuant to Section 119.0701, Florida Statutes, Contractor agrees to maintain the
records until the completion of the contract. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO TIllS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 18605 Northwest 27th Avenue,
Miami Gardens, Florida 33056.
11. INSURANCE REOUIREMENTS
BIDDERSREOUffiEMENTS
Please see Attachment B for Insurance Requirements
All insurance requirements must be met and evidenced to the City before delivery of goods and
perfonnance of services.
The City reserves the right but not the obligation to revise any insurance requirement, or reject any
insurance coverage which fail to meet the criteria stated herein at any time. The City reserves the right to
require ContractorN endor to provide and pay for any other insurance coverage the City deems necessary,
depending upon the possible exposure to liability or loss. These insurance requirements shall not limit the
liability of the ContractorNendor. The City does not represent these types or amounts of insurance to be
sufficient or adequate to protect the ContractorN endor's interests or liabilities, but are merely minimums.
Construction -ITB Information Form 105 (9/2016)
Office ofProcuremeut Management Page 16 of 120
City of Miami Gardens
12. BID BOND: Mandatory 10%
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
12.1 Each Bid submittal shall be accompanied by a bid security equal to ten percent (10%) ofthe
vendor's total bid amount pledging that the Bidder will enter into a Contract with the City on the
terms stated in the Bid document and will, if required, furnish bonds covering the faithful
performance of the Contract and payment of all obligations arising there under. Should the Bidder
refuse to enter into such Contract or fail to furnish such bonds, if required, the amount of the bid
security shall be forfeited to the City as liquidated damages, not as a penalty, the City and Bidder
having agreed that the damages which will be suffered by the City are not subject to specific
ascertainment.
12.2 If a surety bond is required, it shall be written on a Bid Bond, unless otherwise provided in the Bid
Documents, and the attorney-in-fact who executes the bond on behalf of the surety shall affix to
the bond a certified and current copy of the power of attorney.
12.3 The City will have the right to retain the bid security of Bidders to whom an award is being
considered until either (a) the Contract has been executed and bonds, if required, have been
furnished, or (b) the specified time has elapsed so that Bid submittals may be withdrawn, or (c) all
Bids have been rejected.
13. PERFORMANCEIP A YMENT BONDS
When requested by the City, the proposer to whom a contingent award is made, shall duly execute and
deliver to the City a Performance and Payment Bond in an amount that represents one hundred (100%)
percent of the vendors offer price, to be in the form ofa bond written by a surety company authorized to do
business in the State of Florida and shall comply with State Statue 287.0935; a Cashier's Check, made
payable to the City of Miami Gardens; or an Irrevocabie Letter of Credit. If the latter is chosen, it must be
written on a bank located in Miami-Dade County, be in the amount of the contract and should clearly and
expressly state that it carmot be revoked until express written approval has been given by the City of Miami
Gardens. The City, to draw on the same, would merely have to give written notice to the bank with a copy
to the successful proposer. The successful proposer shall submit the stipulated performance and payment
bond within ten (10) calendar days following notice of award. Should the awarded proposer fail to deliver
the Performance and Payment Bond within the specified time, the proposer shall surrender its offer
guarantylbid bond.
14. INDEMNIFICATION
Subject to the limitations of Section 768.28 Florida Statutes, Contractor shall protect, defend, indemnify,
and hold harmless the CITY and its officials, officers, members, agents, representatives and employees
from any and all claims, liabilities, expenses, or damages of any nature, including attorney fees, for injury
to or death of any person, and for injury to any property arising out of or in any way counected with the
performance or non-performance of any provision of this Agreement required of the Contractor, by or on
behalf of the Contractor, or resulting from any violation by the Contractor or its employees of any statute
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 17 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
law, ordinance, regulation or other legal requirement pertaining to a safe place of employment for workers,
minimum hours and wages, and fair employment practices. However, nothing herein shall be deemed to
indenmiJY CITY for any liability or claim arising solely out of the negligent performance of CITY.
The City does hereby agree to indenmiJY and hold harmless Contractor, from any and all personal injury or
property damage claims, liabilities, losses, and causes of action which may arise solely as a result of City's
performance of this Agreement. This agreement is subject to the provisions of Section 768.28 Florida
Statutes, such that the City shall not be held liable to pay a personal injury or property damage claim or
judgment by anyone person which exceeds the sum of $200,000, or any claim or judgments or portions
thereof, which, when totaled with all other occurrence, exceeds the sum of $300,000 from any and all
personal injury or property damage claims, liabilities losses and causes of action which may arise solely as
a result of the perfurmance of this Agreement. However, nothing herein shall be deemed to indemniJY
Contractor from any liability or claim arising out ofthe negligent performance or failure of performance of
Contractor or any unrelated third party. Nothing contained herein shall be deemed a waiver of sovereign
immunity. One percent (1%) of the contract amount shall represent the consideration to be provided for
this indemnification.
15. INSTRUCTION TO BIDDERS
Each bidder must provide and submit to the City with their bid the resume of the Project Manager, and
Project Supervisor who will be assigned to this project.
Each bidder must provide and submit to the City with their bid the attached Sub-Contractors list,
Contractor's Qualifications, Contractor Questionnaire and any and all documents requiring signatures.
Each bidder meeting Section 3 criteria must provide and submit to the City when requested the current
employee roster. City will request ~is roster prior to evaluations.
Each bidder must provide and submit to the City with their bid a list of three (3) references of experience
similar to this project. The list shall include the narne of the company, a contact person, telephone number,
facsimile number and e-mail address. It is the responsibility of the bidder to ascertain that the contact
person will be responsive
The successful Bidder must furnish all of its own equipment and materials for the completion of this
project. In addition, the successful Bidder, within ten 110) days from the Notice of Award, submit the
certificate of insurance, executed contract, and copies of certifications of insurance and licenses for those
Sub-Contractors that will be utilized in this project.
The City of Miami Gardens reserves the right to request proof, at any time throughout the project, of
experience of any and all skilled laborers assigned to this project. Submission of a proposal will be
construed that the bidder is acquainted sufficiently with the site(s) and work to be performed.
A person or affiliate who has been placed on the convicted vendor list following a conviction for public
entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may
not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or public work, may not
submit bids on leases of real property to a public entity, may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not
transact business with any public entity in excess of the threshold amount provided in Section 287,017, for
CATEGORY TWO for a period of36 months from the date of being place on the convicted vendor list.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 18 of 120
City of Miami Gardens
16. PREFERENCES
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
In accordance with the City of Miami Gardens Code of Ordinances Sec. 16, regarding preference to local
business, when evaluation percentages are used to evaluate, and when a non-local business is the highest
ranked Bidder, and the ranking ofa local Bidder is within 10% of the ranking, then the local Bidder shall
proceed to negotiate. When a local business's price is within 10% of the lowest non-local business, then
the local business can offer a best and final bid, within five days of bid opening, equal to or lower than the
amount of the low bid submitted by the non-local business.
In accordance with the City of Miami Gardens Code of Ordinance regarding preference to businesses that
make monetary contributions to local public schools, when evaluation percentages are used to evaluate, and
when a non-contributing business is the highest ranked Bidder, and the ranking of a contributing Bidder is
within 5% of the ranking, then the contributing Bidder shall proceed to negotiate. When a contributing
business's price is within 5% of the non-contributing business, then the contributing business can offer a
best and final bid within five days of bid opening, equal to or lower than the amount of the low bid
submitted by the non-contributing business. Lists of local schools and complete ordinance can be viewed
on the City's web page www.miamigardens-fl.gov.
The City of Miami Gardens encourages Minority Business Enterprises to participate in this solicitation.
Ordinance 2011-01-243, establishes a program enabling the City to collect relevant data to determine if
MBEs that are eligible and qualified to perform services on behalf of the City, are being given the
opportunity to provide these services.
The City of Miami Gardens encourages prime contractor, if subcontractors are to be let, when economically
feasible, to take affirmative steps to assure that Minority Businesses are used when possible. Affirmative
steps shall include:
Placing qualified minority businesses on solicitation lists; Assuring that minority businesses are solicited
whenever they are potential sources; Dividing total requirements, when economically feasible, into smaller
tasks or quantities to permit maximum participation by minority, women's businesses; Establishing
delivery schedules, where the requirement permits, which encourage participation minority businesses;
Using the services and assistance of the Minority Business Development Agency of the Department of
Commerce.
By submitting this bid, Bidder certifies that this offer is made without prior understanding, agreement, or
connection with any corporation, firm or person submitting an offer for the same materials, services,
supplies, or equipment and is in all respects fair and without collusion or fraud.
No Contract will be awarded to a bidding firm who has City elected officials, officers or employees
affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City
Charter relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such
affiliation willlist(s).
17. UNLAWFUL HARASSMENT
Individuals representing City of Miami Gardens, including vendors, contractors, sub-contractor and other
entities conducting business must agree to and adhere to the City's Sexual harassment and Unlawful
Harassment & Retaliation Policy.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 19 of 120
City of Miami Gardens
18. BID DISPUTES
Office o[Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Any actual or prospective Bidder, Proposer, Offeror or Contractor who is aggrieved in c01lllection with a
solicitation or award of a Bid or Contract may avail themselves of the procedures contained in Ordinance
2007-25-131 in order to resolve disputed matters or complaints.
16.1 The Procurement Director shall post a tabulation of the Bid results with intended award
recommendations. Posting shall be on BidSync.com for public viewing.
16.2 Any actual or prospective Bidder who is aggrieved in connection with the solicitation or award of
Contract may file a written protest with the City Clerk and mailed by the protester to all
participants in the competitive process within seventy-two hours (72) hours of the City's
recommendation for award or the City's actual award whichever comes first. The written protest
shall state all the particular grounds on which it is based, shall include all pertinent documents and
evidence. The protest letter to the City Clerk shall include proof of mailing/receipt to other
participants to the bid and shall be accompanied by a cashier's check in the amount of $500.00,
representing the filing fee, plus a cashier's check in the amount of$2,500.00 to reimburse the City
for all administrative costs associated with the appeal process. The $2,500.00 check shall be
returned to the Protester if the Protester prevails in the hearing before the hearing examiner/special
master. If the Protester does not prevail the City shall keep the check. Any grounds not stated
shall be deemed waived.
16.3 Failure to file a timely formal written protest within the time period specified shall constitute a
waiver by the vendor of all rights of protest under this BidlProposal Protest Procedure.
16.4 In the event ofa timely protest, the City Manager shall select a hearing
examiner or special master, who shall be a member of the Florida Bar, who shall hold a hearing
and submit written fmdings and recommendations within fifteen (15) days of the filing of the
protest. The hearing examiner shall consider the written protests, supporting documents in
evidence, the City's recommendations and supporting documentation and all evidence presented at
the hearing. Such finding and recommendation shall be filed with the City Clerk.
The hearing examiner's findings and recommendations shall be final.
Appeals ofa decision by the hearing examiner shall be to the Miami-Dade
County Circuit Court.
19. NON-DISCRIMINATION, EOUAL EMPLOYMENT OPPORTUNITY. AND AMERICANS WITH
DISABILITIES ACT
CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in
its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall
affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the
course of providing any services funded by City, including Titles I and II of the ADA (regarding
nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In
addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against
disabled persons.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 20 of 120
City of Miami Gardens
20_ CONTRACTOR PERFORMANCE REVIEW
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
An interim performance evaluation of the successful Bidder/CONTRACTOR may be submitted by the
project manager during construction of the Project. A final performance evaluation shall be submitted when
the Request for Final Payment to the construction contractor is forwarded for approval. In either situation,
the completed evaluation(s) shall be forwarded to the CITY Director of Purchasing who shall provide a
copy to the successful Bidder/CONTRACTOR upon request. Said evaluation(s) may be used by the CITY
as a factor in considering the responsibility of the successful Bidder/CONTRACTOR for future bids with
the CITY.
21. LITIGATION HISTORY REOUIREMENT
The City will consider a vendor's litigation history infonnation in its review and determination of
responsibility. All vendors are required to disclose to the City all "material" cases filed or resolved in the
three (3) year period ending with the solicitation response due date, whether such cases were brought by or
against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is
a joint venture, the information provided should encompass the joint venture (if it is not newly formed for
purposes of responding to the solicitation) and each of the entities forming the joint venture.
22. LIOUIDATED DAMAGES
In accordance with "Article 3" stipulated in signed/executed contract.
23. LICENSING AND CERTIFICATION REOUIREMENTS
In order to be considered a responsible and responsive vendor for the scope of work set forth in this bid, the
vendor shall possess one of the following licenses. All bidders must possess and send proof of such
possession with their bid, be registered in Miami-Dade County, or a Miami-Dade County License. Work
must comply with all applicable local, state and national codes.
24. PERMITS AND FEES
The awarded proposer shall obtain and pay for all licenses, permits, and inspection fees required for
project(s); and shall comply with all laws, ordinances, regulations and building code requirements
applicable to the work contemplated herein. Damages, penalties, and or fines imposed on the City or
vendor for failure to obtain required licenses or permits shall be borne by the awarded proposer.
25. PAYMENT
Vendor shall submit invoice upon final completion of project and acceptance by the City's representative.
City shall remit payment for all undisputed amounts within thirty (30) days of receipt of invoices. No
down or partial down payments will be made.
26. PURCHASING CARD PROGRAM
The City has implemented a purchasing card program through Bank of America, using the VISA
network. Contractors will receive payment from the purchasing card in the same manner as other Visa
purchases. Accordingly, respondents shall presently have the ability to accept VISA or take whatever steps
necessary to implement the ability before the start of the agreement term. The City can only accept VISA,
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 21 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
however, the purchasing card is not the exclusive method of payment. Please indicate your ability to accept
Visa purchasing card in the designated area in the Bid.
27. DRUG FREE WORKPLACE AFFIDAVIT
Pursuant to section 893.02(4), Florida Statutes, each bidder shall complete the form on Drug Free
Workplace Affidavit and submit same with any bid response. See Attachment.
28. NONDISCRIMINATION, EOUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITII
DISABILITIES ACT
CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in
its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall
affrrmatively comply with all applicable provisions of the he Americans with Disabilities Act (ADA) in the
course of providing any services funded by CITY, including Titles I and II of the ADA (regarding
nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards.
29. TRENCH SAFETY ACT
The Trench Safety Act (TSA) will apply to any individual project that has trenches in excess of 5 feet deep.
30. SPECIAL NOTICE (WHEN APPLICABLE)
31. BATTERY DISPOSAL (WHEN APPLICABLE)
10 accordance with Florida 1993 Solid Waste Act, the manufacturers of heavy metal batteries or the
manufacturers of products powered by such batteries are solely responsible for the reclamation and disposal
of such used batteries as purchased by the City. The City shall not be held liable for any cost associated
with the reclamation and disposal of such batteries
32. NON-COLLUSION
By executing this Contract, Contractor certifies that its offer is made without prior understanding.
agreement, or connection with any corporation, firm or person submitting an offer for the same materials,
services, supplies, or equipment and is in all respects fair and without collusion or fraud.
Construction -ITB Information Form 105 (9/2016)
Office of Procurement Management Page 22 of 120
City of Miami Gardens
SPECIFICATIONS AND REQUIREMENTS
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
NAME OF COMPANY: _______________ _
BID DOCUMENTS
1. Copies:
Bidders may obtain complete sets of the Bid Documents from the issuing office designated in the
Advertisement or Invitation to Bid in the number and for the deposit sum, if any, stated herein.
The deposit will not be refunded.
Bid Documents will not be issued directly to Sub-Contractors or others unless specifically offered
in the Advertisement or Invitation to Bid or in supplementary instructions to Bidders.
Bidders shall use complete sets of Bid Documents in preparing Offers, the City does not assumes
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid
Documents.
In making copies of the Bid Documents available on the above terms, the City does so only for the
purpose of obtaining Offers on the Work and do not confer a license or grant permission for any
other use of the Bid Documents.
2. Interpretation or Correction of Bid Documents:
The Bidder shall carefully study and compare the Bid Documents with each other and with other
work being offered concurrently or presently under construction to the extent that it relates to the
Work for which the Bid is submitted shall examine the site and local conditions and shall at once
report to the City errors, inconsistencies or ambiguities discovered.
Bidder/Contractors and Sub-Contractors requiring clarification or interpretation of the Bid
Documents shall make a written request which shall reach the Procurement Manager, City of
Miami Gardens as specified in the Invitation to Bid.
Interpretations, corrections and changes of the Bid Documents will be made by Addendum.
Interpretations, corrections, and changes of the Bid Documents made in any other manner will not
be binding and Bidders shall not rely upon them.
BID PROCEDURES
3. Form and Style of Bids:
Bids shall be submitted on forms identical to the form included with the Bid Documents.
All blanks on the bid form shall be filed digitally or manually in ink.
Where so indicated by the makeup of the bid form, sums shall be expressed in both words and
figures, and in case of discrepancy between the two, the amount written in words shall govern.
Specification and Requirements Form 120 (9/2016)
Office of Procurement Management
Page 23 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Interlineations, alterations and erasures must be initialed by the signer of the Bid submittal.
All requested Alternates shall be proposed if no change in the Total Bid Price is required enter
''No Change".
Where two or more Bids for designated portions of the Work have been requested, the Bidder
may, without forfeiture of the bid security, state the Bidder's refusal to accept award of less than
the combination of Bid submittals stipulated by the Bidder. The Bidder shall make no additional
stipulations on the bid form nor qualify the Bid submittal in any other manner.
Each copy of the Bid submittal shall include the legal name of the Bidder and a statement that the
Bidder is a sole proprietor, partnership, corporation or other legal entity. Each copy shall be
signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid
submittal from a corporation shall further give the state of incorporation and have the corporate
seal affixed. A Bid submitted by an agent shall have a current power of attorney attached
certifying the agent's authority to bind the Bidder.
4. Submission of Bids:
All copies of the Bid, the bid security, if any, and other documents required to be submitted with
the Bid shall be enclosed in a sealed package. Quantity of bids per envelope shall be one. The
envelope shall be addressed to the party receiving the Bid submittals and shall be identified with
the Project name, the Bidder's name and address and, if applicable, the designated portion of the
Work for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be
enclosed in a separate mailing envelope with notation "SEALED IMPORTANT BID
ENCLOSED" on the face thereof.
Bids shall be deposited at the designated location prior to the time and date for receipt of Bids.
Bid submittals received after the time and date for receipt of Bids will be returned unopened.
The Bidder shall assume full responsibility for timely delivery at the location designated for
receipt of Bid submittals.
Oral, telephonic or telegraphic Bids are invalid and will not receive consideration.
5. Contract Price:
Contract Price is to include the furnishing of all labor, materials, overhead expense, equipment
including tools, services, for the completion of the Work except as may be otherwise expressly
provided in the Contract Documents.
6. Modification or Withdrawal of Bid:
A Bid submittal may not be modified, withdrawn or canceled by the Bidder during the stipulated
time period following the time and date designated for the receipt of Bids, and each Bidder so
agrees in submitting a Bid.
Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or
withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such
notice shall be in writing over the signature of the Bidder or by telegram, if by telegram, written
Specification and Requirements Form 120 (9/2016)
Office of Procurement Management Page 24 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
confrrmation over the signature of the Bidder shall be mailed and postmarked on or before Ibe date
and time set for receipt of Bid submittals. A change shall be so worded as not to reveal Ibe
amount of the original Bid.
Wilbdrawn Bids may be resubmitted up to Ibe date and time designated for Ibe receipt of Bids
provided that Ibey are then fully in conformance wilb Ibese instruction to Bidders.
Bid security, if required, shall be in an amount sufficient for Ibe Bid submittal as modified or
resubmitted.
CONSIDERATION OF BIDS
7. Opening of Bid submittals:
Unless stated otherwise in the Advertisement or Invitation to Bid, the properly identified Bid
submittal received on time will be opened publicly and will be read aloud. An abstract of the Bid
submittals will be made available at BidSync.com.
Rejection of Bid submittals:
The City shall have the right to reject any or all Bid submittals, reject a Bid submittal not
accompanied by a required bid security or by other data required by the Bid Documents, or reject a
Bid submittal which is in any way incomplete or irregular.
Acceptance of Bid submittal (Award):
It is Ibe intent of Ibe City to award a Contract to the lowest qualified responsible Bidder provided
Ibe Bid submittal has been submitted in accordance with the requirements of the Bid Documents
and does not exceed the funds available. The City shall have the right to waive informalities or
irregularities in a Bid submittal received and to accept the Bid, which in Ibe City's judgment, is in
Ibe City's own best interests.
Bids shall be considered only from frrms normally engaged in performing the type of work
specified within the Contract Documents. Bidder must have adequate organization, facilities,
equipment, and personnel to ensure prompt and efficient service to the City.
Determination of the lowest qualified responsible Bidder, in addition to price, there shall be
considered Ibe following:
1. the ability, capacity and skill oflbe ·bidder to perform Ibe Contract
2. whether the Bidder can perform the Contract within the time specified, without
delay or interference
3. the character, integrity, reputation, judgment, experience and efficiency of the
Bidder
4. the quality of performance of previous contracts
5. the previous and existing compliance by the Bidder wilb laws and ordinances
relating to the Contract
The City shall have the right to accept Alternates in any order or combination unless olberwise
specifically provided in the Bid Documents, and to determine the low Bidder on the basis of the
sum of the Total Bid Price and Alternates accepted.
Specification and Requirements Form 120 (9/2016)
Office of Procurement Management
Page 25 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Bid submittals shall remain in effect for a period of not less than 90 days or more than 120 days
after receipt of bids.
POST-BID INFORMATION
8. Contractor's Qualification Statement:
Bidder to whom award of a Contract is under consideration shall submit to the City, upon request,
a properly executed Contractor's Qualification Statement, unless such a Statement has been
previously required and submitted as a prerequisite to the issuance of Bid Documents.
FORM OF AGREEMENT BETWEEN CITY AND CONTRACTOR
9. Form to Be Used:
The Agreement for the Work is written by the City Attorney and a draft is included in the Bid
Documents.
End of Instructions to Bidders
Specification and Requirements Form 120 (9/2016)
Office of Procurement Management Page 26 of 120
City of Miami Gardens
ATTACHMENT A
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
INVITATION TO BID (lTB) NO. 15-16-039(A)
SIDEWALK REPLACEMENT AND INSTALLATION ANNUAL CONTRACT REBID
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The City of Miami Gardens, acting as lead City for the Southeast Florida Governmental
Purchasing Co-operative Group, is actively seeking sealed bids from licensed contractorCs) for an
annual contract for the replacement and installation of new sidewalks on an as needed basis to the
City and the Co-Op in full accordance with the specifications, terms and conditions herewith from
a source(s) that will give prompt and efficient service.
2.2 TERM OF CONTRACT:
It is requested that the bidderCs) quote fixed unit prices that will be guaranteed to the City of
Miami Gardens and the Southeast Florida Governmental Cooperative for an initial period of one
(1) year, which is expected to begin after contract award. The City reserves the right to exercise
the option to renew annually (subject to the appropriation of funds), not to exceed a maximum of
four (4) years. Annual renewals will be based on the successful bidder(s) agreeing to the same
terms and conditions and by filing written notice to the City not less than ninety (90) days prior to
renewal date of any adjustment in the contract amount. Contract renewal shall be the City's.
prerogative; not a right of the bidder. This prerogative will be exercised only when such
continuation is clearly in the best interest of the City. This contract may not be an exclusive
contract.
No price increase will be accepted during the initial contract period. Renewal terms allow for a
request for an increase at the time of renewal based on bidder's second and third year hourly rates.
No more than one price increase will be accepted during the renewal period.
The contractor may make application for price adjustment to the renewal contract if the Consumer
Price Iodex; U.S. Bureau of Labor Statistics; All Urban Consumers; U.S. City Average; that
occurred between the newestC.P.I. index publication available at time of request increases _5_%
or more during this period of the contract.
If during the contract period, the total C.P.1. decreases 3% or more, the contractor is required to
extend to the City a price decrease equal in percentage to the percentage of the index.
Orders will be placed to vendors on as-needed when needed basis to meet each City's
requirements.
2.3 METHOD OF AWARD:
Award of this contract will be made to the lowest responsive, responsible bidder by total bid price.
A bidder must bid on all items within the bid sheet to be considered for award; otherwise, the bid
will be constmed as incomplete and shall be rejected. The City reserves the right to award a
primary and secondary contractor if it is in the best interest of the City and the Co-Op based on
total bid price. Purchase Orders for task orders will be made on the basis of the unit prices
submitted.
Page 27 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
These items and quantities are projections, and shall not be construed as a base bid or a guaranteed
amount.
2.4 PAYMENT:
Payment will be made upon final completion and acceptance, by the City, of each assigned
project. Payments will be made in accordance with Florida Prompt Payment -45 days from
receipt of invoice. No draws or partial payments will be made while work is in progress.
The City will pay the contract price minus any liquidated damages and/or other damages to the
Contractor upon final completion and acceptance.
Bidder must submit a lump sum price inclusive of all labor, parts/supplies, equipment needed to
furnish, deliver, erect, install and connect completely all of the material and appliances described
herein and in the drawings, and supply all other incidental material and appliances, tools,
transportation, etc., required to make the work complete and to leave the area in first class
operating condition.
PURCHASING CARD PROGRAM:
The City has implemented a purchasing card program through Bank of America, using the VISA
network. Contractors will receive payment from the purchasing card and have the ability to accept
VISA or take whatever steps necessary to implement the ability before the start of the agreement
term. The City can only accept VISA, however, the purchasing card is not the exclusive method of
payment. Please indicate your ability to accept Visa purchasing card in the designated area of the
Bid.
INVOICES:
Invoices submitted for payment shall contain the purchase order number and/or work orderlbid
number; details of service( s) performed including service date, unit costs and location of service.
Copies of invoices or other appropriate documentation shall be provided for each job to support
their actual costs prior to reimbursement upon request from the City. Failure to itemize the
aforementioned shall result in the invoice being returned for adherence to the same.
2.5 COMPLETION TIME:
Contractor shall actively start each project within fourteen (14) calendar days after written
Purchase Orders/task orders (furnished by mail or facsimile) and shall stipulate final completion
time in consecutive calendar days prior to start of each task order.
The Work shall be carried on regularly and uninterruptedly with sufficient force to insure its
completion with the time limit set. Failure to begin shall render the Contractor liable to the City
for the sum of One Hundred Dollars ($100.00) per day as liquidated damages for each and every
calendar day delay in commencing work. For reasons satisfactory to the City's Representative, the
City may waive any claims on the Contractor for the damages referred to.
The City seeks a source of supply that will provide accurate and timely completion. The awarded
contractor must adhere to completion schedules. If, in the opinion of the Public Works Director,
Page 28 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
the successful contractor fails at any time to meet the requirements herein, including completion
requirements, then the contract may be cancelled upon written notification for default of contract.
2.6 FAILURE TO PERFORM:
If, in the opinion of the City's representative, the Contractor refuses to begin work, improperly
perform said work, or shall neglect or refuse to take out or rebuild such work, as shall have been
rejected or as being defective or unsuitable, then City's representative may notify the Contractor to
repair and replace work immediately or discontinue all work under this Contract.
If at any time the City's representative shall be of the opinion that the said work is being
unnecessarily delayed and will not be finished within the prescribed time then City's representative
may notify the Contractor to discontinue all work under this Contract. The Contractor shall
immediately respect said notice and stop said work and cease to have any rights in the possession
of the ground and shall forfeit this contract.
The City may thereupon look to the next lowest and responsive and responsible contractor to
complete the work or advertise for bids and let a contract for the uncompleted work in the same
manner as was followed in the letting of this Contract and charge the cost thereof to the original
Contractor upon his contract. Any excess cost arising therefrom over and above the original
contract price shall be cbarged to tbe Contractor.
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder is awarded a contract under this solicitation, the prices quoted by the bidder on the
Bid Sheet shall remain fixed and firm during the term of this contract; provided, however, that the
Bidder may offer incentive discounts from this fixed price to the City at any time during the
contractual term.
2.8 CONTACT PERSON:
For any additional information regarding the specifications and requirement of this proposal,
contact: Scott Shaw, Fax: (305) 474-1285, e-mail: sshaw@miamigardens-fl.gov.
2.9 BID BOND: Ten Percent (10%)
Each Bid submittal shall be accompanied by a bid security equal to ten percent (10%) of the
vendor's total bid amount pledging that the Bidder will enter into a Contract with the City on the
terms stated in the Bid document and will, if required, furnish bonds covering the faithful
performance of the Contract and payment of all obligations arising there under. Should the Bidder
refuse to enter into such Contract or fail to furnish such bonds, if required, the amount of the bid
security shall be forfeited to the City as liquidated damages, not as a penalty, the City and Bidder
having agreed that the damages which will be suffered by the City are not subject to specific
ascertainment.
2.10 PERFORMANCE BOND:
When requested by the City, the proposer to whom a contingent award is made, shall duly execute
and deliver to the City a Performance and Payment Bond in an amount that represents one
hundred (100%) percent of the vendors offer price, to be in the form of a bond written by a surety
company authorized to do business in the State of Florida and shall comply with State Statue
Page 29 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
287.0935; a Cashier's Check, made payable to the City of Miami Gardens; or an Irrevocable
Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami-Dade
County, be in the amount of the contract and should clearly and expressly state that it cannot be
revoked until express written approval has been given by the City of Miami Gardens. The City, to
draw on the same, would merely have to give written notice to the bank with a copy to the
successful proposer. The successful proposer shall submit the stipulated performance and
payment bond within ten (10) calendar days following notice of award. Should the awarded
proposer fail to deliver the Performance and Payment Bond within the specified time, the proposer
shall surrender its offer guaranty/bid bond.
2.10 LIQUIDATED DAMAGES:
In accordance with "Article 3" stipulated in signed/executed contract.
2.11 BID CLARIFICATION:
Any questions or clatifications concerning this Invitation to Bid shall be submitted in writing by
mail or facsimile to the Office of Procurement Management, 18605 N.W. 27th Avenue Miami
Gardens, FL 33056, FAX: (305) 474-1285. The bid title/number shall be referenced on all
correspondence. All questions must be received no later than November 2, 2016 at 3:00PM local
time. All responses to questions/clatifications will be sent to all prospective bidders in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID
DEADLINE.
2.12 CONDITIONS OF WORK:
If propetty (public or private) is damaged performing work specified or is removed for the
convenience of the work, it shall be repaired or replaced at the expense of the contractor in a
marmer acceptable to the City. Such propetty shall include but not limited to: but not be limited
to: structures, parkways, sidewalks, curbs and gutters, driveways, walls, fences, water features,
footings, underground utilities, sod, shrubs, and trees.
Contractor shall submit to the City authorized personnel for review, pictures or video of the work
site( s) having pre~existing damage to structures, parkways, sidewalks, approaches, sod, swales,
adjacent improvements, etc. before beginning work. Failure to do so shall obligate the contractor
to make repairs per above paragraph.
2.13 PROTECTION:
Contractor shall be solely responsible for pedestrian and vehicular safety and control within the
work site and shall provide the necessary warning devices, barricades and ground personnel
needed to give safety, protection and warning to persons and vehicular traffic within the area. All
safety devices must have suitable and sufficient lighting for the prevention of accidents. All
minimum safety standards required by Municipal, County, State and Federal ordinances and laws
shall be strictly met by the contractor.
2.14 HOURS OF WORK:
Contractor will perform work Monday through Thursday 7:30AM to 5:30PM unless otherwise
requested in writing by the City. Only clean-up and other items not requiring inspections can be
Page 30 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
done outside the above normal City work hours. Additional Friday and Saturday hours (excluding
holidays) shall be arranged on an as needed basis with prior written approval given by the City.
The Contractor shall pay for the cost of the City's inspector if Contractor works outside of normal
City work hours.
2.15 EMPLOYEES:
Contractor shall be responsible for the appearance of all working personnel assigned to the project
(clean and appropriately dressed at all times). Personnel must be able to supply proper
identification at all times.
All employees of the contractor shall be considered to be at all times the sole employees of the
contactor, under the contractor's sole direction, and not an employee or agent of the City. The
contractor shall supply competent and physically capable employees and the City may require the
contractor to remove any employee it deems careless, incompetent, insubordinate or otherwise
objectionable and whose presence on City property is not in the best interest ofthe City. City
shall not have any duty to implement or enforce such requirements.
Each employee of the Contractor shall be citizen of the United States or an alien who has been
lawfully admitted for permanent residence as evidence by an Alien Registration Receipt Card.
The Contractor agrees not to employ any person undergoing sentence of imprisonment except as
provided by Public Law 89-176, September 10, 1965, (18 USC4082)(c)(2).
Contractor shall assign an on-site, "On Duty" supervisor who speaks and reads English.
2.17 SAFETY MEASURES:
Contractor shall take all necessary precautions for the safety of employees, and shall erect and
properly maintain at all times all necessary safeguards for the protection of the employees and the
public. Danger signs warning against hazards created by hislber operation and work in progress
must be posted.
All employees of contractor shall be expected to wear safety glasses or goggles, appropriate
clothing, and hearing protection when and wherever applicable. The contractor shall use only
equipment that is fully operational and in safe operating order. Contractor shall be especially
careful when servicing property when pedestrians and/or vehicles are in close proximity -work
shall cease until it is safe to proceed.
2.18 ACCIDENTS:
The Contractor shall provide such equipment and facilities as are necessary or required, in the case
of accidents, for first aid service to any who may be injured in the process of the Work.
The Contractor shall comply with OSHA requirements as defined in the United States Labor Code
29 CPR 1926.50
2.20 STORAGE OF MATERIALS:
The contractor must provide for own storage of material and equipment, if needed. No on-site
storage is permitted at the work area or other public areas.
Page 3t of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Safeguarding of all Contractor-owned equipment, tools, materials, vehicles and surplus fabric is
the responsibility ofthe contractor and employees. The City of Miami Gardens assumes no direct
or implied responsibility for the theft, vandalism, injury or other undesirable actions occurring to
or performed with any Contractor-owned materials.
2.21 PERMITS:
No permits are required for the City of Miami Gardens, however, inspections shall be made in
accordance with Section 03.1602 Quality Assurance.
Contractor shall be responsible for obtaining any permits required by the other participating
agencies.
Contractor shall veriJY all locations of underground utilities with Sunshine One Call, Peoples Gas,
Southern Bell, TCI cable, etc. prior to any work.
Contractor shall contact proper authorities for raising utility boxes (manhole covers, valve boxes,
water meters, sanitary sewer clean-outs).
All work not stated herein shall be in compliance with the Florida Building Code and all other
national, state, and local codes and regulations. All perinits to be posted on job site.
All inspections shall be requested a minimum of twenty-four (24) hours prior to inspection.
Inspection shall be required at the following stages of construction:
a. Subgrade prep completion
b. Sidewalk and curbing formed prior to pouring concrete
c. Paving and compacted lime rock
d. Final
2.22 DISPOSAL OF WASTE:
Contractor shall be responsible for disposal of waste materials, rocks, vegetation, concrete, spoil,
existing irrigation material, containers and any and all excess materials, etc. at an off site location
on a daily basis in accordance with local, state and federal regulations. City dumpsters are not to
be used by contractor.
2.23 WARRANTY:
The successful contractor will be required to warranty all materials and workmanship to be in
compliance with the specifications for a period of twelve (12) months after acceptance of project.
2.24 REFERENCES/CONTRACT EXPERIENCE:
Each bid submittal must be accompanied by a mlDlmum of three (3) references, of prior
experience and similar work which shall include contact person, telephone number, facsimile
number and e-mail address. It is the responsibility of the bidder to ascertain that the contact person
will be responsive.
Page 32 of 120
City of Miami Gardens
2.25 COMPLETE PROJECT REQUIRED:
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622·8000 FAX (305) 474·1285
These specifications describe the various items or classes of work required, enumerating or
defining the extent of same necessary, but failure to list any items or classes under scope of the
several sections shall not relieve the contractor from furnishing, installing or performing such
work where required by any part of these specifications, or necessary to the satisfactory
completion of the project.
2.26 BID SUBMITTAL:
All bids submitted shall include the completed Bid Sheet and all required product information and
any other items as indicated on the Bid Sheet. Bids will be considered ''Non·Responsive'' if the
required information is not submitted by the date and time specified.
Before submitting bid, each bidder shall make all investigations and examinations necessary to
ascertain if any addendums were issued by the Office of Procurement Management.
2.27 BIDDER QUALIFICATIONS:
In order for bid submittals to be considered, bidders must submit with their bid, evidence that they
are qualified to satisfactorily perform the specified work. Evidence shall include all information
necessary to cerdry that the bidder: maintains a permanent place of business; possess the required
licenses; has technical knowledge and practical experience in the type of equipment included in
this scope of work; has available the organization and qualified manpower to the work and has
adequate financial status to meet the financial obligations incident to the work.
In order for bid submittals to be considered, bidders must submit with their bid, evidence that they
are qualified to satisfactorily perform the specified work and meet the minimum
qualifications. The miniruum qualifications shall include: 1) a current general contractor's
license; 2) at least three (3) years experience as prime contractor in the installation of sidewalks on
public right of ways for public sector agencies, with more experience desirable. Bidder must
provide the specified number of references and documentation demonstrating the same or similar
work experience for a public sector entity. Evidence shall include all information necessary to
certiry that the bidder: maintains a permanent place of business; possesses the required licenses;
has technical knowledge and practical experience in the type of equipment required and included
in this scope of work; has available the organization and qualified manpower to perform the work
and has adequate bonding capacity to meet the payment and performance obligations and
guarantees necessary to ensure completion ofthe work.
2.28 LATE PROPOSALS:
The City of Miami Gardens cannot accept bid submittals received after opening time and
encourages early submittal.
2.29 EXCEPTIONS TO SPECIFICATIONS:
Page 33 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Exceptions to the specifications shall be listed on the Bid Sheet and shall reference the section.
Any exceptions to the General or Special Conditions shall be cause for the proposal to be
considered non-responsive.
2.30 COMPLETE INFORMATION REQUIRED ON BID SHEET:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a
valid proposal, the ORIGINAL AND THREE COPIES of the Invitation to Bid and Bid Sheet
pages must be returned, properly completed, in a sealed envelope as outlined in the frrst paragraph
of General Conditions.
STATEMENT OF BIDDER'S EXPERIENCE
PROOF OF INSURANCE
REFERENCES
CONTRACTORQUESTIONNAffiE
SUB-CONTRACT LIST
2.31 PARTICIPATING AGENCIES:
Each participating governmental City will be responsible for issuing its own Purchase
Obligations/task orders. Each City will require separate billings, be responsible for payment to the
awarded contractor and issue its own tax exemption certificates as required by contractor.
Invoicing instructions, site locations, and bonding requirements, if applicable, will be in
accordance with the respective City's requirements.
Any reference in this document to a single City, will be understood as referring to all participating
agencies referenced in this bid.
Municipalities and other governmental agencies which are not members of the Southeast
Florida Governmental Cooperative Purchasing Group are strictly prohibited from utilizing
any contract or purchase order resulting from this bid award. However, other Co-Op
members may participate in this contract for new usage, during the contract term, or on any
contract extension term, if approved by the lead City_ New Co-Op members may participate
in any contract, on acceptance and approval by the lead City.
A contact list, (consisting of Name, Agency, Address, and Phone number), of participating
agencies will be provided. City of Miami Gardens, as lead agency, reserves the right to add to this
list.
Page 34 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
INVITATION TO BID (ITB) NO. 15-16-039(A)
SIDEWALK REPLACEMENT AND INSTALLATION ANNUAL CONTRACT REBID
3.0 TECHNICAL SPECIFICATIONS
GENERAL SCOPE OF WORK -Contractor will not be required to replace or install less than a
combined 100 linear feet of sidewalks within one square mile per task order and/or purchase order.
A. Contractor shall furnish all materials, labor, supervision, and transportation, permits, licenses,
equipment and any incidentals necessary to perform these services as stated herein.
B. The work includes removal of grass and other materials to prepare the groond for sidewalk
installation. Additional tasks will include installation of handicap ramps at intersections of Streets
and Avenues where indicated by each City. All form work and site preparation shall be conducted
with minimum impact andlor damage to the adjacent properties.
C. Remove and dispose of existing trees as indicated by each City. All trees to remain shall be
preserved. See Tree Removal and Preservation Specifications. Size of tree will be paid based on
proof from the contractor of size. If proof is not provided, each City will make such determination
of size deemed acceptable.
D. New four andlor six inches thick sidewalks shall be constructed in accordance with Florida
Accessibility Code for Building Construction, latest edition, and Section 522 of the FDOT-
SSR&BC, latest edition and other requirement as required.
E. Handicap ramps shall be installed at intersections of Streets and Avenues within the ROW only,
per Typical Handicap Ramp Layout Detail.
F. Any disturbed swale areas, private property, other public property shall be re-sodded per Sod
Specifications and graded properly as per specifications at the Contractor's expense.
G. Where any existing elevation is lower than sidewalk, lime rock must be spread and compacted to a
minimum of95%. Lime rock may be used where there is no approach and between new sidewalk
to fill any gaps. Compacted to avoid settling. Delivery Ticket must be provided to City to
determine payment. City Engineer must pre-approve.
H. Any damage to the roadway, driveway approaches, driveways, abutting sidewalks, aprons
surrounding catch basins, manholes, etc. shall be repaired at no expense to the City, if determined
Page 35 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
by the City to be repairs due to negligence or lack of coordination on the part of the Contractor.
Re-paving shall be per Pavement Specifications and Miami-Dade County Public Works Manual.
I. Purchase and installation of Florida #1 Live Oak Trees, Mahogany, Crape Myrtle and or Silver
Buttonwood with 10' tol2' overall height.
J. Drawings added include the following:
1. Planting Detail
2. FOOT Curb and Gutter Index 300
3. Pedestrian Ramps, FOOT Index 304
4. Sidewalk Detail, FOOT Index 310
5. Dade County Public WOlKS Department Standard Road Detail Pedestrian Ramps In
Public ROW R 13.3.
K. At the discretion and direction of each City, each block where sidewalks are to be installed,
surveys will be required to establish RO.W. centerline and width and/or to establish the required
property line for the construction of new sidewalks. This service shall be performed by a
Professional Registered Surveyor in the State of Florida.
03.151 SECURITY
END OF SECTION
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 031500
TEMPORARY FACILITIES
A. The contractor is responsible for project security. Contractor shall protect and secure the site,
materials, and equipment from theft and damage, by whatever means deems effective, at
Contractor's cost.
B. Work site(s) must be protected properly in accordance with all Federal, State, County and
Municipal laws and ordinances, at the end of each work day and weekends.
03.152 SPECIAL CONTROLS
A. Water Control:
1. Keep excavations dry.
Page 36 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
2. Shape excavations, particularly piles of excavated material, so as to divert water from
excavations and low spots.
B. Erosion and Sedimentation Control:
1. Prevent the pollution of land, air and water and control the erosion, washout and surface
runoff of earth and stockpiled materials.
2. Fill material shall contain no organic matter other than the normal organic component of
topsoil.
3. Immediately upon completion of final grading, stabilize graded areas with temporary or
pennanent vegetation, mulch, or paving.
03.153 MAIN1ENANCE OF TRAFFIC
A. Control ofvehic1es and Persons:
1. Provide trained personnel to assure the orderly flow of vehicular traffic during
construction.
2. Contractor shall submit a Maintenance of Traffic Plan (MOT) for review and acceptance
by each City when required.
3. Upon completion of work each day the lanes shall be opened to traffic. Lane closure
procedures shall be in accordance to the F.D.O.T. standards ..
4. Ensure that private property driveways are usable upon completion of daily work.
B. Limit of Operations:
1. Any damage or alterations to area outside limit of operations shall be returned to original
condition within 24 hours at no cost to the City.
03.154 PROJECT IDENTIFICATION
A. No signs, or advertisements will be allowed to be displayed on the premises without the approval of
each City's Representative.
03.155 PROJECT HOUSEKEEPING
A. Trash Disposal
Page 37 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
1. Keep adjacent streets and site free from accumulations of waste materials and rubbish.
2. Provide central waste area with containers for at least daily removal.
B. Burning:
1. Do not burn any trash or other material on site.
C. Material Removal! Additional Soil:
1. Excess material, including demolished material, roots from trees, excess earth and excess
building materials are property of the contractor and shall be removed from site daily and
legally disposed of.
2. All material excavated or brought to the project for use/reuse shall be piled within the
Public Rigbt-of-Way in a location previously approved by the City.
3. The Contractor shall leave all locations in an acceptable marmer once concrete has been
poured. Contractor shall coordinate work to ensure that all sites are clean, sodded as
required, and acceptable prior to mobilizing to other locations.
4. The Contractor sball replace any sad, concrete and/or asphalt removed, damaged or
displaced during demolition or performance of work at Contractor expense.
03.1601 DESCRIPTION
END OF SECTION
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 031600
POURED CONCRETE
Sidewalks & Handicap Ramps & Curbs
A. Provide poured concrete at locations where no sidewalks or ramps exist to be per drawings and
specifications
B. Provide poured concrete in locations where existing sidewalk must be replaced per drawings and
specifications
C. Provide curb cuts where proposed sidewalks andlor handicap ramps are installed and there is a
conflict with existing curbs. Curb cuts shall be per FDOT design standards. All curbs shall be cut
Page 38 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
and transitioned in an acceptable manner. All surrounding pavement, sod, asphalt shall be
restored to match the elevation of new concrete curbing and sidewalk at the Contractor's expense.
03.1602 QUALITY ASSURANCE
A. Testing and inspection ofIru;tallation
I. Concrete shall not be poured, placed or installed until such time of an inspection of forms
has taken place by the City authorized personnel. inspections shall be made to verify
appropriate compaction of subbase and to check forms for line and grade.
2. The City will inspect the installation. If any concrete is found to be installed improperly,
the Contractor will be required to remove and replace promptly. Upon notifications from
the contractor, the City will perform a re-inspection. Should additional concrete be found
to be unsatisfactorily installed, and additional inspections required, these inspections shall
be at the Contractor's cost, at the discretion of the City.
03.1603 PRODUCTS
A. Concrete
1. Forms:
Steel, wood, or other suitable material of size and strength to resist movement during
concrete placement. Conform to ACI 301.
2. All Joints if required by City:
Joints must be scribed to help prevent cracking per FOOT design standards
3. Concrete Mix Design:
Mix concrete shall be provided from a FOOT approved supplier. Mix design
certification will be required before the unset of any work
Design Mix to produce normal-weight concrete coru;isting of Portland cement, aggregate
and water to produce the following properties:
a. Compressive strength: 3000 psi, minimum at 28 days
b. Slump range: 4" to 6"
c. Un-reinforced
B. Biobarrier
1. Hort Enterprises -Ft. Lauderdale (954) 771-5761 or equal. Twelve inch (12") wide roll.
Page 39 of 120
City of Miami Gardens
C. Lime Rock -Miami Oolite Formation
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
1. Lime rock shall be in accordance with FDOT Standard Specifications for Road and
Bridge Construction, Section #911 or latest edition. Material shall be fragmented or
broken up to such a size that not less than 97% will pass a 3 1/3" sieve.
a. Carbonates of Calcium and Magnesium Min. 60.0
OR LBR exceed 150
b. Organic Matter Max. 0.5
D. Detectable Warning Surfaces
1. Cast-In-Place type shall be in accordance with ADA Regulation for Detectable Warning
on Curb Ramps and shall consist of a surface of truncated domes aligned in a square of
radial grid pattern and shall comply with R304.
2. Replaceable or Surface Mount type shall be in accordance with ADA Regulation for
Detectable Warning on Curb Ramps and shall consist of a surface of truncated domes
aligned in a square of radial grid pattern and shall comply with R304.
03.1604 EXECUTION
A. Inspect surfaces for conditions that will adversely affect the quality of installation. Do not proceed
with the installation until adverse conditions have been corrected.
B. Compact subbase surface immediately before placing concrete.
C. Clearing and grubbing, removal and disposal of existing dirt, grass, roots.
D. Replace organic material with clean fill and installed up to 6" lifts and compact to a minimum of
95% compaction. Contractor shall submit type of clean fill for City's approval prior to
construction.
E. The City has the right to request compaction test at locations chosen by the City. Should
compaction tests be found to be unsatisfactory, and additional testing will be required, these
compaction tests shall be at the Contractor's cost, at the discretion of the City.
F. Concrete finishing:
a. Smooth surface by screeding and floating. Produce a uniform texture.
Page 40 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
h. Work edges ofslah to a)-2" radius. Eliminate tool marks on concrete surface.
c. Broom finish after excess moisture has disappeared.
d, Concrete finishes with graffiti or indentations are unacceptable and must be replaced at
the Contractor's expense,
03,1605 INSTALLATION
A, General: Comply with requirements Florida Accessibility Code for Building Construction, latest
edition, and Section 522 of the FDOT -SSR&BC, latest edition and other requirement as required,
B. All sidewalks shall be a minimum of four inches (4") thick except across driveways, driveway
approaches, and first five feet (5') of ramps closest to paved roadways where they shall be a
minimum of six inches (6") thick.
C. Sidewalk elevation shall be two inches (2") above the crown of the road, at the back side of the
sidewalk, and the pitch shall be Yo inch per foot toward the road. Elevation may be adjusted, based
on the existing grade, as approved by the City.
D. Contractor shall ensure that where handicap ramps are installed per FDOT design standards. The
cut shall be provided at least one foot (1') behind the transition point. All modifications to the
curb shall match existing curbs and shall be flush without exception.
E. No wire or wire mesh shall be utilized.
F. Concrete shall not be poured, placed, or installed until such tiroe as an inspection ofall sites has
taken place as per Section 3.1602 QUALITY ASSURANCE. IF ANY WORK OR PORTION
OF WORK HAS NOT BEEN INSPECTED AS PER SECTION 3.1602, THAT PORTION
OF WORK SHALL BE IMMEDIATELY REMOVED AND REPLACED ONCE THE
INSPECTION HAS BEEN CONFIRMED AT NO COST TO THE CITY.
G. Place concrete using methods which prevent segregation of mix. Consolidate concrete along face
of forms and adjacent to transverse joints with internal vibrator. Keep vibrator away from joint
assemblies, or side forms. Use only square-faced shovels for hand-spreading and consolidation.
Consolidate with care to prevent dislocation ofre-enforcing, dowel, and joint devices.
H. Deposit and spread concrete in a continuous operation between transverse joints, as far as possible.
Page 41 01120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
1. Contractor shall replace all damaged or misaligned private walkways and driveways with a
transition to the private property at 8 to 1 maximum fill slope transition. AlIother locations shall
have a 4 to I fill slope transition. Organic material or lime rock, City will determine which
material, may be used in areas outside walkways and driveways that require fill slopes.
J. Avoid premature cracking by installing expansions joint where and when required by City, per
FDOT specification.
K. Utility boxes shall be raised to sidewalk elevations or flushed with sidewalk as to prevent trip
hazard. If existing water meter boxes are broken prior to installation, the Contractor will supply
. replacement. If utility boxes are broken during installation Contractor must replace at its own
expense.
L. Install Bio-barrier prior to forming and pouring concrete.
M. Install Bio-barrier at existing trees and new trees. Length ofbiobarrier shall be ten feet (10') long
centered on the tree by twelve inch (12") deep at one inch -two inch (1"-2") below the top of the
sidewalk. See Section 31800 for additional information.
N. Concrete shall not be poured, installed or place around manholes, cleanouls, or other structures
until they are at required elevations and alignment. Contractor shall notifY the City in writing of
manholes, cleanouts, or other items that may require relocation or modification prior to pour.
O. All sidewalk that the City has determined to be replaced due to deterioration, cracking, uplifting,
improper sloping, misalignments, grade, etc. will be removed and replaced as required by
specification.
P. Removal of existing sidewalk shall be performed by saw cutting the section of unacceptable
sidewalk (as determined by the City) at the nearest acceptable five foot (5') flag. New sidewalk
shall be poured in its place as established by specifications.
Q. All areas where existing sidewalk is to be replaced must be prepared and graded to match adjacent
sidewalk flags.
R. All replacement sidewalk sections shall be installed to match the existing sidewalk elevation.
Page 42 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
S. Contractor shall restore all sites to the pre-existing condition or better, adding sod at Contractor's
expense if existing is damaged. If existing site, prior to sidewalk replacement/installation, does
not have sod, clean fill (soil) must be added to avoid gaps next to sidewalk.
T. Cast-In-Place tactile units shall be used for new ramp locations. Tactile units can be pre-filled
wlconcrete and set in place or pressed into place in freshly poured concrete. On ramps that are
perpendicular with curb line the dome pattern shall be in-line with the direction of travel. On
ramps intersecting curbs on a radius, the dome pattern shall be in-line with the direction of travel
to the extent practical.
U. Replaceable or Surface Mount tactile units shall be used on existing concrete or damaged existing
detectable warning surfaces. Installation area shall be cleaned of all debris, oil and grease, to
ensure area is completely free of moisture. All concrete dust present on the tactile panel resulting
from drilling process must be cleaned off tactile panel prior to using any caulking materials.
Caulk around perimeter of entire installation using Sonneborn NPI or approved equivalent. On
ramps that are perpendicular with the curb line the dome pattern shall be in-line with the direction
of travel. On ramps intersecting curbs on a radius, the dome pattern shall be in-line with the
direction of travel to the extent practical.
03.1701 PROTECTION
END OF SECTION
031600
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 031700
PROTECTION STORM DRAINS
A. All storm drain inlet must be protected, from sediments entering the storm water conveyance
system prior to disturbance to the area.
B. All sediment and erosion control practices must be in accordance with the Florida Department of
Environmental Protection Storm Water Sediment and Erosion Control Manual Section 4.08
(Storm Drain Protection Procedures) (Best Management Practices BMPs).
END OF SECTION
031700
Page 43 of 120
City of Miami Gardens
03.1801 DESCRIPTION
Office of Procurement Management
18605 NW 21ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 031800
CONCRETE CURB AND GUTTER
A. All curb and gutter shall be formed and installed in accordance with State of Florida Departtnent
of Transportation Roadway and Traffic Design Standards (FDOT). Curb and gutter not installed
in accordance with these specifications will be removed and replaced at the expense of the
Contractor.
B. Related work:
1. Clearing and Removal: Section 031500
03.1802 QUALITY ASSURANCE
A. Testiog and Inspection of Installation: The City will inspect the installation. If any concrete is
found to not be installed adequately, the Proposer will be required to remove and replace
promptly. Upon notifications from the proposer, the City will perform a re-inspection. Should
additional concrete be found to be unsatisfactorily installed, and additional inspections required,
these inspections shall be at the Contractor's cost, at the discretion of the City.
03.1803 PRODUCTS
A. Concrete
1. Forms:
Steel, wood or other suitable material of size and strength to resist movement during
concrete placement. Conform to ACI 301. Height shall be equal to the full depth of the
finished sidewalk, curb and gutter with a flat top surface and be inspected and approved
by the City prior to pouring.
2. Concrete Mix Design:
Mix concrete in accordance with ASTM C94
Design Mix to produce normal-weight concrete consisting of Portland cement, aggregate
and water to produce the following properties:
a. Compressive strength: 3000 psi, minimum at 28 days
b. Slump range: 4" to 6"
c. Air content: 5% to 8%
03.1804INSTALLATION
Page 44 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
A. Cast-in-place curb and gutter Type" F" shall be of thickness, size, shape and shall be 24" x 12",
including drop curb, transitions, and reconstruction of base where required.
B. Cast-in-place curb Type "D" shall be of thickness, size, shape and shall be 12" , including drop
curb, transitions, and reconstruction of base where required.
C. Valley-gutter shall be of thickness, size, shape of standard FDOT gutter
D. Curbs shall receive a broom finish. Two I \1," PVC sleeves of adequate length shall be provided
by the Contractor to go under all required curb and gutter to allow for electrical and water access.
E. Gutter elevations shall maintain a consistent elevation with roadway and shall be installed so as
not to obstruct the natural flow of ron-off in the area.
F. Saweuts shall be provided every ten feet (10') to a depth of 1/8" -W'.
G. Proposer shall cut the roadway straight and even with asphalt cutting equipment where the curb
and gutter meets the existing roadway. Any voids between the new curb and gutter and existing
asphalt shall be filled with F.D.O.T. approved asphaltic concrete patch. Concrete voids shall also
be filled with FD.O.T. approved concrete patch.
H. Clearing and grubbing, removal and proper disposal of existing curb and gutter. Restoration of
sites to pre-existing condition or better, adding sod at Contractor's expense if damaged. Clean fill
(soil)( if no pre-existing sod at location) must be added to avoid gaps next to curb.
03.1801 REMOVALS
END OF SECTION
031800
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 031900
TREE REMOVAL & PRESERVATION
A. ONLY the trees andlor shrobs that are deemed by the City to interfere with the intent of the
contract shall be removed or root proned as needed. All cost associated with vegetation removal
andlor root pruning, trimming, clearing and grubbing, grinding of stumps and roots shall be
included with the unit price.
Page 45 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
B. The contractor shall be required to review the site prior to perfonnance of work and ensure no
conflicts exist. Any tree in contlict with the expected location of new sidewalk shall be reported
to the City for review.
C. Remove trees and grind stumps and all surface roots to a minimum of 12-inches below grade.
D. Restore the location where tree removals take place with soil and sod at grade.
03.1902 PRESERVATION
The following actions and precautions shall be done to protect any trees that will remain in all of the
construction areas during construction. These trees shall be those located near new sidewalk installation.
A. Root Pruning
1. All existing trees shall be root pruned along the sidewalk prior to sidewalk removal,
excavation and installation.
2. The root cutting shall be clean with no tears with root pruning machine.
3. The cut shall extend from the tree out 4 feet minimum in both directions, or as the field
may pennit to ensure the protection of the tree.
4. The cut shall be 12 inches below grade.
5. The cut shall be no wider than 3 inches.
B. Protective Barriers
1. Barriers shall be placed no less than 6 feet around each tree or no less than 1 fuot from
edge of street, sidewalk or driveway.
2. Barriers shall be a minimum of 4 feet above ground level, constructed of wood, metal or
rigid plastic, in the fonn of a fence. No barrier shall be secured in any way to the tree.
3. Barriers shall' be in installed prior to construction and remain until the City authorizes
their removal.
4. No excess oil, fill, equipment, building materials or debris shall be placed within the
barriers.
5. The existing grade within the barrier shall not be changed.
Page 46 of 120
City of Miami Gardens
END OF SECTION
031900
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 032000
SOD & INSTALLATION
03,2001 MATERIALS
A, Sod shall be St Augustine 'Floratam', grade A
B. Sod shall be Bahia Sod, grade A
C. Sod shall be weed and insect free.
03,2002 INSTALLATION
Those areas disturbed as a consequence of sidewalk installation and those areas disturbed as a consequence
of Contractor mobilization and stock piling shall be restored promptly at Contractor's expense.
The Contractor shall not utilize methods of mobilization or execution of work that impacts private/public
areas excessively and/or in a marmer that is unacceptable to the City. Contractor shall ensure that all
private and/or public areas impacted by the mobilization, stock piling, or lack of coordination as interpreted
by the City are restored at no cost to the City.
A. Only damaged areas grass in swales and on private property shall be replaced. Where sidewalks
are required to be elevated above existing grade, swales shall be graded to a 12 to 1 fill slope with
sod.
B. Sodded areas shall have any compaction relieved, graded, clearing, grubbing, raked smooth and
rocks or debris removed.
D. Areas along street and sidewalk shall be 2 inches below that surface so installed sod will be level
with that surface.
E. Sod will be laid tightly together, and cut to a uniform edge along hard surfaces and around trees or
palms. The sod around trees or palms shall be laid encircling to within 18 inches, or up to the
berm surrounding newly installed trees or palms.
G. Sod shall be watered within one hour of installation and shall be maintained moist
03.2003 QUALITY ASSURANCE
A. No sub-par sod, or broken pieces will be accepted, and shall be removed from the site daily.
B. No yellow sod will be accepted.
Page 47 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
C. Sad shall not be pieced together with scraps that do not have sufficient roots to sustain growth.
D. Contractor is responsible for his own square foot take-offs to provide 100% sod coverage throughout
the scope of the project.
E. Rejected areas will be removed and replaced immediately, and all sad maintained until final
acceptance.
03.2004 CITY REQUESTED SOD INSTALLATION
The City may request the installation of st. Augustine or Bahia sad which shall be installed as above. The
Contractor shall be responsible for watering of St. Augustine sad for the thirty (30) day establishment
period.
END OF SECTION
032000
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 032100
PAVEMENT
03.210 MATERIALS
A. Asphaltic Concrete Type ill including Tack Coat
B. Concrete 3,000 PSI
03.2101 PAVEMENT
A. Pavement repairs of asphalt driveway approaches and section of driveways affected by installation
of sidewalks shall be re-installed with one inch (I") of asphalt in accordance with the FDOT
Manual of Uniform Minimum Standards for Design, Construction & Maintenance for Streets &
Highways, latest edition.
B. Concrete repairs may be limited to damage which results as part of construction and elevation
changes of the new sidewalk.
C. The City may request Contractor to repair any existing driveway approaches that are damaged
prior to installation of sidewalk.
03.2102 EXECUTION
A. Contractor shall repair asphalt/concrete driveway approaches where existing approaches are
damaged by construction process at Contractor's expense. Contractor shan photograph all
existing approaches and sidewalks prior to starting construction or risk repairing at his cost.
03.2103 QUALITY ASSURANCE
A. Testing and Inspection ofInstallation
Page 48 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
1. The City will inspect the installation. If any asphalt or concrete is found to not be
installed adequately, the Contractor will be required to remove and replace promptly.
Upon notifications from the contractor, the City will perform a re-inspection. Should
additional asphalt be found to be unsatisfuctorily installed, and additional inspections are
required, these inspections shall be at Contactor's cost, at the discretion of the City.
03.2201 MATERIALS
END OF SECTION
032100
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 032200
TREES
A. Live Oaks, Mahogany, Crape Myrtle, Silver Buttons shall be graded Florida #1 or better.
B. Ten to Twelve foot (10' -12') Oaks shall have a minimum spread of five foot (5') and a
caliper of two inches (2").
03.2202 INSTALLATION
A. Trees shall be installed in a straight line.
B. Bottom of planting hole shall be scarified to a minimum depth of eight inches (8"),
breakthrough and loosen all hardpan (remove if necessary to fucilitate drainage).
C. Set tree level with its original grade or slightly higher no more than I" to 2".
D. Backfill planting hole after tree is set with soil consisting of a homogeneous mixture of:
40% sand, 45% peat moss, 15% pine bark and mixed with: 50% with the excavated soil
from the planting site.
E. Tree shall be thoroughly watered in to eliminated any and all air pockets.
F. A six inch (6") high rim of dirt shall be installed around excavated hole to form a saucer
shape, which will hold water around the rootball.
F. Fertilizer Agriform tablets 20-10-5, six (6) per tree shall be applied during backfilling of
hole.
H. A three (3") layer of mulch shall extend from the outside rim to the saucer to three inches
(3") away from the base ofthe tree.
Page 49 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
I. Tree shall be braced using three (3) 2" x 4" x 8" stakes attached with black rubber hose
1'," dia. tied with double strand 12 gauge galvanize wire.
03.2203 POST MAINTENANCE
A. Contractor is responsible for all maintenance of the tree during the warranty period of the
one~year. This includes but is not limited to: weeding, re-mulching, re-staking, pruning,
(if required), retention saucer repair, etc. The Contractor shall be responsible for
watering of the newly installed trees for an establishment period of thirty (30) days.
03.2301 CONDITONS
END OF SECTION
032200
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 032300
IRRIGATION
A. Contractor is responsible for identifYing any irrigation piping that residents may have either in the
swale or along the existing sidewalk. Any irrigation piping, sprinklers or wiring must be replaced
and relocated when lines are encroaching into the ROW where new sidewalks are to be installed,
to the residents' satisfaction.
B. Contractor shall identifY and document all locations and notifY the City's authorize personnel of
any existing irrigation systems. Documents will be used by the City's authorize personnel for
inspection to verify satisfactory repairs or replacements.
03.2302 INSTALLATION
A. Any piping that is removed shall be replaced with same diameter PVC. Schedule 40 PVC fittings
shall be used.
B. Sprinklers shall be new four inch (4") or less pop-up head with a maximum spray radius of fifteen
(15') feet.
END OF SECTION
032300
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 032400
Page 50 of 120
City of Miami Gardens
FENCING
03.2401 MATERIALS
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
A. Chain link fabric -Shall be, steel No.9 gauge wire woven, in a two inch diamond (2") mesh, hot
dipped galvanized anchor fence with a zinc coating a minimum of 1.2 ounces per square foot
complying with ASTM A-392. Weight of zinc coating shall be determined as defined in ASTM
Designation A-90.
B. Posts and Other Appurtenances -All posts and other appnrtenances used in the construction ofthe
fence shall be hot dipped galvanized with a minimum of 1.8 ounces per square foot of surface
and black or green vinyl coated as noted above. Pipe sections shall conform to the requirements of
ASTM Designation A-53. End, line and comer posts shall be two inch (2") 0.0. pipe weighing
2.27 Ibs. per linear foot.
C. Railing-All railing inclusive of top, bottom and mid shall be 1-5/8" O.D. pipe weighting
1.43 Ibs. per linear foot. Top rail shall be provided with couplings approximately every 20 feet.
Couplings are to be outside sleeve type, at least six inches (6") long.
D. Fittings -All fittings shall be galvanized malleable iron or pressed steel; all bands shall be
beveled edged non-climbable type.
03.2402 CONDITONS
A. Contractor is responsible fur identifying any existing fencing that residents may have either in the
swale or along the existing sidewalk. Any fencing must be relocated to the City's satisfaction.
B Contractor shall identify and document all locations and notify the City's authorize personnel of
any existing fences. Documents will be used by the City's authorize personnel for inspection to
verify satisfactory re-Iocation.
03.2403 INSTALLATION
A. Any fencing that is removed shall be replaced with like material or re-Iocated in compliance with
applicable codes and regulations. Shall include disposal of existing fencing and restoration that
includes sod.
B. Contractor shall adjust heights of existing fence gates when the sidewalk elevation conflicts with
their use.
END OF SECTION
03240
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 03250
SIGN RELOCATION
Page 51 of 120
City of Miami Gardens
03.2501 CONDITIONS
Office of Procurement Management
18605 NW 27'" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
A. Contractor is responsible fur identifYing any existing signs in right-of-way (ROW) that may be in
conflict with installation of sidewalk.
03.1502 INSTALLATION
A. These signs may include but not limited to: bus stop, regulatory or informational signs, stop signs,
speed zone signs, etc. Any signs relocated must be pre-approved by City Engineer. Signs or facility
that have electric are not part of this work.
03.2601 CONDITIONS
END OF SECTION
03250
REPLACEMENT & INSTALLATION OF SIDEWALKS
SECTION 03260
PRESSURE CLEANING
A. Brick Pavers or Paver Blocks in area of replacement or installation of sidewalks may require
pressure cleaning
B. Existing concrete sidewalks in area of installation of sidewalks may require pressure cleaning
03.2602 INSTALLATION
A. Pressure clean brick pavers or paver blocks to high quality-new new conditions, with no streaking
to remove all dirt, mildew, stains (including oil), gum, tirellocation marks, graffiti etc. Any voids to
be filled with clean sand.
B. Pressure clean brick pavers or paver blocks to high quality-new new conditions, with no streaking
to remove all dirt, mildew, stains (including oil), gum, tire/location marks, graffiti etc. Any voids to
be filled with clean sand. After Hours -7:00 P.M. to 5:00 A.M. and weekends as per City Engineer
request.
C. Pressure clean concrete sidewalks to high quality-new new conditions, with no streaking to
remove all dirt, mildew, stains (including oil), gum, tire/location marks, graffiti etc.
D. Pressure clean concrete sidewalks to high quality-new new conditions, with no streaking to
remove all dirt, mildew, stains (including oil), gum, tire/location marks, graffiti etc. After Hours -
7:00 P.M. to 5:00 A.M. and weekends as per City Engineer request.
Page 52 of 120
City of Miami Gardens
NOTE:
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
·TOP OF TREE BALL TO BE
SET APPROI. 4" BELOW
GRAOE. SLOPE GRAOE FROM
APPOX. 2.4" OUTSIOE TREE
BALL TO PROVIOE FOR THE
WATER RETENTION BASIN.
2" MULCH-~~~ """,,,a;c-,-,--BI.ACK liZ" OIA. RUBBER HOSE TIED wi DOUBLESTRAND
12 gao GALV. WIRE.
11---.,.-3" OIA •. by 8' LONG
CYPRESS PROP POL~
'"
PREPARED PLANTING SOIL
SECTION I!:' ====================:1
PLANTING DETAIL -TREE WITH STAKES
l'!'l" CALIPER
Page 53 of 120
j
~
~
Puture Curb
Gutter censtruc~:d " "~ 7 NR~A ~ j _~ rA ~ ;:... r """" '" """'
, f I A 11% C'" "'"'
l.!.-l!..-~' 1
Valley Gutter Curb And Gutter
PLAN
)'-/0" 1'-2"
I Ie I. I ~ I Yl], ~~ ~ ~; ~ ~ '", ... '(., 1il.:
,.~
SECTION AA
5'-0"
SECTION BB
SECTION CC
VALLEY GUTTER
When used on high side of roadwiJys. the cross slope of the gutter shall
match the cross slope of the adjacent pavement. The thkkness of the lip
shall be 6··, unless otherwise shown on plans
.. Rotate entire section so that gutter cross slope matches slope of adjacent
circulating roadway pavement.
For use adjacent to concrete or flexible pavement. For detail;;; depicting
usage adjacent to flexible pavement, see Sheet 2. Expansion jOint. preformed
joint filler and joint seal are required between curb & gutter and concrete
9" 1'-6"
1 __ 1,., , ~~.'" I ...... ~ ~
". ,. R"" 'l\' ,::;,:
L if"
*-to R
I no 1
TYPE E
1 E' 1 '·E I
rr~ H~-i ". iI~
~u I
TYPE F
In" /'-2"
/'Jete: To be Pilld for as parent curb.
DROP CURB
Standard Shoulder Line
Earth Berm " E' z Shoulder Pavement
{Rt: I] :;?1]
I u I
SHOULDER GUTTER
Truck Apron Surface
Specified In The Plans I "1\" Circulating
Roadway Pavement .,,!.~' ~
b of' 111tR ..... -J
" [;ill) , ---.l
M' I
TRAfFIC BEARING SECTION FOR USE IN
ROUNDABOUT CENTRAL ISLAND CONSTRUCTION
TYPE RA
",
Same Slope As
Adjacent Pavement
"
<0
For details depicting usage adjacent to
flexible pavement, see diagram ri9M.
TYPE A
·"r 8-· -ci§ \11:..... %.
~ of'
1'---"1-Cone Pa,t
~ 1-1" EXP JOint And
Preformed Jomt Filler
TYPE B
Joint Seal
~conc.Pa't
~ W' Exp. Joint And
Preformed Joint filler
TYPE D
Note: For use adjacent to concrete or flexible p .. ,ement concrete
shown. Expansion joint, preformed joint filler and joint seal are
required between curbs and concrete pavement only. see Sheet 2.
CONCRETE CURB
~~"""~~~rD"E~'OC'~'~~'D"N"----------------lr--=--------:~;-----lr----------------------------------~~~::~~~~~::~~~~~~
REVIS/ON FDO~ 2016 Pa a54Qf120 SHEET
07/01/00 .-'!'J DESIGN STANDARDS CtmB & CURB AND GUTTER NO.
pavement only, see Sheet 2. CONCRETE CURB AND GUTTER
1of2
8.5'
bM-'! -I '"'" C'e'
-. Edge~ EdgeOfPavt.J 9-"-' " =====::J===1
Edge Of Pavt EC"C'C,O,C,O,C,,:-.../7----'---
PLAN PLAN PLAN PLAN
" , , ,
Top Of Curb ~ ~ 5.5' Trans.
Gutter 0 EfTrans.
Tap Of Curb ~ ==='==r=====-.L-
Tap Of Curb ~ r 3' Trans. ; -Top Of Curb ~ C1
Guuer J Gutler J Gutter~
PROFILE
FLARED END
PROFILE
STRAIGHT END
PROFILE
FLARED END
PROFILE
STRAIGHT END
CURB TYPE A
Depth Of Sawcut
21$" Min . .=l 3!S" Max.
f2'??L.LLL./~.t.."..<:.'j-"":.r1 t
O"MIn'L ...... I I ----v-5" Max.
I ~ 0" Min.
SHOULDER GUTTER TYPE E
3!S" Max
O"Min'L
t '> c I 0.,,, ,,,,"W,
<:..£..£..£..£..1 ...... ] r----y-5" Max.
I -L 0" Min.
TYPE F
Sawcuts should be allolded within lIalley gutter and within curb and gutter endings,
CONTRACTION JOINT IN CURB AND GUTTER
TYPE A
Depth Of Sawcut
3!S" Min.
Depth Of Sawcut
3W'Min.
TYPE B
CONTRACTION JOINT IN CURB
4" Min .•
" " U
LL ,
TYPE 0
Depth Of Sawcut
3W'Min.
CURB AND GUTTER ENDINGS
,"" I I-.
Surface On Low Side Of Pavement to
Be ~" Above Lip Of Gutter. Surface
On High Side To Be Flush With Lip Of
Curb Or Curb & Gutter.
Slope Varies
" Flexible Pavt.
{;. Applies to both high and low sides of pavement, low side shown.
Applies to shoulder gutter only where adjoining traffic lanes.
CURB AND GUTTER AND TYPE A CURB
ADJACENT TO FLEXIBLE PAVEMENT
'~M" -% Or +4 Holes
?M," -ti ' ij]' "" ~ Z'Min.,
I m
c
, H" I J \ Q, ""1 H r" '[0 3" Max II i::t
1,1 ~ to
I Pitch Optional
~, Min I 1'1=2'
7 ,~ax. Cast Or
Rubbed
#4 Bars, IB" Lang
(Two Per Guard)
1 ~ 1
CURB AND GUTTER TYPES E & F
Joint Seal 0
I . ~':'
" .~ Concrete r Concrete ~ Gutter I Pavement
JI-c-',,'oem,' 'of", "f" 0
o Applies ta balh high and law sides of pavement, law Side shown
EXPANSION JOINT BETWEEN GUTTER
AND CONCRETE PAVEMENT
GENERAL NOTES
1. For curb. gutter and curb & gUller provide ~" -1-4" contraction joints at 10'
centers (max.). Contraction jomts adjacent to concrete pavement on langents
and flat curves are to match the pavement joints. with intermediate joints not
10 exceed 10' centers. Curb. gutter and curb & gutter expansion joints shall
be located in accordance with Section 520 of the Standard Specifications.
2. Ends of Curbs Types B ,md D shall transition {ram full to zero heights in 3',
i t-~"~'~'~TIIT",,~wno,c-----------------------------r----~~--------~~-------r~~~~~~::~~~~~~~--------------------------------;-------;---------
FDOr 2016 Pa e550f120 SHEET .-!!\) DESIGN STANDARDS CURB & CURB AND GUTTER NO.
CONCRETE BUMPER GUARD ASPHALTIC CONCRETE CURB
20f 2
i
/
LEGEND = Detectable Warnings
GENERAL NOTES
I. Sid~walk curb ramps shall be constructed at locations that will pro.ide continuous unobstructed
pedestrian circulation path to pedestnan areas, elements and facilities within the right of way and 10
accessible pedestrian routes on adjacent sites. Curbed faci/IUes with sidewalks and those without
sidewalks are to have curb ramps constructed for al/ intersecfjons and turnouts with curbed returns.
To accommodate curb ramps, partial curb returns are to extend to the limits prescribed /n Index No.
515. Ramps constructed at locatiems without sidewalks are to have a landing constructed at the top of
each ramp, See LANDINGS fOR CURB RAMPS WITHOUT SIDEWALKS
2. When altering existing pedestrian facilities, where existing restricted conditions preclude the
accommodation of a ramp slope of 1:12, a ramp slape between 1:12 and 1:10 Is permitted for a rise of
6" maximum. Where compliance With the requirements for (foss slope cannot be fully met, the minimum
feasible cross slope shall be provided. Ramp slopes are not required to exceed IS' in length.
3. If sidewalk curb ramps are located where pedestrians must walk across the ramp, then provide
transition slopes to the ramp; otherwise a sidewalk curb may be required.
4 All sidewalks. ramps, and landings with a cross slope of 0.02 shown in this Index are 0.02 maximum.
All ramp slopes shown in this Index as 1:12 are 1:12 maximum. Landings shalJ have slopes less than or
equal to 0.02 in any direction.
5. Grade breaks at the top and baltom of ramps shall be parallel to each other and perpendicular to the
direction of the ramp slope.
6 Where a sidewalk curb ramp is constructed within existing curb. curb and gutter and/or SIdewalk. the
existing curb or curb and gutter shall be removed to the nearest joint beyond the curb transition or to
the extent that no remaining section of curb or curb and gutter is less than 5' long. ExistlOg sidewalks
shall be removed to the nearest joint beyond the transition slope or to the extent that no remaining
section of sidewalk Is less than 5' long. For CONCRETE SIDEWALK details refer to Index 310
7. Sidewalk curb ramp alpha-identifications are for reference purposes (plans, permits, etc.).
Alpha-identifications CR-I ami CR-J were intentionally omitted.
8. Detectable warnings shail extend the full width of the ramp and to a depth of 2'. Detectable warnings
shall be constructed in accordance with Specification Section 527. For the layout of detectable warnings,
refer to the TYPICAL PLACEMEIiT OF DETECTABLE WARN[r;GS details. Detectable warnings shall not be
provided on transition slopes.
9. When detectable warnings are placed on a slope greater than 5%, domes shall be aligned with the
centerline of the ramp; otherwise domes are nat required to be aligned.
10. Detectable warnings shall be required on sidewalks at:
a. Intersecting roads,
b, Median Crossings greater than or equal to 6' in width.
c. Railroad Crossings,
d. Signalized driveways.
11. Detectable Warnings -Acceptance Criteria:
a. Color and texture shall be complete and uniform.
b. 90% of individual truncated domes shall be in accordance with the Americans With Disabilities Act
StandardS for Transportati,m Facilities, Section 705.
c. There shall be no more than 4 non-compliant domes in anyone square foor.
d. Non_compl/ant domes shall not be adj;uenr to orher non--compliant domes.
Surfaces shall not deviate more than 0.10" from a true plane.
12. Detectable warnings shall be IOstalled no greater than 5' from the back of curb or edge of pavement.
13. Detectable warnings shall not be Installed over grade breaks.
~-C~-,;,r","Nm~",----------------------------r---------------2-0-15---------r----------------------------------------------------------,-~~;_,__C,~"~'IT~-i
':2~ DESIGN STANDARDS> "Po/r,IECTABLE WAlRNlINGS AND SrrDEWALK CURB RAMPS I ~~ 7
i
/
S.lb~tz...
err/q 4<{-IA
1'";--s;-'Y/J-..y
0'/,0
,o/C'
"'0
'9.1-"1.(
"/~ $/0 ~tz...4.(.f-
AI
/
s/o~
Ul'.t('.Ij.:"1<t-Jt,
J-S)-/"J'..y
0'/,0
,o/C'
?-O-9/.
~ v.letz,
z-.
S.lD~
"1(-t-
4' Min.
.0 S/a ~
'<> ~
Sidewalk Curb
(Where N,
o~ -"1<.-r ' .. <" /<'",
'~~ ~ ~~ -."
'" ~r.,
Uliiity Strip
Grass Or
Pav"ment
(2' Min.)
Landing (4' Min.~
~I / I~ 1~17 !J:1
f-I-
,;
" <0 !i~ ~I ~ ~" ci ~I ",; i
, .~~ ~ ~ ~
Utility Strip Ie <:<: .... Vi '" ...
Grass Or L°=r=====!=~=t===:::::~J-l_J ~I Ramp
"T"i2
fl~ " ~ ~I 1:12 ]~' ~i:
,:!",
"
I I I
7'_",
SIDEWALK WITH
UTILITY STRIP
I
~ 7'-0"
~
SIDEWALK
PLAN VIEW
@
"
Pavement
(2' Min.)
Varies (11'_0" Shown,
,.-" I~
SIDEWALK WITH
UTILITY STRIP
PLAN VIEW
@;
16" When Located Along ~ ~
Type 'F' Curb And Gutter ----.. I I Ramp Varies
/7'-8" Std.) 4' (Min.)
Pavement Rell~f (S~e SectIOn C-Cr-:-l I I . Uinduig r 1
:
12
0.02
5% 002
Gutter L::
xP
SECTION A-A
SECTION THROUGH RAMP AND LANDING
(UNRESTRICTED CONDITIONS)
7'_0"
SIDEWALK
I I
1-;,;. 1
PLAN VIEW
§
I Landing (6' Min.)
--4."'e"""c",",,,-, _+_Z'-.-lI_JL __ liSidewalk Curb IWh"fI~ lieces5ary)
a.o2l
("J EO=
SECTION B-B
H (Varies)
Note: For Additional Information On Sidewalk Curb Construction. See SIDEWALK CURB
and SIDEWALK CURB OPTIONS details.
SECTION THROUGH LANDING
(UNRESTRICTED CONDITIONS)
SIDEWALK CURB RAMPS WHERE RAMP AND LANDING DEPTHS ARE NOT RESTRICTED
~=-~~~--------------,-------------~-------------------------------.-==-~~~ DESCRIPTION; 2015 SHEET
~qJ\) DESIGN STANDARD!>, '5RI1,IECTABLE WARNlINGS AND SrrDEWALK CURB RAMPS 2~~7
,
*
i
PICTORIAL VIEW
C§>
"
Landing (5.5' Min.)
PLAN VIEW
C§>
PICTORIAL VIEW
®
Ra74'w~~~,~ -.1 ~~~";;:f~
""., ~I'· 0-<-
PLAN VIEW
®
PICTORIAL VIEW
®
Sidewalk
(5' Std,!
.£:£t
Uti!. Strip
Grass Or Pavt.
(2' Min.)
~ ~
PICTORIAL VIEW
§
Sidew"lk
(6' Min.)
.£!£
Sidewalk Curb ~I~ 5ld"walk Curb ~, ~I:; <-
-~~
Ramp Width
(4.5' Min.)
~.
PLAN VIEW
®
-<'_Ii'
~
Q"m,w,""
(4' Min.)
PLAN VIEW
§
5idew"lk Curb
DIMENSIONAL FEATURES OF SIDEWALK CURB RAMPS FOR LINEAR PEDESTRIAN TRAFFIC
PICTORIAL VIEW
C§)
<so
.[' Ramp Width
1(4' Min.)1
~, ~f
'''"'0/
Sidewalk
(6' Min.)
E:EL
PLAN VIEW
C§)
~---=~~=-----------------~r---------------~--------------------------------------~~~~~~ R~;ON ~ 2015 5%~ET 07/~1!J3 ~IJ DESIGN STANDARDS>. "RIl,TECTABLE WAlRNlINGS AND SrrDEWALK CURB RAMPS 3 of 7
'1'.," R ,. '1'.," R
H (Vanes) n. H lVaries)
0.02 Ramp, Sidewalk
Or Landing
"lU f 0.02 S Ramp, S!d.:walk Or Landm9
MONOUTH/C CAST CURB SEPARATELY CAST CURB
SIDEWALK CURB OPTIONS
~\l\{ej
6' lIi,fI
'<"-,,, M Transit,of) (Where" "ecessary)
,\" ~ ~ Drop (Hi
~~ y
1. 6" x H Mo"olithic Cast Curb or
~ x 12" Separately Cast Curb ~'.
~
Construct Sidewalk Curb In Cut Sections.
SIDEWALK CURB
C»
..0/(,)-'.0
O,y./-1( q."''%'-'r -£
V/.&t-v-"'-""i.o ...
+0,
<'"-I"c", )'0
"',~
Width Varies
(l8"M~") ,tvaries Asphalt Pavement r Ramp
Final Roiled Surface 1'> ,/( /("]1=27:==--==
S% ma; '/I\~
Pavement Relief ..J ~urb
Note: Remove Elevated PiWement By Spading
And Rolling; Smooth Milling: or Grinding
SECTION C-C
PAVEMENT RELIEF AT LIP OF CURB
/"
S/,oA_
0-'''''-44-
/(/?-r t-v-/)-
..5')--9/..0 ..y
..0/(')-0
=i'/-1(
"'<'It-
2"-6"
".
S/,o~
-44-
D'I ,.
Landing
(3' Mill.)
~l
I ,~~:,/~:,{I ~ ~:I I I ~ I
Pavement I "A
(2" Min.) '-"f====+==!===='9= r-I, i
II:
~
7'-0" I 4' Mill.
SIDEWALK WITH
UTIUTY STRIP
PLAN VIEW
@>
.""e5 ['U' ""OWn} ", -,-(7' SId.)
j'"
m mal" ,: 0.02 =
SIDEWALK
Landing
3" IMin.)
0,02
SECTION D-D
SECTION THROUGH RAMP AND LANDING
(RESTRICTED CONDITIONS)
,
~
;, Crosswalk
Sidewalk Curb
(Where Necessary)
-1.ill
~ ~If----
Crosswalk
PLAN VIEW
@
/late: Crosswalk Width and Configuratioll Vary; Must
Conform to Inde~ No. 17344 and 17346.
IS' Radius Curve Shown for CR-L.
I LaMing (4' Mm.)
~ Rdwy. Pavt. 2" . t--C Sidewalk Curb I 002 J II (Where Necessary) '"' t-SECT/O~i E-E >H W,,'e;i
SECTION THROUGH LANDING
(RESTRICTED CONDITIONS)
SIDEWALK CURB RAMPS WHERE RAMP AND LANDING DEPTHS ARE RESTRICTED
",.,
REVISlDN
07/01/13
DESCRIPTION:
"'" 2015 ~~ DESIGN STANDARDSaJe5R1t2TECTABLE WARNINGS AND SIDEWALK CURB RAMPS
SHEET
NO.
4of7
F'1
5' Concrete
Sidewalk
Curb TranSition (On existing
Facilities Remove And Reconstruct
Curb Or Curb And Gutter)
2' Curb Transition
;Fi
S' Concrete
Siriewalk
. ""'T l l : b: Median ,=n rc ~ II II """",''''''
/
Curb & Gutter Type E
~ .. . (Curb Ami Gutter ====I==~ Type E Shown)
Curb Types A Or 8 or]
Curb & Gutter Type E F I
(Curb And Gutter ~
Type E Shown)
~
PLAN VIEW PLAN VIEW -(ALTERNATE DETAIL)
MEDIAN CROSSING
////~~~<!
/~ </~~> ~~~~-----"~~----~~" ~ ~ Liilnding ......... _______ Other Options A.
/""-_ Shown In The Plans
~'&~ ........ X··\~ >
~~ "" "" ,,~ ............ ~ '>/
~~~
J ~
5' Refuge With Maximum Slope Of 0.02 Must Be Provided When
Slopes Of 0.05 Or FlaUer And S' In Length Are 11M Available Along
The Crosswalk; The Refuge Can Be Constructed At Any Locatlen
Withm The Crosswalk; Or, A S' x 5' Concrete Landing With Maximum
Slope Of 0.02 Can Be Constructeri Adjacent To The Crosswalk.
rll /lied/an
Crossing (Concrete Sidewalk. If')
Edge ofp"vement --::>~~. "'" ',d" I I~ (0,02 Std.: 0.05 Max.)
","" 00 '"'" .. " ':JJ 0.02 Rate When At Centerline Of . Equal. The 510:~: ~?e Of pavemen/,I;~:; ,For The Curb A For Variable Ed y Intersect Off The .;wns Are / Gun Transition (Curb 0;
",mm,"" "",' "" ''',m,'' " '"""',' " ""' , '"'",'
Are Not To Be St, ed'an; Slopes Edge ofP onstruction In The Mev~tJGns Or To eper Than 0.05. a_emen!
SECTION F-F
MEDIAN REFUGE
5' Min.
/ 7 g,. """,' t-' 0.02 . -
LANDINGS FOR CURB RAMPS WITHOUT SIDEWALKS
",.,.
REVISION
07/01/13
DESCRIPTION: 2015
':£qJ\) DESIGN DETECTABLE WAlRNINGS AND SIDEWALK CURB RAMPS
le600f120
SHEET
00.
5 of 7
i
,0/('
(" C-? .:,so'''' 0-?/4<"
-C-?~ t--/~tt-
""i'IVD C-i"""4
PLAN VIEW PLAN VIEW -(ALTERNATE DETAIL)
C-i"-..r S..yo~
S/~./; 4-
<-'-9.1
MEDIAN CROSSING
Flangeway Gap
2W'Max.*
t Flangeway Gap May Be
Up TD 3"' FDr
Freight-only Railways
PLAN VIEW
RAILROAD CROSSING
PLAN VIEW CR-L SHOWN
(CR-D SIMILAR)
/ / .~"I.'I
/ 7 ~"I.'
PICTORIAL VIEW
FLUSH SHOULDER
(OPTION A)
PICTORIAL VIEW CR-G SHOWN
(OPTION A) (CR-F AND CR-H SIMILAR)
~
" <,,1>
~,"I
;'
..o/C)"-o
'9/4 ,(
v/<'),.
~.~ ~
C-i"_C
PICTORIAL VIEW
FLUSH SHOULDER
(OPTION B)
S,yO
"'",
~ ,!
<,,1>
PICTORIAL VIEW CR-G SHOWN
(OPTION B) (CR-F AND CR-H SIMILAR)
TYPICAL PLACEMENT OF DETECTABLE WARNINGS
~~,~,~=c-'>r.~~.m~---------------------------'----------------2-0-15---------r----------------------------------------------------------,-~~~~~'~H'~ff~-l
OR;;~;~;3 ~~ DESIGN STANDARDS> eefU:r;fECTABLE WA.RNl£NGS AND SJIDEWALK CURB IRAMPS 6 ~~ 7
I
Crosswalk
4' Mm.
RADIAL SIDEWALK RAMPS
. I. ~ L em.","
Utility StriP
Turnout Or
Side Road
LINEAR SIDEWALK RAMPS
NOTES:
I. Where crosswalK markings are used. ramps shall fall within the
crosswalk limits. A clear space of 48" minimum is required at
the bottom of the ramp within a marked crosswalk. If crosswalk
markings are not present. a clear space of 48" mmimum is
required ,,/ the bottom of the r"mp outside of active Iravel
lanes.
2. Crosswalk widths and wnfigurations vary; must conform to
Index No. 17344 and 17345.
TYPICAL PLACEMENT OF SIDEWALK CURB RAMPS AT CURBED RETURNS
TABLE OF DETECTABLE
WARNINGS
CURB RAMP CURB TOTAL AREA
TYPE RADIUS (FT) (SF)
CR-A "" ,
CR-8 '"
CR_C '"
"0 " "
CR-E '"
CR-F " " " " " " "
CR_G " " " " " " " "
CR-H " ,
" ,
" ,
CR-K '"
CR-L " " " B
FLUSH SHOULDER
OPTION A " " " " " " " " " " " "
OPT/ON B " " " " " "
Note:
Due to construction applICations. CR-L is th" only wrb ramp
tor which a de/ectao/" warning quantity was ca/wlated using
a curb radius of 15'.
For flush shoulder options with S' sidewalks. the back of sidewalk
Is measured at 10' from the edge of traveled way.
AREAS OF DETECTABLE WARNINGS FOR SIDEWALK
CURB RAMP AND FLUSH SHOULDER APPLICATIONS
~~~-,;r,0",~,c~'","~nmo.",C---------------------------'----------------2-0-15---------r------------------------L---------------------------------,-~~~,_~'~H'~'~'--l
~~ DESIGN STANDARD5>a aeR112TECTABLE WARNINGS AND SIDEWALK CURB RAMPS 7 ~~ 7
"", REVISION
07/01/13
r------,,--"","'-"""'c· -CC 120' Max, I 30' Max. 30'~
ADDDDDED DF DDA
~I 'I 'I 'I 'I '1'1 'I '*+-I-'+-~
","m'""lh' , ',;' , 'fe=n~
lij" Rig: Structure; 6" Min. For Turnouts r
NOTE: "E" Jolntls) Required When Length Exceeds 30'
SAWED JOINTS
ABC8CBCBCBA
-LII I I I I H I I I I,-K ~ I,; I HI . 18]f ,.,"m ,,,'
Rigid Structure, 6 Min. For Turnouts
OPEN JOINTS
LONGITUDINAL SECTION
(NOT TO SCALE)
JOINT LEGEND
A-IS" ExpanSion Joints (Preformed JoInt Filler)
B-~" Dummy Jojnts. Tooled
C-W Formed Open Join!s
D-~." Saw Cut Jojnts, lW Deep (withjn 95 hours) />fax. 5' Centers
E-t6" Saw Cut Joln!s, lIS" Deep (withjn 12 hours) Max. 30' Centers
F-~" Expansion Joint When Run Of Sidewalk Exceeds 120'.
Intermediate locations when called for jn the plans or at locations as directed by the Engineer.
G-COld Joint With Bond Breaker, Tooled
SIDEWALK JOINTS
NOTES FOR CONCRETE SIDEWALK ON CURBED ROADWAYS
1 Sidewalks shall be constructed In accordance with specification Section 522_ Sidewalk curb
ramps shall Include detectable warnings and be constructed in accordance with IndeK No. 304.
Detectable warnings are not required where sidewalks intersect urban flared turnouts.
2. Bond breaker matenal can be any Impermeable coated or sheet membrane or preformed
material having a thickness of not less than 6 mils nor more than W.
3_ For turnouts see Index No_ 515.
4. Construct sidewalks with l' thick Edge Beam through the limits of any surface mounted
Pedes!rian/Bicycle Picket Railing or Pipe Guiderail shown in the plans,
Clear Width
(5' or fj' Std" 4' Min.) ~ Pedestrian/Bicycle Railing Or PIpe
/ Guiderail See Index Nos. 851. 861.
870 & 880
,,,.,,. ~I?
X-ll ~ ,,:>:
Sjdewalk
(Total Width May Vary 8ased
On RamnQs Used.)
"
SIDEWALK WITH EDGE BEAM FOR
SURFACE MOUNTED RAILINGS
,
A (Utility Pole. Ex.) ,
~ Utility Strip
,
Back Of SJdewalk VariathMs
Omit Jojnts On Curb Ramps
A (Signal Pole Or Controller Base.
, AI'
Sidewalk
---'-'--' Utility smp
Curb Or Curb And Gutter ~
PLAN
SIDEWALK WITH UTIUTY STRIP
Sidewalk
Back Of Sjdewalk Vadations
SECTION AA Omjt Joints On Curb Ramps
A (Signal Pole Or Controller Base,
,
, Turnout ...../ A
And Gutter
PLAN
SIDEWALK WITHOUT UTILITY STRIP
SECTION BB
CONCRETE SIDEWALK ON CURBED ROADWAYS
CONClREl'E SIDEWALK
DESCRIPTION:
IT\) 2015
FOOT ~ DESIGN STANDARD5>adeEl30f12D
(FUll Return Shown)
A-1L_U-
Turnout Or Side Road
(Full Return Shown)
INDEX
NO.
310
SHEET
NO.
1 of 2
30' Max
D D D D D E D I" "";","'M.~ 'I "1 "1 'I "1 "1 "1 ~ l ' '.1' , , , '+
** "E" Jointls) Required When
Length Eueeds 30'
r-____ -""o"_c',c,"-;::::-~~-f3~-~~~-rit::~d TI ur;:u~£J
I ~O' Max. 30' ~ ~~ --J~
. DDADDEDDA
ADD D D D E D D F 5' S L~-".~"-.l.LJ1 w 5' S S S S 5' 5' 5' 1T"----r-rT""lI "." ""----h' .1' '+t=r+t::2=Oa::1tJ1
-U SAWED JOINTS
B C B C
'1'1'1'1' Flexible Pavt. ~ I
''1.11 1+ I=&Graded Turnout
. W., " " " '" --1 W l
,
".""" ____ -1 II.'I'H'I'I+I'I'I'!'I'! ' ' " J3r::J++ I I H~ I I f~
OPEN JOINTS
LONGITUDINAL SECTIONS
(NOT TD SCALE)
JOINT LEGEND
A-¥,!' Expansion Joints (Preformed Joint Filler)
B-!I ... Dummy Joints, Tooled
C-¥,' Formed Open Joints
NOTES FOR CONCRETE SIDEWALKS ON UNCURBED ROADWAYS
1. Sidewalks shall be constructed in accordance with Specification Section 522.
2. Detectable Warnings shall conform to the requirements described in Index No. 304,
Delectable Warnings are not required for sidewalks that run continuou5 through driveways.
3. For TURNOUTS see Index No. 515,
4. Construct sidewalks with a 1'-0" thick Edge Beam through the limits of any surfa~e mounted
Pedestrian/Bicyde Pickel Railing or Pipe Guiderail shown in the plans (see SIDEWALK WITH
EDGEBEAM fOR SURFACE MOUNTED RAILINGS detail).
S. When driveways are newly constructed, reconstructed, or altered. cross slopes for discontinuous
5idewalks shall not exceed 0.02.
I Ci
I I I I I I I I I I I I I """L Sidewalk!'... , , , I I I I I I I , , ,
I
~ ~ """' Driveway -----""'" /. ~ '----.L Shoulder ~
I
Edge Of Travel Way -'
PLAN
CONTINUOUS SIDEWALK
,see Note 5..../ I I
.E.,l
Ci
Sidewalk
Ivaries (S Std.) I
O.~
SECTION CC
2' Deterrable I
Warning Surface ~ t:...
I I T-'!O"~"'+-"I I I'
.E.,l /
/. Side Road Shoulder Lj/le / \;'~-J D-¥,o" Saw Cut Joints, IW Deep (96 Houri Max. 5' Centers Driveway
"'" I~I DESCRIPTION:
REVISION <r;
07/01/13 ~ •
E-W Saw Cut Joints, IW' Deep (12 Hour) Max. 30' Centers
f-W bpansion Joint When Run Of Sidewalk EHeeds 120'
Intermediate locations when called for in the plans or al
locations as directed by the Engineer.
SIDEWALK JOINTS
Edge Of Travel way-.!
PLAN
DISCONTINUOUS SIDEWALK
CONCRETE SIDEWALK ON UNCURBED ROADWAYS
~oji,J DESIGN ~~~NDARDs>ade64of120 CONCRl&TE SIDEWALK I moex I NO.
,!1~,.
SHEET
NO.
20f 2
(
, ,
, I
.) ,
I \iiJ ------
2 RAMPS
EACH CORNER
, 6' I
CURB B
R/W LINE
2 MAJOR ROADWAYS
(CURB & GUTTER)
REF: Sec. 2a (Ilia)·
SIDEWALK
TYp.
----",:\,
R/W LINE
CURBB . I
GIJ'TTER SIDEWALK
I RAMP
EACH CDRNEP.-
6' TYP.
U'lo,L.oo>---
4'TYP
LOCAL ROADWAY OR ENTRANCE
TO MAJOR SHOPPING CENTER
(CURB & GUTTER)
ROADWAY
INTERSECTIONS
REF: Sec.2a ( IlIb)-
SIDEWALK
(
I
I
(RESIDENTIAL RoADWAYS)
2 MAJOR ROADS, LOCAL a MAJOR
ROADWAY. 8 2 LOCAL ROADWAYS
(SWALE)··
REF: Sec.2b (I).
NOTES
I ...... 110". of,r .... p.-12,1 (tor ~}"' •• Ik .,11.11.
,r.a •• r til ... or ..... 1 to •• 0 I.
2.R_p. "'0', ••••. tlllcll.III.; •• 'II.lItiol .r ••••
lI.Color., All P.,I •• "la. ra ... " •• "011 COII" •• t "I ••• llr • I til
oct,ollllll, .Ict •• alll ... rfac .••• 11 •• , locatio ••• ltlll. Dad.
Co. and oul.". of C_I Galli ••• "011 110 I.t."ol color.d
• Coral G.bl.. ..1 •• ·.) "'.""011 ra ... p •• ltllill carol
,Gobi •• , .. 10 ... 1 •• aell, a.d IC., 810 .. ,.0 .110" 11."0 lID
R1w LINE rSIDEWALI(
MID-BLOCK AT NORMAL
PEDESTRIAN CROSSING
(SWALE DC' CURB & GUTTER)··
REF: Sec.2a (2"
.... Altema •• a.pII. conc ...... ,k ,r."'"
( M"" t~ICk ••• " , .... r II. u •• ii" a.
a""ro".d IIr DI r.cror of Pullllc
Worll. D.par ...... t.
" For .11 r.f.rallco., ... .,.... Cou."
Pullll. Worll. D.part ..... t • P.lla, OIl
....daetrla. 'ra ... p. I. Puillie A ...... •
Of. w.,·.
CUR8 8 GUTTER R 15.2
ASPH, CONC S. COURSE
CONe, DRIVEWAY R 12.&
CONC, SIDEWALK 11-13.1 .. ol.r .dIlUI"o. All .t"., lIO .. otruotl ... (I ••• , .111 ••• ,11, .
CROSS ,.noc lion ••• te.1 SII.II ",.t." til. ad jolnln •• ,d ••• 11I ITEM REF, .ol.r.
.. "VISID STANDARD ROAD 'DETAIL.
METROPOUTAN
4/5174
SEC.1lI3
SEC.145
SPEC,
REF,
R DADE' COUNTY ...... OVED . F ge 65 of 1<PEOESTRIAN RAMPS . 13.3 UBUC WORKS 1l/15£n &14/. IN PUBLIC RIGHTS-OF-WAY . p
AC"' •• ~.'.
Item
1
2
3
4
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
NAME OF COMPANY: ______________________________________________ _
EXHIBIT I -BID SHEET
ALL LINE ITEMS MUST BE COMPLETED AND MUST REFLECT BALANCED BID AMOUNTS.
FAILURE TO COMPLETE THIS BID FORM AS REQUESTED WILL RESULT IN BID REJECTION.
Failure to use the City's pricing sheet page and provide costs as requested in this ITB shall deem your
proposal non~resDonsive. Contract will be awarded to responsive. responsible vendons), See Section "2.3
Method of Award" for award criteria.
Description Unit of Estimated Price per UOM Estimated Total Price
Measure Annual
(UOM) Quantity
Furnish all materials, labor &
equipment to Remove to be
saw-cut & Replace 4" tbick
3000 PSI min. un .. reinforced
sidewalk & compact base 95% Sq. Yd. 28,800
min. (inclndes restoration-
clean fill to avoid gaps)
damaged sod replaced at
Contractor's expense $ $
Fnrnisb all materials, labor &
equipment to Remove to be
saw-cut & Rel!;lace 6" thick
3000 PSI min. un-reinforced
sidewalk & compact base 95% Sq. Yd. 12,600
min. (inclndes restoration-
clean fill to avoid gaps)
damaged sod replaced at
Contractor's expense $ $
Furnish all materials, labor &
equipment Install New 4" thick
3000 PSI min. un-reinforced
sidewalk & compact base 95%
min. (includes clearing & Sq. Yd. 14,300 grubbing, removal & disposal
of dirt, grass etc. & restoration
at Contractor's expense)
damaged sod replaced at
Contractor's expense $ $
Furnish all materials, labor &
equipment Install New 6" tbick
3000 PSI min. un-reinforced Sq. Yd. 13,160 sidewalk & compact base 95%
min. (includes clearing &
grubbing, removal & disposal $ $
Page 66 of 120
City of Miami Gardens
of dirt, grass etc. & restoration
at Contractor's expense)
damaged sod replaced at
Contractor's expense
Furnish, Compact, & Install
Lime Rock to min. 95%
compaction to avoid settling.
5 When elevation is too low. Fill
any gaps between new sidewalk
installation and existing
elevation. Delivery ticket must
be.Jlrovided for payment
Furnish all materials, labor &
equipment to Remove &
Renlace concrete lIne "D"
Curb including drop curb,
transitions, & reconstruction of
base (includes clearing,
6a grubbing, & fill, sod to replace
damaged grass, removal &
disposal of existing curb, dirt,
grass etc. & restoration at
Contractor's expense).
Furnish all materials, labor &
equipment to Instan New
concrete Tll!e "D" Curb
including drop curb,
transitions, & construction of
base (includes clearing,
6b grubbing, & fill, sod to replace
damaged grass, removal &
disposal of dirt, grass etc. &
restoration at Contractor's
expense) including fiI.
Damaged sod replaced at
contractor's expense.
Furnish all materials, labor &
equipment to Remove &
Renlace concrete Tll!e "F"
Curb inclnding drop curb,
transitions, & reconstruction of
7a base (includes clearing,
grubbing, & fill, sod to replace
damaged grass, removal &
disposal of existing curb, dirt,
grass etc. & restoration at
Contractor's expense).
Cubic Yd. 7,655
$
Linear Ft. 12,250
$
Linear Ft. 800
Linear Ft. 7,900
$
Page 67 of 120
$
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
$
$
$
$
City ofMlami Gardens
Furnish all materials, labor &
equipment to Install New
concrete Tvne "F" Curb
including drop curb,
transitions, & construction of
7b base (includes clearing,
grubbing, & till, sod to replace
damaged grass, removal &
disposal of existing curb, dirt,
grass etc. & restoration at
Contractor's expense).
Furnish all materials, labor &
equipment to Remove &
Rel!lace concrete "Valle!-
Imtter" including drop curb,
transitions, & reconstruction of
8a base (includes clearing,
grubbing, & fill, sod to replace
damaged grass, removal &
disposal of existing curb, dirt,
grass etc. & restoration at
Contractor's expense.
Furnish all materials, labor &
equipment to Install New
concrete "VaUeI-zm,tter"
including drop curb,
transitions, & reconstruction of
8b base (includes clearing,
grubbing, & till, sod to replace
damaged grass, removal &
disposal of dirt, grass etc. &
restoration at Contractor's
expense.
Right-of-Way Survey (to
9 establish property lines).
Tree Removal
Dia. @ breast hgt.
4.5' above grade 0" to 8"
Cont.
10 (includes 8" to 18" restoration -
clearing &
grubbing,
removal of debris, 18" to 30"
excavation &
Sq. Yd. 400
$
Linear Ft. 11,400
$
Sq. Yd. 500
$
Linear Ft. 69,200
$
Each 21
$
Each 21
$
Each 31
$
Page 68 of 120
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
$
$
$
$
$
$
$
City of Miami Gardens
backfilling)
damaged sod
replaced at 30" +
Contractor's
expense.
Live Oak Fla. #110'-12' overall
beight (includes restoration -
clearing & grubhing, removal
11 of debris, excavation &
backf"dling). Damaged grass to
be replaced with sod at
Contractor's expense.
Mahogany Fla. #1 10'-12'
overall height (includes
restoration -clearing &
12 grubbing, removal of debris,
excavation & backfilling).
Damaged grass to be replaced
with sod at Contractor's
expense
Crape Myrtle Fla. #110'-12'
overall height (includes
restoration -clearing &
13 grubbing, removal of debris,
excavation & backfilling).
Damaged grass to be replaced
with sod at Contractor's
expense.
Curb Cuts (includes
14 restoration).
Furnish all materials, labor &
equipment to Relocate Chain
15 Link Fence (includes
restoration). Damaged grass to
be replaced witb sod at
Contractor's expense.
Furnish all materials, labor &
equipment to Install New 4'
Cbain Link Fence, disllosal of
16 existing fence (includes
restoration) damaged grass to
be replaced with sod at
Contractor's expense.
Furnish all materials, labor &
17 equipment to construct 1.5"
TIlle III ASllhaltic Concrete
surface including Tack Coat to
Each 41
$
Each 36
$
Each 26
$
Each 21
$
Each 3,532
$
Linear Ft. 2,350
$
Linear Ft. 1,350
$
Sq. Yd. 870
$
Page 69 of 120
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
$
$
$
$
$
$
$
$
City of Miami Gardens
repair existing driveway
approaches. Damaged areas
during instaUation replaced at
Contractor's expense.
Furnish all materials, labor &
equipment to place Detectable
18 Warning Surface for pedestrian
crossings/cast-in-place
type/yellow.
Furnish all materials, labor &
19 equipment to Relocate PVC
Lines -2" diameter.
Furnish all materials, labor &
20 equipment to Install new PVC
Lines Sch. 40.
Furnish aU materials, labor &
21 equipment to Install new
Irrigation Heads (4" pop-up
head w/max 15' spray radius).
Furnish all materials, labor &
22 equipment to Relocate/reset
existine; Sie;ns.
Furnish all materials, labor &
equipment to Raise Utilities
23a Access (includes sewer
cleaooots, water meters,
manholes, water values).
Furnish and install concrete
23b water meter boxes to replace
existing broken boxes in
sidewalk slabs being replaced.
Furnish aU materials, labor &
equipment to Pressure clean
24 Brick Pavers & Paver Blocks.
Furnish all materials, labor &
25 equipment to Pressure clean
Concrete Sidewalks.
Furnish all materials, labor &
equipment to install St.
Augustine "Floratam" or Bahia
26 sod on areas authorized by
City. (includes grading,
clearing, grubbing & disposal of
material) This item is not for
Damaged areas during
Sq. Ft. 1,982
Linear Ft. 1,165
Linear Ft. 1,165
Each 145
Each 55
Each 320
Each 5
Sq. Ft. 1,050
2,050
Sq. Ft.
Sq. Ft. 35,600
Page 70 of 120
$
$
$
$
$
$
$
$
$
$
Office of Procurement Management
18605 NW 27 ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
$
$
$
$
$
$
$
$
$
$
City of Miami Gardens
installation by Contractor. I I
TOTAL BID PRICE $
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
I
The above proposals and each line item includes the total cost to complete the Work detailed for each item including
but not limited to materials (Le. vegetation, concrete, asphalt, etc.), labor, equipment, bonds, etc. indicated in the
drawings, specifications, addenda, and any other contract documents.
Delivery MUST be FOB destination; freight included and shall be inclusive of all costs. Current andlor anticipated
applicable fuel costs should be considered and included in the bid.
Be sure to have the Invitation for Bid signed by an authorized representative of your firm or your bid will not be
considered responsive.
BID SUBMITTED BY:
Company Name
Proposer Representative Name
Signature
Phone: ______ Fax: _____ _
Email: _____________ _
Page 71 01120
City of Miami Gardens
"ATTACHMENT B"
INSURANCE REOUIREMENTS
BIDDERS REOUIREMENTS
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
All insurance requirements must be met and evidenced to the City before delivery of goods and
performance of services.
The City reserves the right but not the obligation to revise any insurance requirement, or reject any
insurance coverage which fail to meet the criteria stated herein at any time. The City reserves the right to
require ContractorNendor to provide and pay for any other insurance coverage the City deems necessary,
depending upon the possible exposure to liability or loss. These insurance requirements shall not limit the
liability of the ContractorN endor. The City does not represent these types or amounts of insurance to be
sufficient or adequate to protect the ContractorNendor's interests or liabilities, but are merely minimums.
A. Workers' Compensation: Coverage is to apply for all persons fulfilling this contract for statutory
limits in compliance with the law of the State of Florida and any applicable federal laws. The
policy must include Employer' Liability with a limit of$I,OOO,OOO each accident, $1,000,000 each
employee, $1,000,000 policy limit for disease. The City will not accept certificates of
exemption. Confirmation that W Dlkers Compensation is provided for all persons fulfilling this
contract, whether employed. contracted, temporruy or subcontracted is required.
B. Commercial General Liability: Occurrence Form Required. Contractor shall maintain
commercial general liability (CGL) insurance with limits of not less than:
• $5,000,000 each occurrence for bodily injury and property damage
• $5,000,000 general aggregate (must apply Per Project)
• $5,000,000 products completed operations aggregate
• $1,000,000 personal & advertising injury
No exclusion shall apply to: premises, independent contractors, contractual liability, or property
damage resulting from explosion, collapse or underground (XCU) exposures.
C. Commercial Automobile Liability: Contractor shall maintain automobile liability insurance
with a limit of not less than $2,000,000 each occurrence for bodily injury and property damage
liability. Such insurance shall cover liability arising out of any auto fulfilling duties under this
agreement (including owned, hired, and non-owned autos). The policy shall provide contractual
liability coverage.
D. Professional LiabilitylMalpracticelErrors or Omissions: Licensed design-build professional
work such as that provided by architects, engineers, etc. shall maintain professional liability or
Page 72 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-l285
malpractice or eITors or omissions insurance with limits of $2,000,000 per occurrence. If claims~
made the retro date shall be prior or equal to the effective date of any contract with the City. The
coverage shall be renewed or include a "tail" or'Discovery, or continuous renewal of coverage for
a period of3 years following the completion of the project.
E. PollutionlEnvironmental Impairment Liability Coverage: Pollution/environmental
impairment Liability insurance is to be purchased to cover pollution andlor environmental
impairment which may arise from this agreement or contract. Coverage will be provided for to
non-owned disposal sites utilized for this project. The recommended minimum coverage is
$5,000,000. The coverage period shall be extended beyond the date of the completed project, until
the expiration date of the performance bond. If claims-made the retro date shall be prior or equal
to the effective date of any contract with the County. The coverage shall include a "tail" or
Discovery, or continuous renewal of coverage for a period of 3 years following the completion of
the project.
F. Umbrella or Excess Liability insurance can be utilized to provide the required limits. Coverage
shall be "following form" and shall not be more restrictive than the underlying insurance policy
coverages, including all special endorsements and City as Additional Insured status.
G. Special Requirements: Certificate of Insurance shall confinn in writing that all applicable
provisions apply.
a. Evidence of In,nrance: A copy of the ContractorN endor' s current certificate of
insurance MUST be provided with the response to this bid. A formal certificate shall be
provided upon announcement that a Contractor has been awarded the work. The
Certificate(s) shall be signed by a person authorized by that insurer to bind coverage on
its behalf. All Certificates ofInsurance must be on file with and approved by the City
before commencement of any work activities. The formal insurance certificate shall also
comply with the following:
b. Additional Insured: "City of Miami Gardens and its Elected Officials, Agents,
Representatives, Employees, and Volunteers" shall be named as an "Additional Insured"
on all policies except Worker's Compensation and Professional Liability.
Additional Insured coverage shall be provided with the following ISO forms or similar
policy provisions providing equal to or broader than coverage:
One of the following forms or its equivalent:
CG 2026 (Additional Insured-Designated Person or Organization) OR
CG 2010 (Additional Insured-Owners Lessees Contractors) OR
CG 2038 (Additional Insured-Automatic Status).
AND, if products or completed operations exposure:
Page 73 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27'" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
CG 2037 (Additional Insured-Completed Operations). The ContractorlVendor is
required to continue to purchase products and completed operations coverage to satisfy
this agreement for a minimum of three years beyond completion ofthe work.
c. Notification: The policy shall provide a 10-day notification clause in the event of
cancellation, non-renewal, material modification, or any other lapse in coverage of the
policy. In the event the insurance policy does not provide such notification, Contractor
shall provide notification to the
City. In the event the insurance coverage expires prior to the completion of the project, a
renewal certificate shall be delivered to the City 10 days prior to said expiration date.
d. Primary & Non Contributory
This Insurance shall be considered primary to any other insurance. Coverage shall be
provided with the following ISO form or similar policy provision providing equal to or
broader than coverage: CG 2001 (primary and Noncontributory -Other Insurance
Condition).
e. Waiver of Subrogation
All of Contractor's insurance policies, except Professional Liability, will waive rights of
recovery against the City. Coverage shall be provided with the following CGL ISO form
or sintilar policy provision providing equal to or broader than coverage: CG 2404
(Waiver of Transfer of Rights of Recovery Against Others to Us).
f. Subcontractors' Compliance: It is the responsibility ofthe contractor to insure that all
subcontractors comply with all insurance requirements.
g. Financial Stability: The policies of insurance shall be written on forms acceptable to the
City and placed with insurance carriers authorized by the Insuraoce Departroent in the
State of Florida. All insurance carriers must meet a minimum financial AM Best
company rating of no less than:
"A-Excellent: FSC VII. City reserved the right but not the obligation to reject any insurer
providing coverage due to poor or deteriorating financial condition.
Page 74 of 120
City of Miami Gardens
Bidder Must Submit with Bid
BID BOND
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
KNOW ALL MEN BY THESE PRESENTS, that we,:_,-,--_-;---______ _
~---~CO--~_as Principal, hereinafter called Contractor, and as
Surety, are held and firmly bound unto the City of Miami Gardens, Florida, as a municipal corporation of
the State of Florida, hereinafter called the City, in the sum of percent ~%) of the
Base Proposal amount of:
(Written Dollar Amount)
dollars ($ ) lawful money of the United States of American, for the payment of
which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and
assigns, jointly and severally by these presents,
WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing
of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the
performance of the Work covered in the Bid Documents which include the Project Manual, the detailed
Plans and Specifications, and any Addenda thereto, for Bid No. ______________ _
Entitled, ______________ _
NOW THEREFORE:
(A) lfthe principal shall not withdraw said bid within sixty (60) days after date of opening the same,
and shall within ten (10) days after the prescribed forms are presented to him for signature, enter
into a written contract with the City, in accordance with the bid as accepted, and give bond with
good and sufficient surety or sureties, as may be required, for the faithful performance and proper
fulfillment of such contract; or
(B) In the event of the withdrawal of said bid within the period specified, or the failure to enter into
such contract and give such bond within the time specified, the principal shall pay the City the
difference between the amount specified in said bid and the amount for which the City may
procure the required work and supplies, if the latter amount be in excess of the former, then the
above obligation shall be void and of no effect, otherwise to remain in full force and virtue.
Bid Bond Form 103 (9/2016)
Office of Procurement Management
Page 75 of 120
Page 1 of3
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
IN WITNESS WIIEREOF, the above bounded parties have caused this Bond to be executed by their
appropriate officials oflbe day of ,20 __ _
WITNESS:
COUNTERSIGNED BY
RESIDENT FLORIDA
AGENT OF SURETY:
(Copy of Agent's current
License as issued by State
of Florida Insurance
Commissioner
Bid Bond Form 103 (9/2016)
Office of Procurement Management
PRINCIPAL:
(If sole Proprietor or partnership)
(Firm Name)
BY __________________ __
Title: (Sole Proprietor or Partner)
PRINCIPAL (If Corporation)
(Corporate Name)
BY ____ ~~~~--------
(president)
Attest: ___ -..",,-----,----,-__ _
(Secretary)
(CORPORATE SEAL)
SURETY:
By:-----;-;c---;-;;--;---
Attorney-in-fact
(power of Attorney must be attached)
Page 76 of 120
Page 2 of3
City of Miami Gardens
CERTIFICATES AS TO CORPORATE PRINCIPAL
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
I, ,certifY that I am the Secretary of the Corporation named as
Principal in the foregoing bond; that who signed the said bond on behalf of the
Principal, was then of said Corporation; that I know his signature, and his
signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of
said Corporation by authority of its governing body.
. Corporate Secretary
Seal
STATE OF FLORIDA)
ss
COUNTY OF )
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
___________ to me well known, who being by me fust duly sworn upon oath, says that
he is the Attorney-in-Fact, for the and that he has been authorized by
_____________ to execute the foregoing bond on behalf of the Contractor named
therein in favor ofthe City of Miami Gardens, Florida.
Subscribed and sworn before me this ___ day of ____ ~, 20_ A.D.
(Attach Power of Attorney)
Bid Bond Form 103 (9/2016)
Office of Procuremeut Management
Notary Public
State ofFlorida-at-Large
My Commission Expires: ____ _
Page 77 of 120
Page 3 of3
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Awarded Bidder Will Be Required To Submit Upon City Request
PERFORMANCE BOND
BONDNO, ______ _
AMOUNT: $, ______ _
KNOW ALL MEN BY THESE PRESENTS, that in accordance with Florida Statutes
Section 255,05,, ________________________ _
with offices at, ____________________________ _
hereinafter called the CONlRACTOR (principal), and ____________ _
with offices at ____________________________ _
a corporation duly organized and existing under and by virtue of the laws of the State of hereinafter called the
SURETY, and authorized to transact business within the State of Florida, as SURETY, are held and firmly bound
unto CITY OF MIAMI GARDENS, represented by its Mayor and City Council, as CITY (Obligee), in the sum of:
=-c-,......,c-=------O-,---c--c--,------=-""0"7-,--~~~ DOLLARS ($ ,00), lawful money of the
United States of America, for the payment of which, well and truly be made to the CITY, the CONlRACTOR and
the SURETY bind themselves and each of their heirs, executors, administrators, successors, and assigns,jointIy and
severally, firmly by these presents as follows:
THE CONDITIONS OF THE ABOVE OBLIGATION IS SUCH THAT:
WHEREAS, the CONTRACTOR has executed and entered into a certain Contract hereto attached, with the CITY,
dated , 20 ~ to furnish at his own cost, charges, and expense all the necessary materials, equipment,
andlor labor in strict and express accordance with said Contract and the Contract Documents as defined therein, all
of which are made a part of said Contract by certain terms and conditions in said Contract more particularly
mentioned, which Contract, consisting of the various Contract Documents is made a part of this Bond as fully and
completely as if said Contract Documents were set forth herein;
NOW THEREFORE, the conditions of this obligation are such that if the above CONlRACTOR shall in all
respects timely and properly comply with the terms and conditions of said Contract, and his obligation thereunder,
including timely completing the Project, and the Contract Documents, and shall have indemnified, defended, and
saved harmless the above CITY against and from all costs, claims, delays, suits, actions, expenses, damages,
attorney's fees, including appellate proceedings, injury or loss of whatsoever nature, and however arising, including
without limitation delay damages, to which said CITY may be subject by reason of any wrongdoing, misconduct,
want of care or skill, negligence, failure of perfonnance, breach, failure to petition within the prescribed time, or
default, including patent infringements, on the part of said CONTRACTOR, his agents or employees, which in any
way arises out of said Contract; then this obligation shall be void; otherwise, to remain in full force and effect for the
term of said Contract, including any and all goarantee periods as specifically mentioned in said Contract Documents;
AND, the said Surety for value received, hereby stipulates and agrees that no change involving any extension of
time, or addition to the terms of the Contract Documents, or to the work to be performed, or materials to be
furnished thereunder shall affect said obligation of said Surety on this Bond, and the said Surety does hereby waive
Payment & Performance Bond Form 114 (9/2016)
Office of Procurement Management Page 78 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
notice of any such changes, extension of time, alterations, or additions of the terms of the Contract Documents, or to
the work. Claimant shall give written notice to the CONTRACTOR or the Surety shall be brought within the time
specified by Section 255.05.
IN WITNESS WHEREOF, the above parties bounded together have executed this instrument this day
of , 20-, the name and corporate seal of each corporate party being hereto affIxed and those presents
duly signed by its undersigned representative, pursuant to authority of its governing body.
CONTRACTOR
By __________________________ _
ATTEST
SURETY
By ________________________ __
ATTEST
* * * * * * * * * *
Payment & Performance Bond Form 114 (9/2016)
Office of Procurement Management Page 79 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Awarded Bidder Will Be Required To Submit Upon City Request
PAYMENT BOND
BONDNO. _______ _
AMOUNT: $, __________ _
KNOW ALL MEN BY THESE PRESENTS, that in accordance with Florida Statutes
Section 255.05,. __________________________ _
withofficesat. _____________________________ _
hereinafter called the CONTRACTOR (Principal), and _______________________ _
withofficesID ___________________________ _
a corporation duly organized and existing under and by virtue of the laws of the State of hereinafter called the
SURETY, and authorized to transact business within the State of Florida, as SURETY, are held and firmly bound
unto CITY OF MIAMI GARDENS, represented by its City Council, as CITY (Obligee), in the sum of:
c;-=.,,--=-c---:O-:---~__;;_"'7----___c__:;__;_,_;_--_;;_ DOLLARS ($ .00), lawful money of
the United States of America, for the payment of which, well and truly be made to the CITY, the CONTRACTOR
and the SURETY bind themselves and each of their heirs, executors. administrators, successors, and assigns, jointly
and severally, firmly by these presents as follows:
THE CONDITIONS OF THE ABOVE OBLIGATION IS SUCH THAT:
WHEREAS, the CONTRACTOR has executed and entered into a certain Contract hereto attached, with the CITY,
dated , 20_, to furnish at his own cost, charges, and expense all the necessary materials, equipment,
and/or labor in strict and express accordance with said Contract and the Contract Documents as defined therein, all
of which are made a part of said Contract by certain terms and conditions in said Contract more particularly
mentioned, which Contract, consisting of the various Contract Documents is made a part of this Bond as fully and
completely as if said Contract Documents were set forth herein;
NOW THEREFORE, the conditions of this obligation are such that if the above bounden CONTRACTOR shall in
all respects comply with the terms and conditions of said Contract and his obligation thereunder, including the
Contract Documents and further that if said CONTRACTOR shall promptly make payments to all persons supplying
materials, equipment. and/or labor used directly or indirectly by said Contractor or Subcontractors in the prosecution
of the work provided for in said Contract in accordance with Florida Statutes, Section 255.05; then this obligation
shall be void; otherwise to remain in full force and effect for the term of said
Payment & Performance Bond Form 114 (9/2016)
Office of Procurement Management Page 80 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Contract, including any and all guarantee periods as specifically mentioned in said Contract Documents;
AND, the said Surety for value received, hereby stipulates and agrees that no change involving any extension of
time, or addition to the terms of the Contract or to the work to be performed, or materials to be furnished thereunder,
or in the Contract Documents shall affect said obligation of said Surety on this Bond, and the said Surety does
hereby waive notice of any such changes, extension of time, alterations, or additions of the terms of the Contract, or
to the work, or to the Contract Documents. Claimant shall give written notice to the Contractor and to the SURETY
as required by Florida Statutes, Section 255.05. Any actions against the Contractor or the SURETY shall be brought
within the time specified by Section 255.05.
IN WITNESS WHEREOF, the above parties bounded together have executed this instrument this day
of , 20 __ , the name and corporate seal of each corporate party being hereto affixed and those presents
duly signed by its undersigned representative, pursuant to authority of its governing body.
CONTRACTOR
By ________________________ __
ATTEST
SURETY
By ________________________ __
ATTEST
**********
Payment & Performance Bond Form 114 (9/2016)
Office of Procurement Management Page 81 of 120
City of Miami Gardens
NOTICE TO BIDDERS
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Furnishing all labor, equipment, materials and any and all costs for the term of the warranty or as deemed necessary
by the City, necessary to complete the work per the specifications and as required shall be included in the above bid.
l. NOTICE TO BIDDERS:
1. Contractor shall fill in the entire bid form, No spaces are to be left blank.
contain dollar amount only -not NI A or included.
Bid Items must
2. The City reserves the right to utilize any combination of the base bid, add
alternates as they so desire to achieve the proper balance between the required improvements,
desired improvements, and City's available project budget.
3. The City reserves the right to request per unit/each pricing of materials listed on the bid form for
clarification or to purchase additional materials.
4. Contractor shall indicate if willing to accept VISA purchase card as payment
_______ yes No
n. BIDDER'S REPRESENTATION
1. The undersigned BIDDER proposes and agrees, if this Bid submittal is accepted, to enter into an
agreement with CITY in the agreement prepared by the CITY Attorney to perform and furnish all
Work as specified or indicated in the agreement and Bid Documents for the Bid price and within
the times indicated in this Bid Document and in accordance with the other terms and conditions of
the Documents.
2. The BIDDER has read and understands the Bid Documents or contract documents to the extent
that such documentation relates to the Work for which the Bid is submitted for other portions of
the Project, if any, being bid concurrently or presently under construction.
3. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with disposition of Bid security.
This Bid submittal will remain subject to acceptance for not less than ninety (90) dayS or more
than 120 days after the day of Bid opening.
4. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement that:
(A) BIDDER has examined and carefully studied the Bid Documents and the following Addenda
receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date)
Notice to Bidders Form 113 (9/2016)
Office of Procurement Management
Page 1 of4
Page 82 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
(B) The Bid submittal is based upon the materials, equipment and systems required by the Bid
Documents without exception.
(C) BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations
that may affect cost, progress, performance and furnishing of the Work.
(D BIDDER is aware of the general nature of Work to be performed for CITY and others at the site
that relates to Work for which this Bid is submitted as indicated in the Bid Documents.
(E) BIDDER has given CITY'S Office of Procurement Management written notice of all conflicts,
errors, ambiguities or discrepancies that BIDDER has discovered in the Documents and the
written resolution thereof by CITY is acceptable to BIDDER, and the Documents are generally
sufficient to indicate and convey understanding of all terms and conditions for performing and
furnishing the Work for which this Bid is submitted.
(F) This Bid is genuine and not made in the interest or of on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization ·or corporation; BIDDER has not directly or indirectly induced or
solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced
any person, finn or corporation to refrain from bidding; and BIDDER has not sought by collusion
to obtain fur itself any advantage over any other BIDDER or over CITY.
5. BIDDER agrees that the Work inclusive of any and all alternates will be completed and ready for
final payment in accordance with the Agreement on or before 90 consecutive days from Notice to
Proceed.
BIDDER accepts the provisions of the Agreement as to failure to perform in the event of failure to
complete the Work within the times specified in the Agreement.
6. The following documents are attached to and made a condition of this Bid:
(A) A tabulation of Subcontractors, Suppliers, and other persons and organizations required
to be identified in this Proposal
(B) Required CONTRACTOR'S Qualification Statement with support data
(C) Statement of BIDDER'S experience
(D) Anti-Trust Statement
(E) Drug Free Work Place
(F) W-9 Form
(G) MBE Affidavit
(H) References and Resume, Insurance Certificates, Licenses, Financials
Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings
indicated in the General Conditions or Instructions
SUBMITTED on. _________ ~, 20_
Notice to Bidders Form 113 (9/2016)
Office of Procurement Management
Page 2 of 4
Page 83 of t 20
City of Miami Gardens
State CONTRACTOR License No. __________ _
If BIDDER is:
An Individual
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
By _____________ (SEAL)
(Individual's Name)
doing business as __________________ _
Business address __________________ _
Phone & FaxNo.P F
E-mail Address: ------------------
A Partnership
By _____________ (SEAL)
(Firm Name)
(General Partner)
Business address ___________________ _
Phone & Fax No. P F E-mail Address: --------~ -----------
A Corporation
By _____________ (SEAL)
(Corporation Name)
(State of Incorporation)
By
(Na~m~e~o~fP~e-r~so-n-A~uili~o~ri-ze-d~t~o~S~ign~)---------------
(Title)
(Corporate Seal)
Attest:
(Secretary)
Business address ____________________ _
Phone &FaxNo.P F E-mail Address: ---------, -----------
Date of Qualifications to do business is. ______________ _
A Joint Venture
By
(Name) ________________ _
(Address), _______________ _
Notice to Bidders Form 113 (9/2016)
Office of Procurement Management
Page 3 of 4
Page 84 of 120
City of Miami Gardens
By _____________ (SEAL)
(Name) ________________ _
(Address), ________________ _
Phone & Fax number and Address for receipt of official communications
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
(Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a
party to the joint venture should be in manner indicated above)
Notice to Bidders Form 113 (9/2016)
Office of Procurement Management
Page 40f4
Page 85 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
LIST OF SUBCONTRACTORS
The Undersigned states that the following is a full and complete list of the proposed
subcontractors on this Project and the class of Work to be performed by each, and that such list
will not be added to nor altered without written consent to the City through the City
Representative.
SUBCONTRACTOR AND ADDRESS CLASS OF WORK TO BE PERFORMED
(1)
(2)
(3)
(4)
(5)
(6)
(7)
DATE BIDD'bE~R _______ _
BY:
Page 86 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
STATEMENT OF EXPERIENCE OF PROPOSER
The Proposer is required to state below what Work of similar magnitude is a judge of his
experience, skill and business standing and of his ability to conduct the Work as completely and
as rapidly as required under the terms of the Contract. E-Mail Address of contact must be
included
PROJECT AND LOCATION
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
DATE
Statement of Experience of Proposer Form 122 (9/2016)
Office of Procurement Management
REFERENCE -E-Mail Address
BIDDER~ __________________ __
BY:
Page 87 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
REFERENCES
As specified in the Instructions to Bidders section ofthis Bid Document, Bidders are to
present the details of a minimum of three (3) references of similar work. (Additional
references may be submitted on a separate sheet)
CITY, STATE, ZIP
Company Name:
Fax: Email:
Phone:
page 88 of 120
City ofMiarni Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
CONTRACTOR'S QUALIFICATION STATEMENT INSTRUCTIONS
PROJECT:
OWNER: CITY OF MIAMI GARDENS
CONTRACTOR:
INSTRUCTIONS
All questions are to be answered in full, without exception. If copies of other documents will answer the
question completely, they may be attached and clearly labeled. If additional space is needed, additional
pages may be attached and clearly labeled.
The City of Miami Gardens shall be entitled to contact each and every person/company listed in response
to this questionnaire. The proposer, by completing this questionnaire, expressly agrees that any
information concerning the proposer in possession of said entities may be made available to the City.
Only complete and accurate information shall be provided by the proposer. The proposer hereby warrants
that, to the best of its knowledge and belief, the responses contained herein are true, accurate, and
complete. The proposer also acknowledges that the City is relying on the truth and accuracy of the
responses contained herein. If it is later discovered that any material information given in response to a
questions was provided by the proposer, knowing it was false, it shall constitute grounds for immediate
disqualification, termination, or rescission by the City of any subsequent agreement between the City and
the proposer.
If there are any questions concerning the completion of this form, the proposer is encouraged to contact
the Office of Procurement Management, facsimile: (305) 474-1285, e-mail: Procurement@miamigardens-
fl.gov.
Contractor's Qualification Statement Instructions Form 116 (9/2016)
Office ofProcuremeut Management Page 89 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
STATEMENT AND QUESTIONNAIRE
Documents that reqnire notarization shonld be uploaded to BidSync at the time of bid snbmittal or
mnst be submitted to the Office of Procnrement Management within three (3) days of onr request.
GENERAL BACKGROUND
Current name, address, and telephone of Bidder:
Previous name and/or address of Bidder, if any:
Current president or chief executive officer:
Years in that position:
Number of permanent employees:
How many years has your organization been in business?
How many years has your organization been in business under its present business name?
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 90 of 120
City of Miami Gardens
If a corporation answer the following:
Date ofIncorporation:
State of Incorporation: __________ _
President's name:
Vice President's nam--e-: -----------
Secretary's name: ____________ _
Treasurer's name: ____________ _
If an individual or a partnership answer the following:
Date of Organization: __________ _
Office of Procurement Management
18605 NW 271h Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Name and address of all partners (state whether general or limited partnership):
If other than a corporation or partnership, describe organization and name principals:
Name and addresses of current affiliated companies (parent, subsidiary, divisions):
Ifa Joint Venture answer the following:
Formulation of joint venture
Proof of incorporation as a joint venture or
Copy of the formal joint venture contract between joint parties which must include:
Respective roles
Responsibilities
Levels of participation for this project
FINANCIAL STATUS
FINACIAL STATEMENTS
Attach a financial statement, prepared by a C.P.A. including MD&A (Management Discussion &
Analysis), latest balance sheet and income statement showing the following items:
Current assets, i.e., cash, joint venture account, accounts receivable, notes receivable, accrued
income, deposits, materials inventory and prepaid expenses:
Net fixed assets:
Other assets:
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
page 91 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Current liabilities, i.e., accounts payable, notes payable, accrued expenses, provision for income
taxes, advances, accrued salaries, and accrued payroll taxes:
Other liabilities, i.e., capital, capital stock, authorized and outstanding shares per values, earned
surplus, and retained earnings:
BANKRUPTCIES
Has the Bidder, or any of its parents or subsidiaries, ever had a Bankruptcy Petition filed in its
name, voluntarily or involuntarily? (If yes, specify date, circumstances, and resolution).
Has any Majority Shareholder ever had a Bankruptcy Petition filed in hislher name, voluntarily
or involuntarily? (If yes, specify date, circumstances, and resolution).
LOANS
Is this Bidder currently in default on any loan agreement or financing agreement with any bank,
financial institution, or other entity? (If yes, specify details, circumstances, and prospects for
resolution).
COMPANY EXPERIENCE -SIMILAR PROJECTS
List all projects of reasonably similar nature, scope, and duration performed by your company in
the last five years. Include the name of project, contract amount, dates of service, and percentage
of the cost of work performed with your own forces.
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 92 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Of the projects listed above, identify any which was the subject of a claim or lawsuit by, or
against, the Contractor, Identify in your response the nature of such claim or lawsuit, the court in
which the case was filed, and the details of its resolution,
We normally perform the following work with our own forces:
Have you ever failed to complete any work awarded to you? If so, note when, where, and why:
Have you ever been terminated from a project? If so, note what project, when, and why:
Within the last five years, have you ever been charged with liquidated damages? If so, note what
project, when and why:
Within the last five years, has any officer or partner of your organization ever been an officer or
partner of another organization when it failed to complete a contract? If so, attach a separate
sheet of explanation.
If Joint Venture, on a separate sheet, list the experience of the parties in the venture and if they
were separate or joint
LEGAL PROCEEDINGS
ARBITRATIONS
List all arbitration demands filed by, or against, the Bidder in the last five years, and identify the
nature of the claim, the amount in dispute, the parties, and the ultimate resolution of the
proceeding.
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 93 of 120
City of Miami Gardens
LAWSUITS
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
List all business related lawsuits (other than labor or personal injury litigation) filed by, or
against, the Bidder in the last five years, and identify the nature of the claim, the amount in
dispute, the parties, and the ultimate resolution of the lawsuit.
OTHER PROCEEDINGS
Identify any lawsuits, administrative proceedings, or hearings initiated by the National Labor
Relations Board or similar state agency in the past five years concerning any labor practices of
the Bidder. Identify the nature of any proceeding and its ultimate resolution.
Identify any lawsuits, administrative proceedings, or hearings initiated by the Occupational
Safety and Health administration concerning the project safety practices of the Bidder in the last
five years. Identify the nature of any proceeding and its ultimate resolution.
Identify below any OSHA citations and any fines that may have been imposed on your company
or organization in the last five years. If bidder is a joint-venture or partnership, list citations for
both firms.
State your current Insurance Experience Modification factor.
Identify any lawsuits, administrative proceedings, or hearings initiated by the Internal Revenue
Service, or any State revenue department, concerning the tax liability of the Bidder (other than
audits) in the last five years. Identify the nature of any proceeding and its ultimate resolution.
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 94 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Have any criminal proceedings or investigations been brought against the Bidder in the last ten
years? (If yes, please attach a complete and detailed report with your responses to this
Questionnaire).
REFERENCES
Provide trade references naming contact person, telephone number, e-mail address.
Provide Bank References naming the organization, street address, contact person, telephone
number, and e-mail address.
LICENSES AND INSURANCE
Please enclose copies of your Florida Food Establishment License, Certificate of Good Standing
and Current Certificates of Insurance for general liability, automobile liability, and workers'
compensation insurance.
COMMENTS:
Please list any additional information that you believe would assist the City in evaluating the
possibility of using the Bidder on this project.
The proposer understands that information contained in this Questionnaire will be relied upon by
the City of Miami Gardens in awarding the proposed Agreement and such information is
warranted by the proposer to be true. The undersigned proposer agrees to furnish such additional
information, prior to acceptance of any proposal relating to the qualifications of the proposer, as
may be required by the City Manager.
The proposer further understands that the information contained in this questionnaire may be
confirmed through a background investigation conducted by the Miami Gardens Police
Department. By submitting this questionnaire, the proposer agrees to cooperate with this
investigation, including but not necessarily limited to fingerprinting and providing information
for credit check.
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 95 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
I certify that the infonnation and responses provided on this Questionnaire are true, accurate and
complete. The City or its representatives may contact any entity or reference listed in this
Questionnaire. Each entity or reference may make any infonnation concerning the Bidder
available to the City of Miami Gardens.
Dated: _______ _
BIDDER:
By _________________________ _
Sworn to and subscribed before me this ___ day of" _________ , 20 __ _
Notary Public
My Commission Expires:
By: ----------------------------1_-------------------(Signature) (print name)
Address: ____________________________ ___
Telephone: ,-( _--,) _________ _ Fax: (L __ ) _______ _
E-Mail: ____________________ _
Social Security Number (OR) Taxpayer Identification Number (TIN):
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 96 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
By:, _____ ---=::----:-----:-______ ---', _________ _
(Signature) (print name)
Addr~s: __________________________ ___
Telephone: (,----,) _______ _ Fax: (,-_-,) _________ _
E-Mail: _________________________ _
Taxpayer Identification Number (TIN/EIN): __________ _
State Under Which Corporation Was Chartered:
Corporate President: __________ ---=::-:--.:-::-_.,--_________ _
(print Name)
Corporate Secretary: __________ ---=::-:--.:-::-_.,--_________ _
(Print Name)
Corporate Treasurer: __________ --=--,-----",,--.,---_________ _
(print Name)
CORPORATE SEAL Attest By: ____ ::-_____ _
Secretary
Statement and Questionnaire Form 121 (9/2016)
Office of Procurement Management
Page 97 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
ASSIGNMENT OF ANTITRUST CLAIMS
Contractor Subcontractor Supplier (strike inapplicable words) and City recognize that in actual
economic practice, overcharges resulting from price-fixing violations of the antitrust laws are in
fact usually borne by the City. Therefore, Contractor Subcontractor Supplier, for an in
consideration of payment in the amount of (bid amount)$ for Contract Number
ITB# and other good and valuable considerations, receipt of which is
hereby acknowledged, hereby assigns, conveys, sells and transfers to the City of Miami
Gardens, Florida, all rights, title and interest in and to all causes of action it may have under the
antitrust laws of the United States or any of the several states for price-fixing of services, goods
or materials furnished in connection with performance of this contract.
Contractor Subcontractor Supplier and City also recognize that the public interest in vigorous
enforcement of the antitrust laws is furthered by private treble damage actions. Therefore, City
hereby consents to reassign to Contractor Subcontractor Supplier all of part of the antitrust
claims assigned herein, at the sole discretion of City, when it appears that the best interests of
the State of Florida and its citizens would be served thereby.
As used herein, the words "price-fixing" include, but are not limited to, price-fixing, resale price
maintenance, collusive bidding, bid rigging, complementary bidding, combinations or
conspiracies to restrict output or supply, and all other forms of agreements or understandings
which have the purpose or effect of tampering with the price structure of services or articles of
commerce.
Signed __ ---:::-:---:---:----:-_:-:-_-:-:::--__ _
Duly Authorized Agent For:
Title of Duly Authorized Agent
Whose Signature appears above
Dated this _______ ----'day of _____________ _
Witness: ______________ Date, __________ _
page 98 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
DRUG FREE WORKPLACE
Preference shall be given to businesses with drug-free workplace programs. Whenever two or
more Bids which are equal with respect to price, quality, and service from businesses that are not
located within the City of Miami Gardens are received by the City for the procurement of
commodities or contractual services, a Bid received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process. In
order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are
under Bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under Bid, the employee will abide by
the terms of the statement and will notify the employer of any conviction of, or plea of guilty or
nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who is
so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation
of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the
above requirements.
Vendor's Signature
Drug Free Workplace Form 108 (9/2016)
Office of Procurement Management
Page 99 of 120
City of Miami Gardens
Office of Procurement Management
'18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
CERTIFICATION FOR BUSINESS CONCERNS SEEKING SECTION 3
PREFERENCE IN CONTRACTING AND DEMONSTRATION OF CAPBILITY
Name of Business:
Address of Business:
Type of Business: o Corporation o Partnership
o Sole Proprietorship o Joint Venture
Attached is the following documentation as evidence of status:
For Business claiming status as a Section 3 resident-owned enterprise:
o Copy of resident lease 0 Copy of receipt of public assistance
o Copy of evidence of participation 0 Other evidence
in a public assistance program
For business entity as applicable:
o Copy of Articles of Incorporation 0 Certificate of Good Standing
o Assumed Business Name Certificate 0 Partnership Agreement
o List of owners/stockholders and 0 Corporation Annual Report
% ownership of each 0 Latest Board minutes appointing officers
o Organization chart with names and titles 0 Additional documentation
and brief function statement
For business claiming Section 3 status by subcontracting 25 percent ofthe dollar
awarded to qualified Section 3 business:
o List of subcontracted Section 3 business(es) and subcontract amount
For business claiming Section 3 status, claiming at least 30 percent of their workforce
are currently Section 3 residents or were Section 3 eligible residents within 3 years of
date of first employment with the business:
o List of all current full-time employees 0 List of employees claiming Section 3 status
o PHAII HA Residential lease less than 3 0 Other evidence of Section 3 status less than 3
years from day of employment years from date of employment
Evidence of ability to perform successfully under the terms and conditions of the proposed
contract:
o Current financial statement
o Statement of ability to comply with public policy
Page 100 of 120
City of Miami Gardens
o List of owned equipment
o List of a II contracts for the past two years
Authorizing Name and Signature
Attested by: _____________ _
Page 101 of 120
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
(Corporate Seal)
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
City of Miami Gardens
Office of Procurement Management
Ordinance 2011-01-243, establishes a program enabling the City to collect relevant data to
determine if Minority Business Enterprises that are eligible and qualified to perform services on
behalf of the City, are being given the opportunity to provide these services.
Contractor Name: ________________________ _
Add~ss: __________________________ ___
FederallD: ____________ _
Phone: ___________ Email: ______________ ___
Is the principal owner(s) of the company any of the following?
___ African American ____ Hispanic ___ Asian, ___ ,Native American
Are Sub-Contracting opportunities available with this contract? ___ Yes ___ No
If yes, insert the sub contractor's information in the chart below.
Company Name, Address, Phone & Email Type of Ownership Trade or Services to
BM -African Am be performed
HM -Hispanic
AM-Asian
NM -Native Am.
Is your company currently certified as a Minority Business Enterprise? __ Yes __ No
If yes, which entity issued the certification? ________________ _
It is hereby certified that the following information is true and accurate account of contacts and
responses for sub-contracting opportunities on this contract
Signed =-____________ _
NamelTitle ____________ _
Date. _____ -=:--:-:--__ --,-:--_:--..".,....
This form must be submitted with the bid or proposal
Page 102 of 120
City of Miami Gardens
Current Jobs
Personnel/Staff Performed
employed by
Contractor
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
City of Miami Gardens
Office of Procurement Management
Staffing Requirements for project:
Estimated Anticipated Jobs Estimated
Days on New Hires for Performed Days on City
City Project City Project Project
Page 103 of 120
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
CERTIFICATE OF COMPLIANCE WITH
THE FLORIDA TRENCH SAFETY ACT
Bidder acknowledges that he is solely responsible for complying with the Florida Trench Safety Act (Act)
and Occupational Safety and Health Administration's excavation safety standard 29 CFR 1926.650
(Subpart P as amended). Bidder further acknowledges that included in the various items ofthe proposal
and in the Grand Total Base Bid Price are costs for complying with the Florida Trench Safety Act (90-96,
Laws of Florida) effective October I, 1990. The Bidder further identifies the costs to be summarized
below:
A.
B.
C.
D.
Trench Safety
Method
(Description)
Units of
Measure
(LF, SY)
Quantity Unit
Cost
Extended
Cost
$_-----
$._-----
$_-----
$_-----
Total: $ _____ _
Failure to complete the above may result in the bid being declared non-responsive. The costs indicated
above are provided to comply with the Act and shall not constitute grounds for any additional
compensation to that listed for the separate line items of the Bid Form.
By: __ ~~ _______ __
Bidder
Date:. _____________ _
Authorized Signature
Trench Safety Affidavit Form 123 (9/2016)
Office of Procurement Management
Page 104 of 120
City of Miami Gardens
City of Miami Gardens
Office of Procurement Management
Office of Procurement Management
18605 NW 27ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
The City of Miami Gardens is seeking to use this project as a means to provide employment opportunities to city
residents that are currently unemployed.
BIDDERS AFFIDAVIT
NOTE: This Affidavit must be properly executed by the bidder.
Bid No. ___________ _ Date: ________ _
Bid Title _______________________ _
Company Name ______________________ _
Authorized Representative __________________ _
Certifies they will in good faith attempt to hire a total of ______ unemployed residents of the City of Miami
Gardens to complete the project as specified herein.
Good faith efforts include but are not limited to the following:
Advertisement in general circulation media
Contact local agencies specializing in job placements, e.g. Workforce One, South Florida Workforce, Job Corp etc.
Job Corp Contact Information:
Anthony Robinson, Program Director
Miami Job Corps
Robinson.Anthony@jobcorns.org
(305) 620-3104
Bidders Affidavit Form 104 (9/2016)
Office of Procurement Management Page 105 of 120
City of Miami Gardens
CITY OF MIAMI GARDENS
CONSTRUCTION CONTRACT
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
TIllS CONTRACT made as of this __ _ day of ______ ,20 ~ by and between
__________________ ----', hereinafter referred to as the CONTRACTOR, and the
CITY OF MIAMI GARDENS, FLORIDA, a Florida municipal corporation, hereinafter referred to as the CITY.
WITNESSETH, that whereas, the CITY has awarded to the COJ>[WCTOR the Work of performing
certain construction:
follows:
1.1
ARTICLE 1 -CONTRACT
Enumeration of Contract Documents:
'; -(:< . ,,;, /)
The Contract Documents coq~prise tli;,ci",tjre ",,,.el\ffi~,nt between <;;I;l'¥"",d CONTRACTOR and
consist of the following:
':"-,:,,,',,'--,
(I)
(2)
(3)
(4)
,!~X;:,~o3~"~)
{;l~,( hereof
Sp"clflibaiJ;ws prepared by the CITY
CITY's Invitation to Bid No. ___ dated
~"a,ocliffiiintS', are hereby incorporated herein by reference, and made a part
, CITY and the CONTRACTOR shall become part of this Agreement. Any~~tjifflji~~ ,
Documents not includedw.'t/1is
; :,1
do not, and shall not, form any part of this Agreement. In the event of
any conflict between t~~,;~uments or any ambiguity or missing specification or instruction, the following
priority is establish"";' "/
a. Specific direction from the City Manager (or designee).
b. This Agreement dated ________ and any attachments.
c. Agreement & General Conditions
d. Bid Document including all plans & drawings.
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 106 of 120
Page 1 of 13
City of Miami Gardens
e. Contractor's bid submittal
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
1.2 Conflict, Error or Discrepancy:
1.3
3.1.1
3.1.2
If, during the perfonnance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the
Contract Documents, CONTRACTOR shall so report to the CITY in writing at once and before proceeding
with the Work affected shall obtain a written interpretation or clarification from CITY.
Representation of CONTRACTOR:
ARTICLE 2. SCOPE OF WORK /;>"
The CONTRACTOR hereby agrees to furnish all o/;~;·
CONTRACTOR shall
scheduling activities
Insurance
"''i/;:~\,
bt!le')CITY. CONTRACTOR shall commence
y "<~£S,;>-,
(5) calendar days after receipt of the Notice of
be issued until CONTRACTOR'S submission
and acceptance ofthe full construction schedule in
section, submittal schedule and schedule of values is a
Notice to Proceed to mobilize on the Project site and commence
~~~~~r~~~~~~ ",.ft" "JK shall submit all necessary documents required by this provision
v ~:ndOf~'~)'S of the issuance of Notice of Award.
3.2 The Work must begin ten (10) calendar days from Notice to Proceed or the date fixed in the Notice to
and shall be carried on at a rate to insure its substantially completed within
~;;~;:Il~;;Ii';;£;i16~le~d',," days from the issuance of the Notice to Proceed, completed and ready for final
Proceed, whic!JeY~rjj,;tater,
payment in accordance with Article 6 within '_'.""""""',,'.; days from the date certified by CITY as the
date of Final Completion.
3.3 Upon failure of CONTRACTOR to substantially complete the WORK, herein referred to as Substantial
Completion, within the specified period of time, plus approved time extensions, if any, CONTRACTOR
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 107 of 120
Page 2 of13
City of Miami Gardens
Office of Procurement Management
18605 NW 27ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
shall pay to CITY the sum of ,,:tl;';:~.1i;;;~;Cj:,~,~,,;£.',-g,},;~~;ig for each calendar day after the time
specified in Section 3.2 above, plus any approved time extensions, for Substantial Completion. After
Substantial Completion should CONTRACTOR fail to complete the remaining Work within the time
specified in Section 3.2 above, plus approved time extensions, if any, for completion and readiness for final
payment, CONTRACTOR shall pay to CITY the sum
the time specified in Section 3.2 above, plus any approved extensions,
for final payment. These amounts are not penalties, but are
obtain full beneficial occupancy and/or use of the Project. Li(jui,dab
which the CITY will suffer as a result of the "r.~ n~
a formal resolution concerning the amount of said
CONTRACTOR to complete the Contract as
The above-stated liquidated damages shall
for completion is given.
3.4 CITY is authorized to deduct liquidated':':
Contract.
for each calendar day after
for completion and readiness
to CITY for its inability to
fixed and agreed
failure of
for the Work under this
3.5 CONTRACTOR shall be resl~on,;ible
incurred by the 1~~~~::j~~::
date specified above, nh',~.··""
to liquidated damages, for all costs
ilt,~un';tnllilii()n of the WORK beyond the completion
ArchitectiEngineer construction costs shall be
,ctlErlgi:neo,r, a copy of which is available upon request
,)'dedu,~ed from the monies due CONTRACTOR for
pursuant to ll!elcontract ';:~~:r~?;ff;~' ;_,_~"
of the CON~~R; su<:jj(i,1 ~ts
perfurmance ;fW:O~~.el!ns of li'i\!IlAAI1l1 credit change orders issued by CITY, as costs are incurred
l!i~RitectlEngi\l~.and~lO;J>y
, . ,,/ ? ":'<,",~,,:;:',; -/
_;_'i\ ".-<';;,:;/
AllTICLE40.€OMPENSATION ,,', __ " ',', --c.,,_, , '," ""''''''''', ,_ '_._.\
CItYSh.dl:8~f'CO~M~OR as full compensation for the all material, services, labor and performance,
,'-'I ".-'.
including overhead 'aria profit, associated with completion of all the Work in full conformity with the
!"-'-;
requirements ",s.s~>t,r shown in the Contract Documents, the sum of 1';;;;~;cE'K:'i3VC3',j;;:':;i~;';ij!t111!0
ARTICLE 5. PROGRESS PAYMENTS
CONTRACTOR may make Application for Payment for Work completed, at intervals of not more than
once a month. However, the CITY shall not pay more than ninety percent (90%) of the total Contract Price
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 108 of 120
Page 3 of13
City of Miami Gardens
Office ofprocurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
as progress payments. The CONTRACTOR'S application shall show a complete breakdown of the Project
components as dictated by the CITY, including au updated Schedule of Values showing the quantities
completed aud the amount requested, together with such supporting evidence as may be required by the
CITY. CONTRACTOR shall submit with each Application for Payment, au updated progress schedule
acceptable to the CITY as required by the General Conditions and a release ofliens relative to the Work
which is the subject of the Application. Each Application for Payment sl)l!ilI,t>e submitted in triplicate to the
CITY. The CITY shall make payment to the CONTRACTOR,
approval by the CITY of CONTRACTOR'S Application for PalmiliRt
updated progress schedule.
shall be , s
sub'lJli,ssic,n of au acceptable
Completion and acceptance by the CITY in~with '~erms and .'. in the
Contract Documents. Upon Final completi~~~"':~~ce ·'o~~1'&.f (1/2) C~;)the retainage will be
returned to CONTRACTOR in accordanc~·\.ilh the te~': and co;i~i:ilfulated in the Contract <::;'\:. -\_'~,',<,';, /H"-) '?'!_':;';'(~}:~>"
Documents. --\.::,c -",':;:~> ,:_:,:/ ;.;' .: .. '/
One half (1/2) of the retainage fee sIi~\~\i'h~M,aud s~{redeemable upon satisfactory completion of
the twelve (12) months oE six (6) montIls'~i'IT~'1!eriod'~'fity shall select length of warranty period
upon notice of award.;(~:~ti\.;. <!\ '., "»
The CITY may withhold,';f#;~;'~'~W.p.rt;:';"yment;w~ch extent as may be necessary to protect itself
-;;'tt:~i~~''', ,,'::,; '~"_»>"' c', --",-
from loss on,,~~~.tunt of: -, ",~.~,:t"
a) 'i;,i~~i~;~Jye Work<~~~p1edied'::'-;;';::,,;_~;>
b) '\{'~{';~~~ii~~.reasd~ITevidence indicating probable filing of claims by other parties
:;~fji;;' c) '!!';~~ri£l~;~~to make payments properly to Sub-Contractors or for material
.•.• ;. \ ··;'· •. ;i;; .• ·.;>;:;e).la&~~.\
. ;'d)'" "UlilI!age;w'another CONTRACTOR not remedied.
'_'~,_:~,\ v-'.5;-)
e) Li~i\ilIate;( damages, as well as costs incurred by the CITY for extended construction
,::" .. , . .j
.adn'.jJ{istration.
When the abov"'~&u~ds are removed or resolved or CONTRACTOR provides a surety bond or a consent
of Surety, satisfactory to the CITY which will protect the CITY in the amount withheld, payment may be
made in whole or in part.
ARTICLE 6. ACCEPTANCE AND FINAL PAYMENT
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 109 of 120
Page 4 of 13
City of Miami Gardens
Office of Procurement Management
18605 NW 27ili Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Upon receipt of written notice from CONTRACTOR that the Work is complete and ready for final
inspection and acceptance, CITY shall, within ten (10) calendar days, make an inspection thereof. The
CONTRACTOR shall only receive payments If CITY finds the Work acceptable, the requisite documents
have been submitted, the requirements of the Contract Documents fully satisfied, and all conditions of the
permits and regulatcry agencies have been met, the Architect/Engineer and CITY'S Representative will
submit a statement stating such to the CITY Manager.
:~\"i;i:c--'-'
,-,{,:,;::~>/
Before the Final Payment, CONTRACTOR shall deliver tc CITY ~plete waiv~r of lien(s) or release of
,<!:~.:;~ '[}";:'~'"
all lien(s), as applicable, arising out of this Contract, or receipts in fii!!";f,~.~c~tWork; and an Affidavit
t'_c#f"\>~\,Y
certifYing that all suppliers and Sub-Contractors have ~ paid in full, ·.~ihat all other indebtedness
connected with the Work has been paid.'~~~tr~*l;0,,'4i;~~,;,,\S\";: ,)
The CITY may withhold, in whole or in exteiit!~.may be l!!'Cessary to protect itself
-,c'.~\,t::, , .... ; Y'i) '',----H ,,,.,_ from loss on account of: ·:'Y'i".i' ";<',~:;-->"
A.
B.
C.
filing of claims by other parties
pa:ynl~I~)I,ro:perly to Sub-Contractors or for material or
remedied.
~~i'cllIT"d by CITY for extended construction administration.
~res<)lvl,d satisfactorily to the CITY, payment may be made.
he entire unpaid balance of the Contract sum shall be paid by CITY to the
(30) days after completion of all Work, Contract fully performed and a final
ARTICLE 7. NftSClcLLANE01US
7.1 Conflict: Where there is a conflict between any provision set forth within the Contract Documents and a more
stringent state or federal provision which is applicable to this Project, the more stringent state or federal
provision shall contrul.
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 110 of 120
Page 50f13
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
7.2 Independent Contractor: CONTRACTOR is an independent contractor under this Contract. Services provided
by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In
providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents
or sub-contractors of the CITY and CONTRACTOR shall be responsible for any actions of its officer,
employees, agent and subcontractors. This Contract shall not constitute or make the parties a partnership or
joint venture.
7.3 Oualifications: CONTRACTOR, and the individual executing this
warrants to the CITY that the CONTRACTOR is a Florida
standing, and that the CONTRACTOR has all the required
required by the State of Florida and the County of
behalf of the CONTRACTOR,
pra'Rn.etolrship, etc.) in good
of competency
ilications of
competency required by the State of Florida
described.
7.4 Entire Contract -Modification:
whatever source arising. except as
the parties or be binding upon any
any legal validity between
IOv,le,lge that this Contract contains the entire
effective unless made in writing and
,;(:"nll'act is executed. If any term in the
conflict with the Contract, then the terms of
executed by the
the COlntr'LCt .:hal
7.5 CITY intend to directly or substantially benefit a
~0I1trt~i1Il!~]partie;~~I~"ily acknowledge that it is not their intent to create any rights
"~r,i\l>ilgations in . Contract Therefore, the parties agree that there are no
·,®rd-party " , and that no third-party shall be entitled to assert a claim against
"~)\
either .ofthem,based up\!i'l'1\1:is
'-'. :."":/:.'. :'::;"'"
';'.\
"\
7.6 Notices/ Authorized R~i!resentatives
{""'-r
Any notices '!'iLuirf!!I,',ji permitted by this Agreement shall be in writing and shall be deemed to have been
properly giveit·jftransmitted by hand-delivery, by registered mail with postage prepaid return receipt
delivery, by registered or certified mail with postage prepaid retorn receipt requested, or by Federal Express
addressed to the parties at the following address:
City of Miami Gardens
Attn: City Manager
18605 NW 27th Avenue
Miami Gardens, FL 33056
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Contractor:
Name:
Address:
City, State & Zip:
Page 11101120
Page 60f13
City of Miami Gardens
Office ofprocurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
7.7 Assigmnent and Performance: Neither this Contract nor any interest herein shall be assigned, transferred, or
encumbered by either party. In addition, CONTRACTOR shall not subcontract any portion of the Work
required by this Contract except as authorized in the General Conditions. CONTRACTOR represents that
all persons delivering the services required by this Contract have the knowledge and skills, either by
7.8
7.9
7.10
training, experience, education, or a combination thereof, to ad"qu.teix and competently perfonn the
duties, obligations, and services set forth in the Scope of Work and and perform such services to
CITY'S satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and Contract in a skillful
and respectable manner. The quality ofC()NTRA(;TC)R:~,pelfOl1l12illCe
provided to or on behalf of CITY shall be comparable to .
Materiality and Waiver of Breach: CITY ."!''\.';'cv" duty, and
obligation set forth in these Contract D()cll~~.~
Contract and, therefore, is a malterial,~~ ..• helreof.:~p'])~lure
shall not be deemed a waiver of such P\ih.ViiSi<l11l A waiver of any breach of
waiv~i"iQf any subsequent breach and shall not be
construed to be a nlOdliJi,l;
by a court of competent jurisdiction to be
pr'JvisiolOS'\!l#lI), "ontlnlWi1ilil\e effective, unless CITY or CONTRACTOR elects to
~'l~",election to .. ~:minale this Contract based upon this provision shall be made
ilj~im.dit!.g b:V tiJe,£c}Urt becomes final.
This Contract shall be enforceable in Miami-Dade Couoty, Florida, and iflegal
aClf6Ii!~i~~e:~tf.:IJ1.Y. en'1"'''p'my with respect to the enforcement of any or all of the terms or conditions
herein exclusive ve.ii!ji;'\fc)f .• enforcement of same shall lie in Miami-Dade County, Florida. By entering
into this Co'ntlra"t,..'c~jN'TlllAC:TOR and CITY hereby expressly waive any rights either party may
have to a of any civil litigation related to, or arising out of the Project. CONTRACTOR
shall specifically bind all Sub-Contractors to the provisions oftbis Contract.
7.11 Enforcement Costs: If any legal action or other proceeding is brought for the enforcement of this Contract,
or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of
this Contract, the prevailing party or parties shall be entitled to recover reasonable attorney's fees, expenses
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 112 of 120
Page 70f13
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
and court costs, including appellate fees incurred in that action or proceeding, in addition to any other relief
to which such party or parties may be entitled.
7.12 Amendments: No modification, amendment, or alteration in the terms or conditions contained herein shall
be effective unless contained in a written document prepared with the same or similar formality as this
Contract and executed by the CITY and CONTRACTOR.
,X: ",>~ .. ,
7.13 Prior Contracts: This document incorporates and includes aif:\~or negoti~tions, correspondence,
,,"1),:-,1),
conversations, Contracts, and understandings applicable to the matt'~~1~~t~~>herein and the parties
agree that there are no commitments, Contracts or con~ci~1t~ilie subject_l'~atter of this
Contract that are not contained in this document. parties agree;1iIat no de~n from the
e;, :~\'k',;{, ,,-ii~~j_~~:}Y
terms hereof shall be predicated upon any wheth~~:Or written. It is
further agreed that no modification,
shall be effective unless set forth in
CO!nij!liorlS contained herein
7.14 Future Litigation: Contractor certifie""~t'if:
7.15
claims, lawsuits, or
either performed by
construction projects, work or tasks
Florida Statutes, PROPOSER shall protect,
officials, officers, members, agents, representatives
claim"~~~i1itiies, expenses, or damages of any nature, including attorney
\i}!;'l!!'"rs')Jl; anld for injury to any property arising out of or in any way
ROJiiW'eriimnaJrrce of aJrry provision of this Agreement required of the
of the PROPOSER, or resulting from any violation by the PROPOSER or its
l,olrdllrran.ce, regulation or other legal requirement pertaining to a safe place of
rrifriimum hours and wages, and fair employment practices. However, nothing
herein shall be de,,...i4/to indemnifY CITY for any liability or claim arising solely out of the negligent
performance
The City does hereby agree to indemnifY and hold harmless PROPOSER, from any aJrrd all personal injury
or property damage claims, liabilities, losses, and causes of action which may arise solely as a result of City's
performance of this Agreement. This agreement is subject to the provisions of Section 768.28 Florida Statutes,
such that the City shall not be held liable to pay a personal injury or property damage claim or judgment by any
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 113 01120
Page 8 of13
City of Miami Gardens
Office of Procurement Management
18605 NW 27th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
one person which exceeds the sum of $200,000, or any claim or judgments or portions thereof, which, when
totaled with all other occurrence, exceeds the sum of $300,000 from any and all personal injury or property
damage claims, liabilities losses and causes of action which may arise solely as a result of the performance of
this Agreement. However, nothing herein shall be deemed to indemnifY PROPOSER from any liability or
claim arising out of the negligent performance or failure of performance of PROPOSER or any unrelated third
party. Nothing contained herein shall be deemed a waiver of sovereign
contract amount shall represent the consideration to be provided for this
7.16 Insurance:
All insurance requirements must be met and evidenced to
performance of services.
The City reserves the right but not me Oallgl"
insurance coverage which fail to
require ContractorN endor to
One percent (1%) of the
or reject any
reserves the right to
sufficient or adequate
types or amounts of insurance to be
liabilities, but are merely minimums.
all persons fulfilling this contract for statutory
of Florida and any applicable federal laws. The
a limit of$I,OOO,OOO each accident, $1,000,000 each
The City will not accept certificates of
ex"mlpti,j~1,\c;oTILfJ!l ~;<!fii~lt VVoi'kers Compensation is provided for all persons fulfilling this
r.SiiP11oyed;'%illtJ·aclted, temporary or subcontracted is required .
• ·.··•·· •• ·.~oD,Bii~~ .. G1il\j!!('1 Liability: Occurrence Form Required. Contractor shall maintain
cOJmnler,ci!i1f~11">ral.m"bil!ity (CGL) insurance with limits of not less than:
• each occurrence for bodily injury and property damage
• general aggregate (must apply Per Project)
• products completed operations aggregate
• $1,000,000 personal & advertising injury
No exclusion shall apply to: premises, independent contractors, contractual liability, or property damage
resulting from explosion, collapse or underground (XCU) exposures.
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 114 of 120
Page 9 of13
City of Miami Gardens
Office of Procurement Management
18605 NW 27" Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Commercial Automobile Liability: Contractor shall maintain automobile liability insurance
with a limit of not less than $2,000,000 each occurrence for bodily injury and property damage
liability. Such insurance shall cover liability arising out of any auto fulfilling duties under this
agreement (including owned, hired, and non-owned autos). The policy shall provide contractual
liability coverage.
Professional LiabilitylMalpracticelErrors or Omissions: Li,:~~ed design-build professional
work such as that provided by architects, engineers, etc. sh"llc •. 'l!i!iPthln professional liability or
malpractice or errors or omissions insurance with limits per occurrence. If claims-
made the retro date shall be prior or equal to the effective '.:C" with the City. The
coverage shall be renewed or include a "tail" or Discovery, of coverage for
a period of 3 years following the completion i. project.
PollutionlEnvironmental Impairment Li"bilitY
impainnent Liability insurance is to be
impairment which may arise from .
non-owned disposal sites utilized
$5,000,000. The coverage period
the expiration date of the
to the effective date of any
Discovery, or continuous rel~~,w:·otFovel·a~d::
the project.
for to
cov'era"e is
ompleted project, until
shall be prior or equal
include a "tail" or
of3 years following the completion of
UmbreUa or . c:
shall be
utili"~~iiil'" provide the required limits. Coverage
mdliei~~ctive than the underlying insurance policy
coverages, inl'ludin,~~,peci';~.·~ii4<)!s\i!i.ents anli"City as Additional Insured status.
sp~~~j,l~~\~~s:: c: ;::e :;.rtiJ~.te ofIr,swrimce shall confmn in writing that all applicable
proV1SI~~pply:: ...•..
"/' '\;~r:~2\ ',:':'»;/; ,-,<~;,,:-~-_?::-:,,_: _'"
}l E~;Of Insura);.,.!: A copy of the ContractorN endor' s current certificate of
':.\ ",' ,)nsu~ MUST be provided with the response to this bid. A formal certificate shall be
". . . ":c.'£:'\(;~id~c:;mon announcement that a Contractor has been awarded the work. The
';§;,i{'\ \. > \. ?~cate(~) shall ~e signed by a person authorized by th~t insurer to bind coverag~ on
I~,~alf. All CertIficates ofinsurance must be on file WIth and approved by the CIty
·;,,"'ti~fdfe commencement of any work activities. The formal insurance certificate shall also
comply with the following:
Additional Insured: "City of Miami Gardens and its Elected Officials, Agents,
Representatives, Employees, and Volunteers" shall be named as an "Additional Insured"
on all policies except Worker's Compensation and Professional Liability.
Construction Contract Form 106 (9/2016)
Office of Procurement Management Page 115 of 120
Page 10 of 13
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
Additional Insured coverage shall be provided with the following ISO forms or similar
policy provisions providing equal to or broader than coverage:
One of the following forms or its equivalent:
CG 2026 (Additional Insured-Designated Person or Organization) OR
CG 2010 (Additional Insured-Owners Lessees Contractors) OR
CG 2038 (Additional Insured-Automatic Status).
AND, if products or completed operations exposur~;' "
CG 2037 (Additional Insured-Completed Operatio~)i'The ContractorlVendor is
required to continue to purchase products and coihi11'~d operati9~s coverage to satisfy
this agreement for a minimum of three years beyondi,~~~~:;'r'the work.
cancellation, non-renewal,
policy. In the event the
"i,,·' notificatio~::;;~~~ in~~;~ent of
jificati~r,!,r any other lapSc:i'~W~lage of the
nOir,Wl>yide such noti'fi~:On, Contractor
In the event the insurance
certificate shall be dellive:red
completion':"'t~e project, a renewal
.: . to any otherinsurance. Coverage shall be
policy provision providing equal to or
M(iPrilmrurv and Noncontributory -Other Insurance
policies, except Professional Liability, will waive rights of
Coverage shall be provided with the following CGL ISO form
oro,vision providing equal to or broader than coverage: CG 2404
:Trans:fer of Rights of Recovery Against Others to Us).
'!Intr.d,",s' Compliance: It is the responsibility of the contractor to insure that all
>nfiract:ors comply with all insurance requirements.
Financial Stability: The policies of insurance shall be written on forms acceptable to the
City and placed with insurance carriers authorized by the Insurance Department in the
State of Florida. All insurance carriers must meet a minimum financial AM Best
company rating of no less than: "A-Excellent: FSC VII. City reserved the right but not
the obligation to reject any insurer providing coverage due to poor or deteriorating
financial condition.
Construction Contract Form 106 (9/2016)
Office of Procuremeut Management Page 116 of 120
Page 11 of13
City of Miami Gardens
Office of Procurement Management
18605 NW 27ili Avenue
Miami Gardens, FL 33056
(305) 622·8000 FAX (305) 474·1285
7.17 Compliance with Florida Public Records Laws. To the extent required by law, Contractor shall comply
with the public records laws in accordance with Chapter 119, Florida Statutes. Specifically, Contractor
agrees to comply with Section 119.0701, Florida Statutes. Public records shall mean all documents, papers,
letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or .other
material, regardless of the physical form, characteristics, or means of transmission, made or received
pursuant to law or ordinance or in connection with the transaction of
defined in Section 119.011, Florida Statutes, as amended. The
which records, if
Construction Contract Form 106 (9/2016)
Office of Procurement Management
any, are
Page 117 of 120
Page 12 of13
business by any agency. as
inspection.
City of Miami Gardens
Office of Procurement Management
18605 NW 27 th Avenue
Miami Gardens, FL 33056
(305) 622-8000 FAX (305) 474-1285
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed as follows:
WITNESSES:
PrintName:~~~~~~~~~_
ATTEST:
City Clerk
,-._--
-. .-
ql:~~ Attorney';'\
"'.,. " '~';:':>". '-"~"j' , "\
Dated:,',' :c\
Construction Contract Form 106 (9/2016)
Office of Procurement Management
CONTRACTOR:
PrimName:~~~~~~~~~r-__
Page 118 of 120
Page 13 of13
Fo"" W-9
(Rev. December 2014)
Department of the Treasury
Intemal Revenue SeJvice
Request for Taxpayer
Identification Number and Certification
Give Form to the
requester. Do not
send to the IRS.
N 1211.~~~m;Tcfu~~~en.ttYnrna~me~,ITdm;;n,~~~;;------------------------------------------------------------
f~----~------------------------------------------------------~r-------------------3 Check appropriate box for federal tax classification; check only Ohfjl of the following seven boxes: 4 Exemptions (codes apply only to
O 0 certain entitles, not individuals; see o Individual/sole proprietor or C Corporation D S Corporation D Partnership Trust/estate instructions on page 3):
single-member LLC Exempt payee code (if any) _____ __ D Umlted liability company. Enter the lax classification (0::;0 corporation. S=S corporation, P=partnership)" __ :----:-
Note. For a single-member LLC that Is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting
the tax classification of the single-member owner. code (if any)
(AppIIMIo iCCOIInl3 /IIIIIIfBined tMSJd& rile U.s.)
Enter your TIN in the appropriate box. The TIN provided must name given on line 1 to avoid
backup withholding. For Individuals, this Is generally your social security number (SSN). However, for a
resident allen, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other
entities, it is your employer Identification number (EIN). If you do not have a number, see How to get a
TIN on page 3.
Nota. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for
guidelines on whose number to enter.
perjury, I certify that:
1, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me): and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by thelntemal Revenue
Service QRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (e) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA cocIe{s) entered on this form ~f any) indicating that I am exempt from FATCA reporting is correct.
Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on page 3.
Sign I Signatur. of
Here u.s. person" Date"
General Instructions
Section references are to the Internal Revenue Code unless otherwIse noted.
Future developments. Information about developments affectIng Form W-9 (such
as legislation enacted after we release It) is at www./rs.gOI//fw9.
Purpose of Form
An Individual or entity (Fonn W-9 requester) who is required to file an Information
return with the IRS must obtain your correct taxpayer identification number (TIN)
which may be your social security number (SSN). indillidual taxpayer identification
number (ITIN), adoption talCpayer identification number lATIN), or employer
identification number (EIN), to report on an infonnalion return the amount paid to
you, or other amount reportable on an information return. Examples of information
returns include, but are not limited to, the following:
• Form 1099-INT (Interest earned or paid)
• Form 1099-01V (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of Income. prizes, awards, or gross proceeds)
• Form 1099-8 (s-tock or mutual fund sales and certain other transa.ctlons by
brokers)
• Form 1099-8 (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage intElf8st), 1098-E (student loan Interest), 1098-T
(tuillon)
• Form 1099--C (canceled debt)
• Form 1099-A (a~uISitlon or abandonment of secured property)
Use Form W-9 only jf you are a U.S. person oncluding a resident alien), to
provide your correct TIN.
If you do not return Form W-9 to the requester with a nN, you might be subject
to baCkup withholding. See What is backup withholding? on page 2.
ey signing the fiUed-out form, you:
1. Certifylhal the TIN you are giving is correct (or you are waiting for a number
to be issued),
2. certify thai you are not subIect to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt payee. If
applicable, you are also certifying that as a U.S. person. your allocable share of
any partnership income from a U.S. trade or business 1s not subject to the
withholding tax on foreign partners' share of effectively connected income, and
4. Certify that FATCA code(s) entered on this form Of any) indicating that you are
exempt from the FATCA reporting, is correct. See What Is FATCA teporling? on
page 2 fot further information.
Form W-9IRev. 12-2014)
Page 120 of 120
Southeast Florida Governmental Purchasing
Cooperative Group
CONTRACT AWARD
Please complete each of the applicable boxes and submit with bid documents, award notices and tabulations to
Ipiper@myboca.usforplacementonthe NIGP SEFL website Cooperative contract page.
BID/RFP No. ITS 15-16-039(A)
Description/Title: Sidewalk Replacement and Installation
Initial Contract Term: Start Date: 02/24/2017 End Date: 02/23/2018
Renewal Terms of the Contract: _4_,-----..,. __ ---.,.__ Renewal Options for ...,1 __ --:-_,--_
(No. of Renewals) (Period ofTime)
Renewal No. _1_ Start Date: 02/24/2018 End Date: 02/23/2019
Renewal No. ~ Start Date: 02/24/2019 End Date: 02/23/2020
Renewal No. ~ Start Date: 02/24/2020 End Date: 02/23/2021
Renewal No.4 Start Date: 02/2412021 End Date: 02/23/2022
SECTION #1 VENDOR AWARD
Vendor Name: METRO EXPRESS INC.
Vendor Address: 9442 NW 109TH STREET
Contact: Delio Trasobares
Phone: -'.(3_0_5,-) 8_8_5_-1_3_30 ______ Fax: (305) 885-1327
Cell/Pager: Email Address:delio@metroexpresscorp.com
Website: FEIN: ___________ _
sECTION#Z AWARD/BACKGROUND INFDRMATION
Award Date: 02/08/2017 Resolution/Agenda Item No.: 2017-28-3133
Insurance Required: Ves X ---No ____ _
Performance Bond Required: Ves X ---No ____ _
SECTION #3
Agency Name:
Agency Address:
Agency Contact:
Telephone:
LEAD AGENCY
City of Miami Gardens
18605 NW 27th Avenue, Miami Gardens, FL 33056
Latora Francis
305-622-8000
Emaillfrancis@miamigardens-fl.gov
Fax: 305-474-1285
CONTRACT FOR SIDEWALK REPLACEMENT & INSTALLATION
ATTACHMENT B
1. CONTRACT PRICE & CONTRACT BEWTWEEN
CONTRACTOR AND CITY OF MIAMI GARDENS
Thomas F. Pepe -01-11-16
Page 6 of7
CITY OF MIAMI GARDENS
SIDEWALK REPLA\liME:-JT ANIl I~STALLATION ANNl:AL CO:-JTRACT REBID
CONSTRUCTION CONTRi\(T
TillS CONTRACT m.de as of this .ZIj.J(,da> of ~ ....• 201.1 by and between METRO
EXPRESS. INC".. horein"fler rclcrred to.s the CONTR,\CTOR. and the CllI' OF MIAMI GARDENS. Fl.ORIDA.
n Florida Immicipal COllmratil)n. hereinafter referred to as the CITY.
WITNESSETH. th.t where.s. the \ITY h ... awarded to the CO:--JTRACTOR the Work of pcrlbrrning
certain construction:
NOW. THEREFORli. the CITY nnd the CONTRACTOR. Ibr consideration hereinaller named. agree as
follows:
AIHICI.I: I -C:O:>iTRACT OOClIMENTS
1.1 Enumeration of COlli rae I Docul11ents~
The Contract Documents comprise the entire agreement between CITY and CONTRACTOR and
cunsist urlhe rollowing:
(I) Titis Agreement and General Conditions
(2) (~onstructjon Ilcrlorrnancc hondo
(3) Construction payment bond.
(4) Insurance certificate{s).
(5) ~otice orAward and Notice to Proceed.
(6) Invitation to Hid and the Spccillcations prepared by the CITY
(7) CONTRACTOR's Response to the (,ITY', Invitation to Bid No.15·16-039(Aj dated
November 28,2016.
The aforementioned docunlcnts arc hereby incorporated herein b)' reference. and made a part
hereof
Any amendments executed by the CITY and the CONTRACTOR shall become part nfthis Agreement.
Documents not included in this Article do 1I0t. and shall not. form any part of this Agreement In the event of
any conflict between the docull1enls or allY ambigui1y or missing spccificalion 01' instruction. the following
priority is established:
a. Specific direction from Ihe Cit), 1\-1anagcr (or designee).
h. This Agreell1ent dated ~ -?~-~_'} and any attachment!>.
c. Agreement &. Gellcral Conditions
d. Hid Document including all plans & drawings.
c. Contractor's bid submittal
1.2 Connict, Error or Discrepancy:
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 1 of 12
If. duringlhc performance of Ihe Work. CONTRACTOR linds a conflicl, crror or discrepancy in the
ConlraetDoeumenls, CONTRACTOR shall so reporllo Ihe CITY in writing al once and before proceeding
with the Work affected shall obtain a written interpretation or clarification from CITY.
1.3 Represenlalion of CONTRACTOR:
Execulion of Ihe ConlraCI by Ihe CONTRACTOR is a representalion Ihat CONTRACTOR has visited Ihe
Work sileand is familiar wilh .Ihe local condilions under which Ihe Work is.lo be performed.
ARTICLE 2. SCOPE OF WORK
The CONTRACTOR hereby agrees 10 furnish all of Ihe malerials, lools, equipmenl, labor, services,
incidenlal, and everylhing necessary 10 perform; and shall perform. all of Ihe Work. herein referrcd 10 as
Work in accordance with Ihe Conlract Documcnls. The City is Ihe lead agenl on this conlracl for the
Soulheast Florida Governmenlal Cooperative Group.
ARTICLE 3. CONTRACT TIME
3.1.1 CONTRACTOR shall be .issued a Notice of Award by Ihe CtTY. CONTRACTOR shall commence
scheduling aclivities nnd"erruil applications wilhin. five (5) calendar days .ner receipl Of the NOlice of
Award. The Nolice 10 Proceed and Purchase Order will nol be issued unlil CONTRACTOR'S submission
10 CITY of all required documenlsincluding. bOI nol limited 10: Performance and Paymenl Bonds,
Insurance Certificates fully executed Contract.
3.1.2 The receipl of all necessary permils by CONTRACTOR and acceplance ofthe filII conslruclion schedule in
accordance with general tenns and conditions section, submittal schedule and schedule of values is a
condilion precedenllo Ihe issuance oflhe Notice 10 Proceed. 10 mobilize on the Projecl siie and commence
with Ih. Work. The CONTRACTOR shall submit all necessary documents required by Ihis provision
wilhin fift •• n (15) calendar days oflhe issuance of Notice. of Award.
3.2 The Work must begin within len (10) calendar days from Notice to Proceed or Ihe dale fixed in the NOlice
to Proceed, which¢ver is later. aod shall be carried on at a rate to insure its substantially completed within
Ihree hundred sixly-five (365) calendar days from the issuance of Ihe Nolice to Proceed. compleled and
ready for final payment in accordance with Article 6 within Ihirty (30) days from the dale certified by
CITY as, the date of Final Completion.
3.3 Upon fail"re of CONTRACTOR 10 substantially complele Ihe WORK, herein referred 10 as Subslantial
Completion. wilhin Ihe specified period of time, plus approved lime extensions, if any, CONTRACTOR
shall pay to CITY Ihe sum of one hundred dollars (Sloo) for cach calendar day after the time specified in
Section 3.2 above, plus any approved time extensions, for Substantial Completion. After Substantial
Completion should CONTRACTOR fail to complele the remaining Work wilhin Ihe tinte speCified in
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 2 of 12
Section 3.2 above. plus approved lime extensions. if any. Jbr COlllpll:tion !llld readiness for linal payment.
CONTRACTOR 'hall pay 10 rlTY Ih. sum of one hundred dollars ($100) for each calendar day after Ihe
time specified in Section 3.2 above. plus allY approved extensions. ifany. for completion and readiness for
linal payment. These amounts arc not penalties. but are liquidated damages to CITY for ils inability to
obtain full beneficial occupancy and/or usc urtlle Projl:ct. Liquidated damages arc hcrcb)' fixed and agrt.'Cd
upon between the parties. recogni7.ing the impossibility of precisely ascertaining the amount of damages
which the CITY will suffer us a result of the CONTRACTOR'S failure to perlorm and that will be obviate
a formal resolution conccrning the amount of said damages and the cost and cllect of the failure of
CONTR/\(,TOR to complctc the ('ontmct as required hereunder.
The above-stated liquidated damages shall apply separately 10 each portion cflhe Project lor which a time
for completion is given .
. 14 CITY is authurized to deduct liquidated damages JI'Om monies due to CONTRACTOR for the Work under
this Contract
3.S CONTRACTOR shall b. responsible for reimbursing CITY. in addilion to liquid.led damages. lor all cosls
incurred by the Architect/Engineer in administering the construction of Ihe WORK beyond the completion
date specified above. plus approved lime extensions. if an}'. Architect/Engineer construction costs shall be
pursuant to the contract between CITY and ArchitectiEngil)ccr, a copy of which is available upon request
of Ih. CONTRACTOR. All such cosls shall be dedueled from Ihc monies due CONTRACTOR for
performance of WORK by means of unilateral credit change orders issued by CITY. as costs arc incurred
by ArchilecllEngineer and agrccd 10 b)' CITY,
ARTlCU: 4. COMPENSATION
CIT" shall pay CONTRACTOR as full compensation for the all material. services. labor and pcrtomlance,
including overhead and protil, associated with completion of aJi the Work in Ilill conformity with the
requirements as stilted or shown in the Contract Documents. in the sum tlf three million. five hundred
sixteen Ihousand. six hundred lilly (SJ. 516.650.00).
ARTlCLt: S.I'ROGRf:SS PAY~n:NTS
CONTRACTOR m3)' make Applicalion tor Payment for Work completed. at intervals of not more than
once n month. Ilowcvcr. the CITY sholl not pay more 1111111 ninety p"rccnt (t)O%) nfthe total Contracll)ricc
as progress payments. The CONTRACTOH.·S application shall !;how a complete breakdown of Ihe PrQject
cornpollcntlt as dictated by the CITY. including 0111 Llpdatcd Schedule of Valucs showing Ihe quantities
completed and the amount requcsted. together with such supporttng evidence U!l may be required by Ihe
CITY. CONTRACTOR shall submit wilh each Application for PllymCI11. an updated progress schedule
acceptable to the CITY as reqllir~d by the General Conditions and a release of liens relative to the Work
construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 3 or 12
whieh is the sll~ieet of the Application. Each Applkation for Payment 'hall be submitted in triplicate to the
('ITY. The (,ITY ~1811 make payment to the CONTRA(,TOR withill thirty (30) husiness days aller
approval hy the CITY of CONTRACTOR'S Application ror Payml!nt and submission of an acceptable
updated progress schedule.
Ten percent 110%) of all monics earned by the CONTRACI'OR shall be retained by the CITY until Final
Completion and acceptance hy the CITY in accordance wilh the tenns and conditions stipulated in the
Contract Documents. Upon Final Completion and acceptallf,,'e one half (1/2) of the retainagc will be
returned to CONTRACTOR in accordance wilh the terms and Cllnditions stipulaled in the Contract
Docllments.
Olle il.lf(lI2) of tile retai.age lee shall be held and shllil be redeemable UpOIl satisfactory completion of
the twch'c (12) months or six (6) months warr'dl1ly period. The City shall select length ofwamlJlly period
upon notice of award.
The CITY may withhold. in whole or in part. payment to such extent as may be necessary to protect ilself
from loss at! account of:
a) Defective Work not remedied.
b) Claims tiled or reasonable evidence indicating probable tiling of claims by olher parties
again't CONTRACTOR.
c) Failure ofCON'!'RACTOR to make payments l)rOpcrly to Sub·Col1traclors or for material
or labor.
d) Damage to another CONTRACTOR not remediei.l.
c) Liquidated damages. as well as costs inculT~d by lhe CITY tilr extended construction
administmtioll.
When the above grounds arc removed or resolved or COi':TRACTOR provides a surety bond or a consent
of Surely. satisfactory to the CITY which will protect the CITY in the amOLint withheld. payment may be
made in whule or in part.
ARTICI.E 6. ACCEPTANO: AND nNAI. PAYMENT
Upon receipt of written nolice from CONTRACTOR that the Work is complete nnd rlo!ady for final
inspection and acceptance. CITY shall. within ten (10) calendar days. make an inspection thereof. The
(,ONTRA(,TOR shall only receive payments If CITY finds the Work "ccopt.ble. the requisite documents
have been suhmitted. the requirements of the Contract DocLlm~nts full)' smislied, and all conditions of the
perlnits and regulatory agcncies have been mct. the Architect/Engineer nnd CITY'S Representative will
submit It statement stating such to the ('lTV Manager.
Bcfor~ the Finnl Pa)'mcnt. rONTRACTOR shall deliver to CITY a complete wHiver oflicn(s~ 01' release of
all Iien(s). os applicable. arising out of this Contract. or receipls in full for all Work: and an Affidavit
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 4 of 12
certifying Ihal all ,uppliers nnd Sun-Con"nel""s have been paid in full. lind thai all olher indebledness
cOllnected with the Work has been paid.
The CITY may v,:ithhold. in whole 01' in part. paymellt to silch extent as lIlay be nceessnry to protect ilself
from loss on aceounl of:
A, Defective Work not remedied,
B. Claims filed or reasonable evidencc indicating probable tiling of claims by other parties
again't CONTRACTOR.
C. Failure of CONTRACTOR to make pa}'lnents properly 10 Sub·Conlractors or lor material or
lahor,
D. Damage to another CONTRACTOR not remedied.
E. l.iquidalcU uarnages and Cl1S.ts incurred by CITY for I!-xtcnded construction administration.
When the above grounds are removed or rCS<llved satisfactorily to the CITY. payment may be nlade,
Final payment constituting the entire unpaid balanct.~ of the Contract sum shall be paid by CITY to the
CONTRACTOR wilhin .hirty (30) days aller complelion of all Work. ('omracl fully performed and a final
certificate for payment has been issued by the CITY'S representative,
ARTICI.E 7. MISn:LLAN.:OlJS
7.1 Conflict: Where there is a contlict between nn)' provision sct forth within the Contract Documtliits lind H
morc stringent state or federal provision which is applicable to Ihis Pruject. the more stringent state oc
tedcml provision shall control.
7.2 Independent Contractor: CONTRACTOR is an independent contractor under this ('ontract. Services
provided by CONTRACTOR pursuant to this Conlracl ,hnll be subject 10 the supervision of
CONTRACTOR, In providing such services. neither CONTRACTOR nol' its agents shall act as officers.
employees, or agents or sub-contraclors of Ihe ('ITY and CONTRACTOR shnll be responsible for .ny
actions of its officer. employees. agent and suhcontractors, This Comtact shall not constitute or make the
parties a partnership or joint venture.
73 Qualifications: CONTRACTOR. and lhe indi\'iduul cxccuting this Contract on behalf of the
CONTRACTOR. warranls to Ihe CITY .11ft1 the CONTRACTOR is • Florida (corporation sole
proprietorship. etc.) in good standing. Dnd thnt the (,ONTR,\(,TOR has all the rcquircd licenses nnd
certifications of competency required by the State of Florida Ilnd the ('ounty of Miami-Dade to pcrtOnt1 the
Work herein described. CONTRACTOR shall insure that 1111 Sub·('ontmclors have all required licenses
Construction Contract Form 106 (9/2016)
Office of Procurement Management
I'age 5 of 12
and C't'rlilicalions of cmnpctcncy l'~qLlircd by the SUite of Florida and Ih~ County of' Miillni·DaJe 10 pertcU'lll
th~ Wmk herein dcscrib.:d.
7.4 Entire C$.mtracf -MQdilici~1i9.U'; No stnlcmCl1ls. rcprc!lclitatioIlS. wan'antics. I.,'ithcr "riUl'n or ural. rmlll
whatever source arising. except as ~,~prcssly sUIted in this COl1tmct. shall haw uny Icgal vulidity ht::lwccn
the parties or bc binding ullon uny of them. The 1',1rties acknowlcdg.: thai III is Coniraci contuins th.: cntin,'
umlersumding of the llanics, No l11odificnlions hereof shall b4.' cOcctivc unless madl' in 'Hiling and
t::XCCLltcd by the parties hereto with the same fonn:1litics as this Contract is 1!xecuted, If any term in thl'
CONTRACTOR'S proposul tlppcars to bl' in direct or ftl,parent conflict with the Contract. then thc lefillS ()f
Ihe COlllracl shall cOOlrol.
75 Third Party Benenciaries~ Neithcr CONTRACTOR nor CI rv intend to directly or substantially benefit"
third parly b)' this Contract. Thl.' pnrties expressly lIcknowlcdgc Ihal it is nut their inhmt tn cn.:' .. ltc ,my righls
or tlhligalions in any third persun or entit), under this Contract Thcrclofl..'. thC' partiC's agree tlml [hen.' lIrc 110
Ihird.party beneficiaries 10 this Contract and thai no third·pany shall be l~ntitlt'd tn as-sert a clairn ugainst
either of them hascd upon this Contract.
7.6 Notices./Aulhori.l.cd Rcprcscmativcs: Any notices requircd or permitted by this Agn:cment simI! he in
wriling and shall be deemed to have hcen properly given iftnmsilliucd by hand·dl'livcry. by registered mail
with postngc prepaid retunl rcccipi delivery. by rcgistC'rcd or ccrriti~d mail with pO!;lag.c prcpilid retum
receipt requested. ()(' by Federal Express addressed to Ihe partie5 at !hl.! lollowing address:
City ot' Mimni Gardens
Attn: Cily Manager
18605 NW 27" 1\ venue
Miami Gardens. FI. 33056
Conlnletol": Metro b;l"l'css. Inc.
Name: Angel Fcrn:1l1dt..'z
Address: 9442 NW 1(1)" Sireel
Cill'. Siaic & Zip: Medic),. 1'1.)3 17N
7 ,7 M~ignl11,cl1t..wl4..performancc: Neither this emma," nm nny inlcrl'st herein shall he assigncd. InmslcITl'd. or
encumbered by eith~r party. In addition. ('ONTI{A(,TOR sh.dl 110[ subCon1raCI uny pOri ion of Ihe Work
required by this Contract except as authorized in the General Conditions. CONTR,\CrOR represents tlml
all pcrstms deliverjng the !icrvices required by this Contract have the ~no\\'ledge imd skills. I.~ithcr by
training. expC'ricncc. education. or a combination thereof: 10 udcquutcly and competently perform the
dUlies. obligations. and services Sl~t n.)rth in the Scope of Work and tu provide and rcrfonll such sl'rviccs to
C ITY'S satisfaction for th~ ilgreed compclIsutillil.
CONTRACTOR slmll pcrlhrm its duties, ohligalilllls. and !\ervkcs under (his Contract in a skillful
and l'csPl'clablc manlier. The qualit)' ofCONTRACTOf{'S pcrtbrmantc and all inll'rim ilnd lin;]] produclbJ
pl'ovidc-d hl or on behalf ofCI'I'Y slmll hI! c0ll11l8mhlc to the best local <II,d Ilillional stlllldrtrds.
7.8 MiLt1:rialit,y-und ,Waivcr .!!f"Ureac/,!,; CITY and CONTRACTOR tll-\rcc that each r~qllircmenl. (Iuty. and
obligation set forth in Ihese Contract DocLllllcl1Is is ~uhS1<lnlinl al1d illlplll1ant to the tf.lrInatic)Il nf Ihis
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 6 oJ' 12
Contmet and. theretore. is a material term hereof. (TrV'S titilure to entilrce any provision of this Contract
shallnol be deemed u waiver of Slich provision or moditication of this Coniraei. A waiver of ony breach of
a provision of Ihis Contract shall nol be deemed <.1 ,,,'uivcr llf any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
7.9 Severance: In the event a portion of this Contract is found by a court of cmnpelcnt jurisdiction to be
invalid, the remaining provisions shall continue to be effective. unless ('lTV or ('ONTRACfOR elects to
terminate this Contract. An election to terminate this Contract based upon this provision shall be made
within seven (1) days after the finding by the court becomes final.
7.10 Applicable Law and Venue: This Contract shall be enforceable in Miami-Dade Count)'. florida. and if legal
action is necessary h)' either party with respect to the cnforccment of' any or all of the terms 01' conditions
herein exclusive venue for thc cnforcemcnt l1fsame shaU lie in Miami-Dade Count)'. Florida. Byenterin&
inlo Ihi. Conlract, CONTRACTOR and CITV hereby expressly waive any righls either ".rly may
have 10 • trial by jury or any clvillitigallon relal.d 10, or .rlsing out or the Proje.t. CONTRACTOR
shall SIJeeifirolly bind all Sub-Contrattors to .be provisions of tbis Contract.
7.11 Enforcement Costs: lfany legat action or other proceeding is brought for the entilreement of this Contract.
or because of an alleged dispute, breach. default or misrepresentation in connection with any provisions of
this Contract. the prevailing party or parties shall be entitled to recover reasonahle altllmcy's tl.'es. expenses
and court COSIS. including appellate fees incurred in that action or proceeding. in addition to any other relief
to which such part)' or parties may be entitl~d.
7.12 Amendments: No modification. amendment. or alteration in the terms or conditions contained herein shall
be eftective unless contained in a written document prepared with thc same or similar formality as this
Contract Rnd executed br the CITV and CONTRACTOR,
7.13 Prior Contraces: This document incorpomtcs and includes all prior negotiations. correspondence.
conversations. Contrdcts. and understandings applicable to the matters contained herein and the parties
agree that there arc no cOlllmitments. Contracts or understandings concerning the subject mattcr of this
Contract that are not contained in this document. Accordingly. the parties a.gree that no deviation from the
terms hereof shall be predicated upon any prior repreHcnlnlions or Cuntracts. whelher oral ur written. It is
further agreed that no modification. amendment or alteration in the terms or conditions contained herein
shall be effective unless sct fm1h in writing in accordance with Section 6.11 above ..
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 7 of 12
7,14 Future Liligation: ('Olllraclor certifies that il shall notify the Cily wilhin five I;) days of the receipt of any
claims, lawsuits. or actions liIed ~,g8inst ('Ol1lracror relating to any construction projcclS. work. or tasks
either pcrfomlcd h)' rontruclor or to be perfomled by Contractor.
7.15 Ind!;mnificalion: Subject to the limhulions of Section 768.28 Florida Statutes. Contractor shall prolect.
defend. indemnify. and hold harmless the CITV illld its officials. otTlCcrs, members. agents. representatives
and employees from any and all claims. liabililies. expenses. or damages of any nature, including allOnlcy
fces, for injury to or death of any person. and for injury to .Uly propen)' arising out of or in any way
conncclcd with the perfonnance or non-pertormance of any provision of this /\grcemcnt required of the
('onlraclor. by or on behalf of the Contractor. or resulting from any violatilln by the Contractor or its
employees of any statute law. ordinance. regulation or other legal rctluircmcnt penaining to a sate place of
employment ("r workers. minimum hours and wages. and fair employment practices. However. nothing
herein shall be deemed 1(1 indemnify CITY IOor any liability or claim arising solely out of the negligent
performance of CITY.
The City does hereby agree to indemnify and hold harmless Contmclor, from any and all personal injury or
property damage claims. liabilities. losses. and Causes of action which may arise solely as a result of City's
performance of this Agreement. This agreement is subject to the provisions of Section 768.28 Florida
Stututcs. such Ihat the City shall not be held liahle to pay n personal injury or property damage claim or
judgment by anyone person which exceeds the sum of $200,000. or Etny claim or judgmcnls or portions
thereof, which. when totaled with all other occurrence. exceeds the SUol of S.300.000 from an)' and all
personal injury or pnlpct1y damage claims. liahilities losses and cnuscs of action which may arise solely as
• resuh of the porfom,.nce of this Agreemem, However, nOlhing herein shall be deemed 10 indemnify
Contnu;tor from BIlY liabilily or claim arising out of lhe negligent perlormance or failure of performance of
('ontractor or any unrelated third party. Nothing contained herein shall be deemed a waiver of sovereign
immunit),. One percent (I %) of the contract amount shall represent the considerati()Il to be provided lor
Ihis indemnification.
7.16 Insurance: All insurance requirements must be mct and evidenced to the Cily belorc delivery of goods and
perfonnance of services. The City reserves the right btu not the ohligati()n to revise any insurance
requirement, or reject any insurance covC'ntgc which rail to meet the criteria sttlted herein at any tillle. The
City rcserv4::li the right to require Contractor/V4::ndor to provide and pay tor any other insurance coverage the
City deems necessary. depending upon the possible exposure to liability or loss. These insurance
requirements shall nol limit the liability of the Contractor/Vendor. The (,it)1 dues not represent these types or
amounts or insurance 10 be sufficient or adequate to protect the Contractor/Vendor's interests or IinbUitics.
hut arc merely minimums.
Construction Contract Form 106 (9/2016)
Office of Procurement Management
I'age 8 of 12
\\'orkers' Comptnsfttion: Coverage is to apply for all persons fulfilling this contract for statutory
limits in compliance with the law of the Stale of Florida and uny applicable federal laws, The
policy must include Employer' Liability with n limit ol'SI ,000,000 each accident, S 1,000,000 each
clIlplo),'ce, $1,000,000 policy limit for disease, The City will not ucccflt certificates of
exemption, ('oufinnation that Workers COlnl)cnsation is provided for all persons Ilalfilling this
contnlct, whether employed. contracted, tcrnpol'3ry or subcontracted is required.
Commercial General Liability: Occurrence Form Required. Contractor shalt maintain
commercial generalliabilily (CGL) insurance with limits of not less than:
• $5,000,000 each occurrence for bodily injury and propcl1y damage
• $5,000,000 general aggregntc (must aflply Pl:f Project)
• $5,000.000 products completed operations aggregate
• S I ,000,000 personal & advertising injury
No exclusion shall apply to: premises. independent contractors. contractual liability. or property damage
resulting from explosion. collapse or underground (XCU) exposures,
Commercial Automobile Liability: Contractor shall maintain aUll_mobile liability insllmnce
with a limit of not less than $2,000,000 cach occurrence for bodily injury and property damage
liability. Such insurance shall cover liability arising out of any auto fulfilling duties under this
agreement (including owned, hired. and non-owned aut05), The policy shall provide contractual
liability coverage.
Professional Uabilily/Malpra('.tieel.:rrors or Omissions: Licensed design·build professional
work such a.s that provided by architects. engineers. elc, shall maintain professional liability or
malpractice or errors or omissions insurance with limits ofS2.000.000 per occurrence, If claims·
made the retro date shall be prior or equal to the effective date of lilly contract with the City. The
coverage shall be renewed or include a .. tail" or Discovery. or continuous renewal of coverage for
a period of3 yeaTS following the completion orthe prqjccl.
l~ollutioniEnvironmentallmplllrmfnt liability Covfrage: l)ollution/cllvironmental
il1lpainncnt Liability insurance is to be purchased to cover pollution and/or environmental
impainnent which mn)' arise from this ngreement or contract. Coverage will be provided for to
nOll-owned disposal sites utilizcd for this project. The recommended minimum coverage is
$5.000,000. The coverage period slmll be eXlended beyond the date oflhe completed project. until
the e:><piralion date of the perfonnance bond. If claims·lI1ade the retro date shall be prior or equal
to the effective date of any contract with the County. The coverage shall include a "tail" or
Discovery, or continuous renewal of coverage lor a period of J years following the completion of
the project.
lImbrtlla or I:xcess l.iability immrancc cal\ he utilized to provide the required limits. Coverage
shall be "following Ibrm" and shall not be more restrictive than the underlying insurance policy
coverages, including all special endorsements and City as Additionalillsurcd status,
Special Requirements: Certificate of In sum nee slmll confirm in writing that all applicable
provisions arply.
Construction Contract Form 106 (9/2016)
Office of Procurement Management
I'age 9 or 12
Evidenc.oflnsuran¢e, A copy ofth. ContractorlY.ndor's current certifi.ate of
insurance MUST be provided with the respons. to this bid. A formal .ertificate shail be
providedupiJn announc.ment that a Contractor has been awarded the work. The
Certific~te(s) shail be signed by a pcrson authorized by that Insurer to bind coverage on
its behalf. Ail Certificates of Insurance mus, be. on file with and approved by the City
before commencement,ofany work activities'. The formal insurance certificate sll3ll also
comply with the foilowing;
Addltional,lnsured: "City of Miami Oardens and its Elected Officials, Agents,
Representatives, Employees, and Volunteers" shall be named os ail "Additionallnsured tl
on ail policies except Worker's Compensation and Professional Liability.
Additional Insured coverage shall be provided with the foilowing ISO forms or similar
policy provisions p,roviding equal to or broader than coverage:
One ofthe following forms odts equivalent;
. CO 2Q2~ (Additionlillnsured"Designated Person or Organization) OR
C02010 (Additional Insured·OwneroLess •• s Contractors) OR
CO 2038 (Additionalln~ured·Automatic Status).
AND, if products.or completed operaiionse.po.ur.:
CO 2037 (Additionallnsured·Completed Operations). The ContractorlVendor is
required 10 conlinue,to purchase products and completed opemtions coverage to satisfy
this -agr:eement for a minimum of three years' beyond_ completion of the wOlk
Notification; The policy shall provide a lO·day notification c1a"se in the event of
cancellation, n~n.renewal, material modification; or any other lapse in coverage orlhe
policy. In the event the insurance policy does not provide such notification, Contractor
shall provide notification to the City.
In the. event-the insurance coverage .expires prior to. the completion orlhe project, a renewal
certificate shall be delivered to the City 10 days priorto sRid "'piration date.
Primary & Non Contributory
This In~urance shall ~e considered primary to any olher insurance. Coverage shall be
provided with the following ISO form or similar policy provision providing equal to or
broader lhan coverage: CO 200 I (Primary an~ Nonconlributory -Other Insurance
Condition).
Waiver.orSubrogalion
All of Contractor's insurance policies. except Professional Liability, will waive rights of .
recovery against the Cily. Coverage shall be provided with the following COL ISO form
or similar policy provision providing~equal to or broader than coverage; CO 2404
(Waiver of Transfer of Rights of Recovery Against Others to Us).
Subeoniractors' Complian('e: It is the responsibility of the contractor 10 insure that all
subcontractors comply with all insurance requirements.
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page 10 of 12
Financial Stabilit}'! The policies of insumnce shall he wrillen on forms acceptable to the
City and placed wilh in$urullcc carriers authorized by the Illsuran~c Department in the
State ofFloriua. All hlSllnmcc ~arricrs must meet a minjmum linaneial AM Best
company rating of no less than: ··A· Excellent: FSC VII. City reserved the right but not
the obligatiun to reject any insurer providing coverage due to-pOOl' or deteriorating
financial condition.
7.17 Florida I)ublic Rc~ords Act: All material submitted regarding Ihis bid becomes the property of lhe City.
Bids may he reviewed by any person tcn (10) days after the public opening. Bidders should take special
nole of Ihis as it relates to any proprietary informalion that miglll be includcd in their ofTer. Any resulting
~ontract may be reviewed by any person aller the contract has been executed by the City. The City has the
rigllt to use any or all informationftnaterial submitted in response to this bid andillr an)' resulting contract
from same. [)isqualification or a bidder docs 110t eliminate this right.
To the extent required by law. Contractor shall comply with the public records· laws in accordance with
Chapter 119. Florida Statutcs. Specifically. Contractor agrees to comply with Section 119.0701. Florida
Statutes. Public records shall mcan all documents. papers. letters. maps. books. tapes. photographs, films,
sound recordings. data processing software, or other material. regardless of the physical form,
chamclcristics. or means of transmi~sion. made or received pursuant to law or ordinance or ill connection
with the transaction afofticial business by any agency. as detincd in Seclion 119.011. Florida Statutes. as
amended. The City shall make the sole determination of which rccords.lfany. arc exempt from inspection.
Further. as pursuant to Section 119.0701. Florida Statutes, Contractor agrees to maintain the records until
the completion of the contract. IF THE CONTRACTOR HAS QUESTIONS REGARDING TilE
APPLICATION OF CHAPTER 119, FLORIDA STATUTt:S, TO TilE CONTRACTOR'S DUTY TO
PROVIDE PUR\.IC RECORDS RELATING TO TillS CONTRACT. CONTACT TilE CUSTODIAN OF
PUBLIC RECORDS AT 18605 Northwest 27th Avenue, Miami Gardens. Florida 33056.
Construction Contract Form 106 (9/2016)
Office of Procurement Management
Page II of 12
IN WITNESS WHEREOF.lhe Parties have caLlsedlhis Agl'ee01enl 1o be eXeCLlled as follows:
WITNESSES
Daled:
Construction Contract Form 106 (9/2016)
Office of Procurement Management
CONTRACTOR:
By: 12,vt-v G ,(
Seal:
CITY
Page 12 ofll
ITEM
NO;
!
1
;!
Cily of Miami Gardens
Solicitation No.ITB 15-16-039(A)
. Addendum No.2
November 14.2016
Office ofProcuccment Management
18605 NW 27" Avenue
Miami Gardens. FL 33056
NAME Ot' COMPANY: __ t\L.1e-1::s .. =..J .. urOcJd._· ~C",,·~ .!?(!f.,,-";~:::-. s-e-~.~S=S==·~I!-=J~CC>...!.~~ __ _
EXIIIBIT 1-BID SIIE.:T
ALL LINE ITEMS MUST BE (:OMPLETED AND MUST REFLECT BALANCED BID AMOUNTS.
FAILURE TO COMPLETE TIUSBID SIIEE'r AS REQUESTED WILL RESULT IN BID REJECTION.
FaUure to Use tbe City's-prieing sheet Dage and proyide rOIlS as· requested in this· lTD sh@lIdeem your
pronoso'l ,pon-r,snonsiYe. ',Coo:,r.""',,,ill ~be 8iyarded:to resDonsivso,' responslble-vendons). See Sestion "2.3
Metliod of AWard" fonwArd crllerla.
IiNITOF ESnMATED TOTAL PillCI';
DESCI!.IPTION MEASURE ANNUAL IJNIT PRICE (ESTIMATED ANNUt!.!.
(Price per UOM) 2UANITIT~XUNIT (UOM) QUANITITY PBICE=TOTAljPiU~1I
Furnish ali. miiterlals, I~bor ~
equlpmenll. Removelob. !l!w-
SI!!& JUDla£! 4"thl¢k3000 PSI
min. un·i-tinforted .idewalk .& Sq, Yd. 46.000 S 55.6-0 s /1 ~3::S1ca:>.o", compa.1 ba.e 95% ·inin. ,
(in.lu .... resl.oratlon-clean fill to
avoid gaps) dainaged sod
repillted'a' Contrat'to_rts expe"se
Furnish· all materials, labor &
equipm.nt tp Rsmove tob£ e-
cYI& Reulas£!" Ihick JOOOi'$1
min; un-reinror«d sidewMk & Sq. Yd. 16,000 S Lj2.i~ $ 08 YpCO''Itl ""mpact has. 95% inin.
(includes·rosloration-<lean ·111110
avoid gaps) damaged sod
repla.ed at CO.lltractor'se~D.ns.
Furnish 1111. materials, labor &
oquipinent Inslall !'lew 4" Ihiok
3000 PSI min • un.;rein'roreed
• idewalk & eompa.1 base 95%
mi·n. (include. clearing & Sq. Yd, 18,000 $ ::SSO $ 031 ()()j)·Po grubbing, removal & disposal of i
dirt, gr:;lSS ete. & res,oralion at
Con'rador's exp:~nse) damagt-d
sod replaced a. Contrador's
o.p~ns"
Page 6 of 13
ITEM
NO.
:!.
~
Ii
1
Solicitation No. ITO 15-16-o.39(A)
Addendum No.2
November 14.20.16
.~CJ!itll:YJ:01f~M!iia!!!m!1iLlGJ.la!!Jrd!!lc!Iln~s ---------------~--noii1mi1.,c;;;e-;;ofProcurement Management
1860.5 NW 27" A venllc
DESCRIPTION
Furnl.h all materials, .Iabol' &
equipment Install New. 6" thick
3000 PSI min. un-reinfo.,c.d
sidewalk & compoct ba.e9S%
min. (includes c1e.ring 8<
grubbing, rcrnovallk diSpo.a' of
dirt, gra'5s etc. & restor'ti~n at
Contr'oetor's -expense) damaged
Sod rep'a .. d at Cantnd'orts
expl.'ns~
Furnish, Compact, Ik. 'nstall
Lime Rock to min. 95%
comp •• tlon to avoid settling.
When e'evation IS too law. Fill
any gaps bet\Veen new sidewalk
installation and existing
elevalion. Delivery U.cket mu,l b.
nro.vJdl.'« for narinenl
Furllishall lIIal.rlal., labor &
eql,lipment to Remove & RlOlat'S
cone'ret! 1J:Oc, "D" {lgrb
including drop curb, Iroinsltl.ons,
& reconstruction of ba.e
(inolude. ele.ring, grubbing, &
fill, sod to replacedamag.d
grass, removal & disposal of
existing curb, dirt, grass etc. &
resto'ration at Cont·rador's
expense).
Furnish all mater_als, labor &
equipment to Install . New
concrete Txe e "D" .Cu[b
ineludlng drop eurb, Iransilion.,
& ronstrlletion of base (includes
el •• ring, grubbing. & lill, sod to
repla .. damagl.'« grass, removal
& disposal of dirt, gr ... etc. &
restoration at Contrador's
expense) including m. Damagl.'«
sod replaced at t'O!nt'ractor's
expense •
.
.
UNIT OF ESTIMATED
MEASURE ANNUAL
(UOM)
Sq. Yd.
Cubic Yd.
Linear Ft.
Linea r n.
QlIANITIl'Y
10,000
200
~
~
Page7of13
Bid Sheet 2 of 7
S
S
$
$
Miami Gardens. FL 330.56
TOTAL. PRICE
UNIT PRICE !ESTIMATED ANNUAL
(Prlc. Iler UOM) QUANITIIY X UNIT
I!!lICE ~ TOTAL PRICE
Lj'4.'15 S Lj21 b"W·oo , '-'.
12.00 $ 21 yoo oo
18.w
S 9', r::f:X)'.<U
/8, DO $ 1 oro· 00
ITIlM
NO.
2
!!!
!!
DESCRIPTION
Furnish all malerials, labor '"
equipment to Remov. '" Repla ••
rone'rete Type "Fit Curb
Including drol' .urb, transilions,
& reronstruotlon of bas.
(ilirl~des .Iearing, grubbing, &
lin. SOd to repla.. dal1illged
gr.ss, removal & disposal of
exi~tiJig .tprb, dirt, grass. etc. "
restor~tion at Cont,rac:tor's
eX\lense).
Furnish all materials, labor &
equipment to Install New
cOl\treSe 'Type uF~ Curb
intlu~i~g droP'curb, t~ansltio~s,
& constr •• Uon of ba .. (in.ludes
• Ie.ring, grubbing, & fill, sod to
repl.ce damaged gra", removal
& disposal of •• i.tinge.rb, dirt,
gr._a_~ ete. & res~oration at
Contractor's ~X:Dense\.
F~mi.h all maieriol., labor &
equipment to Remove" IWlla ••
con('~ete_ ,UValleY"giltter"
inrludlng drop' curb; -transitions,
& recoijstruc:t.ion of base
(inclUdes clearing, grubbing, &
fill, sod 10 repiaee damaged
grass, removal & disposal of
existing tu_rb, d.irt, grass e(c. &
r~stor8tiQin at Contractor's
exnense.
F~rnlsh all materials, labor &
equipment to In'lall New
concrete uVnlley.gutter"
including drop curb, transitions,
& reconstruction of base
(include. clearing, grubbing. &
fill, sod 10 replace damaged
grass, removal & disposal of dirt,
. grass elc. & resloration al
Contractor's expense.
lINI1'OF
MEASURE
(UOM)
Une.r Fl.
Une.r Fl .
Linear Fl.
Linear Ft.
ESTIMATED
ANNUAl.
QlIANI'fIT\'
P~ge 801 13
Bid Sheet 3 of 7
Solicitation No.ITB IS·16·039(A)
Addendum No.2
November 14,2016
UNITPRICE
(Price per LlOM)
$. __ \_9.:...._0 .:;...0 -
$. _..;.I.1_'1!....· o:..:o~_
$ IC!. ~ . __ -'-1......:..-
TOTAL PRICE
(ESTIMATED ANNUAl.
QUANITITY X UNIT
PRICE .,TOTAL PRICE
$. __ 9....:,_.!:;;,-w~ .. _ ....... ''=''o~'
\ ClOO.co
$'-....:..tl--'-I_~-
$
$
ITEM
NO.
. .11
DESCRIPTION
Right-of.Way Survey (10
cslablish properly lin •• ),
IINITOF
MEASURE
(110M)
ESTIMATED
ANNUAL
QllANITITY
Solicitation No. ITB 15·16·039(A)
Addendum No.2
November 14.2016
Mamigement
18605 NW Avenue
Miami Gardens. FL 33056
UNIT PRICE
(Price per UOM)
$'_2:::0~,5:::::·>b..=:·· ,~
TOTAL PRICE
(ESTIMATED ANNUAL
OUANITITYXUNIT
PRICE -TOTAL PRICE
$ q\ooo. ~o
•
Tree Removal . l J
!lla.@brea..E•ch _4$, __ -,-1,=.0--,0_,_0_0_ $'~ __ -'..:l.--,0=-O_ .. ·_·_o __ o
0" t(J S" --
hgl, 4.5' .bov., I ------1----+-----i---------t-----------j g",d. Cont. r-
(in('I~ .. e:s 8" to 18"
re.,oI1lUon -Eli.h s,_--==2:..:o~.o~· ..=",..=0_ $.~_B"",·:..,.C_ .. o ., .""," 9> ......
e1e.ring & \--.:----1------+-----+----------1----------'1
grubbing,
re~val or 18"'1030"
debris,
exn~a~ion &
b.ckOmng)
da",aged sad
replaced al 30"+
Contractor's
e.nens ••
Li •• Oak Fla. #1 10'"12' o •• ral1
belghl (inelude. r.slor.lion •
e1 .. ring& grubbing, renlo.v.1 of
d.bri., •••••• lion& b •• kOlling).
D.m.ged gr... to be repl •• ed
with' sod al Conlr •• tor's
exnense.
Mahogany Fla. #110'·12' overall
hclghl (Inelude.r •• loraUon •
e1 •• rlng& grubbing. removal of
debris, •••• vallon & b.ckftlling).
J>amaged. gr •• s to b .... pl •• ed
wilh sod al Contractor's ."D.ense
Crape Myrtl. Fl •• #1 10'·12'
ovor.11 height (InClude'
restoration -clearing &
grubbing. remov,QI of debris,
•••.••• lion & b.ckOIli~g).
Daniagod grass 10 b. repla.ed
with sod at Contraclor's
expense.
E.ch
Each
E •• h
~: •• h
Each
!
!
!
Page 90113
Bid. Sbeet 4 of 7
$
$._.......:10=-.<0;...0_ .. _01:)_
$'_..:;:~-=O:..::::D..:... ";..::::.0_ $,_---'0""0::::. .. 0.=.,,_, "'_.0_,
$'_-.l0~ro~._IlO_ G~)c>.·<b $._----
ITEM
NO.
17
DESCRIPTION
Curb Cuts (ihcludes res\oralion).
Furnish all materials. labor &
""uipment 10 Relo.at. Ch.in
I.lnk Fence (intlud~s
re,lorallon).Dainaged grass. to
be . -repJ~ce(1 wi_th sod at
Contrildar's cxneose.
'Furnish .11 m~t.ri.I'., labor &
equlpmehl to Inslall: Ne" 4'
'Cb'gin Link-FenCe;_ jlisQ,OlRI '" 'of
exbd'rtg . fen.e (11I.ludes
reStoralionjd"maged grass to be
repla .. d wlih Sod at
C_ontr._dor's:exnense.
FU~~I.~ all niaterials, labor &
equipment-to construct !&:
Type III Asphaltic. Concrete
surra.elncluding, Tack· Coat to
repair existing driv~way
approaches. Damaged ar •••
during installation repl.ced .1
Colitredor's'e:Koense.
Fur~ish.1I materials, labor &
~qulp",enl to pl... Del •• table
Warning Surf ... for. pMeslri.n
.ro.~ingsJca.t.ln,plae.
tvnelV.ellow.
Furn.ISh all materials, labor &
equipment to Relocate PVC
Lines -2" diameter.
Fur~l.h all materials, lallor &
~qulpmimt to Install new PVC
Lin •• Seb. 40.
Furnish 1111 .. aterial •• labor &
equlpmenl to Instan new
Irrigation lIe.ds (4" pop-up
bead w/ma. IS' snrRV radlusi.
Furnish all materials, labor &
equipment 10 Relo.a"Jre.et
existing Signs.
UN.lTOF
MEASlIRE
(UOM)
E.ch
Uncar Fl.
Un •• r n
Sq. Ft.
Sq. Ft.
Unear Ft.
Un.ar ~·I.
Ea.h
Each
ESTIMATED
ANNUAl.
QUANITITY
Page10o'13
Bid Sheet 5 of 7
Solicitation No.ITB 15·16·039(A)
Addendum No.2
November 14,2016
Management
18605 NW 27'" Avenue
Miami Gardens. FL 33056
$
UNrrpRICE
(I'rlc. per 1I0M)
$,_...,.1.:/6"'·'-..·..:."'.::.0 __
$._....:2::.0_._0:.,0;::...-_
$ 25.c.o . '--=--":"::'--
$ /D. "'0 '--=..:;-'--=-----
$,_.-:./.:::;0:..:. . ....:0:l:b~_
$,_....l(,~O:::.:.~0::>20'--_
$ /00.00 .-.:.......---
TOTAl. PRICE
(ESTIMATED ANNUAl.
OUANIIITVX.UNIT
PRICE = TOTAl. PRICE
$ I,oc>o.<>o
$. _-'-'-I-' a:m=::. ,=,. ,--' .:.,0'0::::. -.
$, _---.::'2=-CO:::; .. ::::.' • ..:.,' o:.::o~
$,_.......:!;:,:.::O~O:::...· -.:' "=-Zi
$
ITEM
NO.
1§
II
28
~
~
31
City of Miami Gardens
liN IT OF ESTIMATED
DESCRIPTION MEAS(JRE ANNlJAL
(UOM) QUANI1Tf\'
Furnish all materials, labor &
equipment 10 Rois. uilllU ..
AC'tess (includes sewer rleanouts, Each 50
water meters, manholes, water
villuesl.·
Furnish and in".11 concrete
water meter boxes 10 repla .. Ench 20 existing broken boxes In
sid.walk s.labs being replac.d •
. Furnish aU mal.ri.ls, labor &
.qulpm~nl to Pressure ol.ail Sq. Fl. 500
Briok P.vers & rover Blooks.
Furnish aU materiQls, I~bor &:
equlpm.nt to Pr.ssure .... n 500
Concrete Sidewalks. Sq.n
Furnish all malerlals, labor &
equipment 10 Ins'.U St.
Augustine "Flora~aft1" or Bahia
sod on areas authorized by Cily.
(Inolud.s grading, clearhlg, Sq. Ft. 4,000
grubbing & <lisl'o •• 1 of material)
This ilem i. !l!!! for Damaged
areas during InslaUaUon by
Contractor. .
12" Root Bio Barrier Linear ~,!. ~
ES'l'IMATEDANNUAL TOTAL LINE ITEMS NO.
1-31 BID PRICE ISUMOFTOTAL PR.ICE)
$
$
$
$
$
$
$
Solicitation No. ITO 15·16·039(A)
Addend~m No.2
November 14, 2016
OOice ,ofProcurcment Management
18605 NW 27'" Avenue
Miami Gardens, FL 33056
TOTAL PRICE
llNI1" PRICE (ESTIMATEDANNlIAL
(Prl.e per llOM) QUANITITY X UNIT
PRICE -TOTALI'SICE ,
180'.0 $ s: {)::xj .. Qo
200'°0 s Lj ,<::oc:l' 00
)."0 $ i:5()(). 00
/. 00
$ bOO. "0
0.80 $ ~ 2.00 0 0
Lf3. 00 $ ~rPOO'!lO
3,5/w, 0.":)0. 00
The above proposal. and each linc item includes tholol.! cosllo complele Ihe Work detailed for each item including
but not limited to materials (te. vegelation, concrete, asphalt. etc.). labor, equipmenl. bonds. ete. indi.caled in the
drawings, specifications. addenda, and any other contracl document •.
Delivery MUST be FOB deslination; fr<;ight included nnd shnll bo inclusive of all costs. Current andlor anticipated
npplicable fuel costs should be considor<;dand included in Ihebid.
Pagellof13
Bid Sheet 6 of 7
Solicitalion No.ITB 15·16·039(A)
Addendum No.2
November 14,2016
Management
18605 NW 27'hAvenlle
Miami Gardens, FL 33Q56
Be sure to have the Invitation for Bid signed by an authorized representative "fyolI,Orm 0' your bid will not be
~onsidel'ed responsive.
BID SUBMITTED BY: f\ek (Q €X¥.-;€"SS,l..n.:...
Company Name
.i)Q,\.;,.o A. \(-a~?
Proposer Representative Name
De>-~.(~~
Signatll'.
Page 12 of 13
Bid Sheet 7 of 7
CONTRACT FOR SIDEWALK REPLACEMENT & INSTALLATION
ATTACHMENT C
INSURANCE & INDEMNIFICATION
Thomas F. Pepe -01-11-16
Page 7 of7
Insurance & Indemnification Requirements
Insurance
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and
maintain at its own expense during the life of the Contract, insurance of the types and in the minimum
amounts stated below as will protect the FIRM, from claims which may arise out of or result from the
contract or the performance of the contract with the City of South Miami, whether such claim is against
the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by
anyone for whose acts any of them may be liable.
B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The
FIRM shall purchase insurance from and shall maintain the insurance with a company or companies
lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida,
as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or
result from the FIRM's operations under the Contract and for which the FIRM may be legally liable,
whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly
employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under
workers' compensation, disability benefit and other similar employee benefit acts which are applicable
to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness
or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness
or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured
by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because
of injury to or destruction of tangible property, including loss of use reSUlting there from; (I) claims for
damages because of bodily injury, death of a person or property damage arising out of ownership,
maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of
completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's
obligations under the Contract.
Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be
performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below:
Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the
''Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability
at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
Commercial Comprehensive General Liability insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate, including:
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500,000 each occurrence;
Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved
form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of
the Comprehensive General Liability policy. without restrictive endorsements. as filed by the Insurance Services
Office, and must include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products andlor Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(I) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless
and/or indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimln'" limits of
coverage equal to those required for Bodily Injury liability and Property Damage liability.
Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional
One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury liability and
Property Damage liability. Umbrella coverage must be afforded on a form no more restrictive than the latest
edition of the Business Automobile liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownership
Subcontracts; The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall
contain the same insurance provision as set forth in these insurance and indemnification requirements, other than
the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where
applicable.
Fire and Extended Coverage Insurance (Builde"' Risk), IF APPLICABLE;
A In the event that this contract involves the construction of a structure, the CONTRACTOR shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All
Risk Insurance on buildings and structures. including Vandalism & Malicious Mischief coverage, while in the
course of construction, including foundations, additions, attachments and all permanent fixtures belonging
to and constituting a part of said buildings or structures. The policy or policies shall also cover
machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building
that is being renovated by reason of this contract. The amount of insurance must, at all times, be at least
equal to the replacement and actual cash value of the insured property. The policy shall be in the name of
the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it
would be clearly not applicable.
Miscellaneous;
A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
shall be responsible for securing other acceptable insurance prior to such cancellation. change. or
expiration so as to provide continuous coverage as specified in this section and so as to maintain
coverage during the life of this Contract.
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a
form satisfactory to the CITY covering the same.
e. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide
that such policy or policies are primary over any other collectible insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required policies for review. All poliCies
shall contain a Hseverability of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify
the City as provided in this Agreement.
D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such
insurance, acceptable to the CITY. as well as the insurance binder. if one is issued, the insurance policy.
including the declaration page and all applicable endorsements and provide the name, address and
telephone number of the insurance agent or broker through whom the policy was obtained. The insurer
shall be rated AVII or better per AM. Best's Key Rating Guide, latest edition and authorized to issue
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain in full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the
Policy (as defined in Article I of this document) which shall include the declaration page and all required
endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the
following endorsements:
(I) a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer shall pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property
damage', or "personal and advertising injury" and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B";
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy shall not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification shall be delivered to the City by certified mail, with
proof of delivery to the City."
E. If the FIRM is providing professional services, such as would be provided by an architect, engineer,
attorney, or accountant, to name a few. then in such event and in addition to the above requirements.
the FIRM shall also provide Professional liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums
which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or
work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person
employed or retained by him in connection with this Agreement. This insurance shall be maintained for
four years after completion of the construction and acceptance of any Project covered by this
Agreement. However, the FIRM may purchase Specific Project Professional liability Insurance, in the
amount and under the terms specified above. which is also acceptable. No insurance shall be issued by a
surplus lines carrier unless authorized in writing by the city at the city's sole. absolute and unfettered
discretion.
Indemnification Requirement
A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might
arise during the work or event that is occurring on the CITY's property due to the negligence or other
fault of the Contractor or anyone acting through or on behalf of the Contractor.
B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors
and assigns, harmless from any and all damages. claims, liability, losses, claims, demands, suits. fines,
judgments or cost and expenses. including reasonable attorney's fees, paralegal fees and investigative
costs incidental there to and incurred prior to, during or following any litigation, mediation. arbitration
and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from
the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes
of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons
and for the loss or damage to any property arising out of a negligent error, omission. misconduct, or any
gross negligence. intentional act or harmful conduct of the Contractor, its contractor/subcontractor or
any of their officers. directors, agents, representatives. employees, or assigns, or anyone acting through
or on behalf of any of them, arising out of this Agreement, incident to it, or resulting from the
performance or non-performance of the Contractor's obligations under this AGREEMENT.
C. The Contractor shall pay all claims. losses and expenses of any kind or nature whatsoever, in connection
therewith, including the expense or loss of the CITY andlor its affected officers, affiliates, employees,
successors and assigns, including their attorney's fees. in the defense of any action in law or equity
brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub-
Contractor or any of their agents. representatives. employees. or assigns, and/or arising out of, or
incident to, this Agreement, or incident to or resulting from the performance or non-performance of the
Contractor's obligations under this AGREEMENT.
D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees,
successors and assigns shall be held liable or responsible for any claims, including the costs and expenses
of defending such claims which may result from or arise out of actions or omissions of the Contractor.
its contractor/subcontractor or any of their agents. representatives, employees, or assigns. or anyone
acting through or on behalf of the them, and arising out of or concerning the work or event that is
occurring on the CITY's property. In reviewing. approving or rejecting any submissions or acts of the
Contractor. CITY in no way assumes or shares responsibility or liability for the acts or omissions of the
Contractor. its contractor/subcontractor or any of their agents. representatives. employees, or assigns.
or anyone acting through or on behalf of them.
E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of
South Miami, which approval will not be unreasonably withheld.
F. However, as to design professional contracts, and pursuant to Section 725.08 (I), Florida Statutes, none
of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this
subparagraph shall set forth the sole responsibility of the design professional concerning indemnification.
Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and
employees, is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including,
but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of the design professional and other persons employed or utilized by the
design professional in the performance of the contract.
,. "0\'~"", 'I",' "
RESOLUTION NO. 2017-28-313:3
A RESOLUTION OF THECITYCQUNCIL OF THE CITY Of
MIAMI GARDENS, FLORIDA, AWARDING A BID TO METRO
EXPRESS, INC .• , FOR SIDEWALK REPLACEMENT &
INSTALLATION; AUTHORIZING THE CITY MANAGER TO ISSUE
PURCHASES ORDERS ON AN AS NEEDED BASIS NOT TO
EXCEED THE ALLOCATED BUDGETED AMOUNT; PROVIDING
FOR TH:£: ADOPTION OF REPRESENTATIONS; PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, on October 17, 2()16, ITB No. 15-16-Q39(A) Was solicited via
BidSyncfor sidewalk replacement and installation,and
WHEREAS, the ITB closed on Novernber28, 2016 and three (3) bids were
received and pUblicly read at that time, and
WHEREAS, City Staff evaluate<! the oids for compliance with the specifications,
and. Metro Express, Inc., (the lowest bidder), and Providian Construction Group were
deemed responsible and responsiVe to the requirements of the ITB, and
WHEREAS, Pioneer Construction Management Services, Inc., fililed to submit
mandatory documents .and was deemed non-responsiVe to the requirements in the
Invitation.toBid, and
WHEREAS, Metro Express, Inc., has providegsetvices for the City in the past
and their performance was deemed favorable by the Using Department, and
WHEREAS, Staff recommends the City Council award ITB No. t5-16-Q39(A),
Sidewa.lk Replacement & Installation to Metro Express, Inc.,
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF MIAMI GARDENS, FLORIDA AS FOLLOWS:
Section 1: ADOPTION OF REPRESENTATIONS: The fOregoing Whereas
paragraphs are hereby ~tified and confirmed as being true, and the same are hereby
made a specific part of this Resolution.
Resolution No. 2017-28-3133
Section 2: AUTHORIZATION: The City C.ouncil of the City of Miami Gardells
hereby awards a bid to Metro Express, InC., for Sidewalk Repiacements&lnstaUation,
and authorizes th~ City Manager to issue purchase orders on an as needed basis not to
exceed the allocated budgeted amount.
Section 3: EFFECTIVE DATE: This ResolutiQIJ shall take effect immedia~ly
upon its final passage.
PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI
GARDENS AT ITS REGULAR MEETING HELD ON &4 ... "" ... 1 .r ,2017.
@
OUVERGILBERT, III, MAYOR
ATTEST:
PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY
SPONSORED BY: CAMERON D. BENSON, CITY MANAGER
Moved by: .,jH~·"8:e4I!f!kl>1l· ___ _
$e",""" b~ 'PAvis
VOTE: .:z"'Q
Mayor Oliver Gilbert, III
Viee Mayor Erhabor Ighodaro,. Ph.D ..
Councilwoman Lisa C. Davis
Councnman Rodney Harris
CQunci/woman Lillie Q. Odom
Councilwoman FeliCia Robinson
Councilman David Williams Jr
l-(yes)
.L(yes)
.t (Yes)
-;7 (Yes)
IT (Yes)
-r (Yes)
II (Yes)
2
_(No)
_(No)
_(No)
_(No)
_(No)
_(NO)
_(No)
MIAMI DAILY BUSINESS REVIEW
Published Da~y except Saturday, Sunday and
Legal Holidays
Miami, Miami-Dade County, Florida
STATE OF FLORIDA
COUNTY OF MIAMI·DADE:
Before the undersigned authority personally appeared
JOHANA OliVA, who on oath says that he or she is the
LEGAL CLERK, Legal Notices of Ihe Miami Daily Business
Review f/k/a Miami Review, a daily (except Saturday,
Sunday and Legal Holidays) newspaper, published at Miami
in Miami-Dade County, Florida; that the attached copy of
advertisement, being a Legal Advertisement of Notice in the
matteraf
NOTICE OF PUBLIC HEARING
CITY OF SOUTH MIAMI-FEB. 20, 2018
in the XXXX Court,
was pUblished in said newspaper in the issues of
02109/2018
Affiant further says that the said Miami Da"rly Business
Review is a newspaper published at Miami, ·In said
Miami-Dade County, Florida and that the said newspaper has
heretofore been continuously published in said Miami-Dade
County. Florida each day (except Saturday, Sunday and
Legal Holidays) and has been entered as second class mail
matter at the post office in Miami in said Miami-Dade County,
Florida, for a period of one year next preceding the first
publication of the attached copy of advertisement; and affiant
further says that he or she has neither paid nor promised any
person, firm or corporation any discount, rebate, commission
or refund for the purpose of securing this advertisement for
publication in the said newspaper.
CiTY 01" SCI1IJ'lI'1HI Ii'IIilAlllili
b\!l@TiCIlil 01" lJOiJll!!Il!.il(;; i'il!i:.li.liilifil!l@
NOTICE IS HEREBY given that the City Commission of th.e City of ?O~th
Miami, Florida will conduct Public Hearing(s) at its,regul~r 9ty Commission
meeting scheduled forTuesday, February 20, 2018, begmnlng at 7:00 p.m.,
in the City Commission Chambers, 6~ 30 Sunset Drive, to consider the
following item(s):
A Resplution authorizing the City Manager to ente~ ~nto a multi-ye.ar
renewal agreement with Icon Enterprises, Inc., d/b/a ~lvlcPlus for w~b~lte
support, maintenance and hosting services and a llV-year subscription
for AudidEye.
(
A .Resolution authorizing the City:Managar .to enter in.to mu'lti-year agreemen~
. with Metro Express, Inc.,' by piggybacking onto Its agreement with the
City of Miami Gard ens.
An Ordinance amending Section 20-3.3(E) of the City of South Miami Land
Development Code permitting Outdoor Seating/Dining on all commercial
properties that are within the Hometowri District Overlay Zone (HD).
An Ordinance amending the City's, .Land Development COde, Section
20-3.3(D) and Section 20-7.12(A) and Section 20-3.4(8), regarding
restaurant uses •.
An Ordinance amending Section 20-2.3 (definitions) as well as Sections
20-3.1(8) and 20-3.3(0) (relating to. the purpose statement and uses
permitted for the Parks and Recreation zoning district) of the City's Land
Development Code.
ALL interested parties are invited to attend and will be heard.
For further information, please contact the City Clerk's Office at;
305-663-6340.
Maria M. Menendez, CMC
,City Clerk
Pursuant to Florida Statutes 286.0105, the City hereby advises the public
that if a person decides to apPElal any decision mad!, by this Board, Agency
or Commisston with respect to any matter considered at its meeting or I
hearing, he or she will need a record of th"e proceedings, and that for SUCh!
purpose, affected person may need to ensure that a verbatim record of the I
proceedings is made which record includes the testimony and evidence
upon which the appeal is to, be based.
2/9 18-43/0000295671 M
22SE I I NEIGHBORS I SUNDAY FEBRUARY 112018
MIAMIHERAlD.COM
Www.Chinesenewyea.rfestivalm.iami.Org.. ~
Chinese Cultural Foundation ~
tp rIl "f.:f." k~ y,0,:\:h:O'9
Chinese New Year Festival
Sunday, February 18,2018·11:00 am to 6:00 pm
ExQtic Asian Food. Art and Crafts + Cultural Shows
FEATtJRIN(l,
~ .. S;"<)~lit .. AcrQb~I'
.. ,".\Sur;,. T~ik~ D",ms of Di.n"1. Epoat
• CASEC O.nc,,~ " E
~ .e
£
eLien "od Or"q"~ O~"<-<'
.. M~ngcJjnn Conl<)I1.'O<I •• 1
• I.ily O~n~" Club
.. Ji"~!u c~~ S<>P'~"<'
• S~ul of Shaolin A~~<le,,,y
OJ AcnV!TII':S"
.. Ch,ldren'. PI~ygmu"d '" il c
iii
• RQ~I; Climbin9
• 6,,""e~ H~u.~ + Chut<> Slide
Chinese Cultural Association
Organization of Ch.inE'S,," Americans
(I) S~o .. Timn, 12:30 & S:30 pm .s::: Inl<>nna'i<>n: 30s.<.;~G-O~S1 t-DQ~.: 129,) ~3J_l~GS. 2r~·713r
A~ult: $10.00 • Chlld<en _ .. r 12: S~.OO
Chl14ron 5 3. ~n<l~" FREE
I Miami Dad.:. Calle<;j'e-Kendall
I Fred Shaw Plllza
",l,~~~~,'_;:;~~i~~:
TIU ... spo~.o" • .IiDELTANA
·1'.I:l"ffl;I.sitD;-F.:r:'~"'~I!\".~~~1Il!dc!I-''''''''l»'l'~_?<I:i<''''~'''l\:lildb!!\)''''~ __ ~¢molll",,$h~''''''
~t.<~"",;;.I'i;,it.oo~I"J'''~''''''_;;'-''''dlto!t;Me.~IJ~>tit:h~~lSa'<5OII;:f ... ,,;ti"72l!imrt~~N
_",rne~l!t;r_!!<."'I/C!.I.,.i':II"''''tm1 ... r.untOb_h$:'*'toI:'<_"""~<&<!.(\I»:Ib"''''''''''~,,,-¥_
.~':\-OC' lVo ';J~ r';--~ ~
j\ • g o ~ '0 .
--J 'O~
Q"'Oli/ {\1l ~""'X
CITY OF SOUTH lI-l1Al\U
COURTESY NonCE
N(l1'ICE IS ~mREllY r.i''''lll~allll. Cny C"mmi"i"n .,j 'h~ Ci')' ,,1 ",uln I'l;am;
I'l~r;d" >1"<11 <",,,I(l'~ 1'">10(' Ik'''''l~1SI ,I i!1' \,,,~"j"[ e,,)' Comm"'],", m."un~
,""'-..Juloo ("r Tn",Joy. l'ebrtL:tr)' ~!'-~.llK i"'j;inninr. ,It ,'(111 r m. iu Ibo C'I)'
C"""",,,,;on Ci"""tor'_ ~]}{J Stln,Ol Dri,". h, '''In<jJc~ tlJ, !"I1D"mp\~m\"
A Re,,,hll;'''' ""hOIi''''." lh" ,u,' M,,,,!!>" ", ,'"tc, "'I~" r.lUlli.}"" ft'n.,,-.1
OWet'"~'''1 wHh leo" E''''',!,'''e;_ I"" tI/ll'~, Ci"loPhl' [(or "'1'0"1,' 'U[~,.'''.
"""OIeo.mce ,ml b""'"lo! <.,'f\ """ "nd" ~\',,"ye'\T ;ui""nptJ"n [,,' AU[li"E)o
(
Al{~'."I",,,'n "lh"",.m~ lI1.< Cit)" :\l:m~~Ol 'e> O,nO! illT" rnulu_yo:u-,;:r,ocmcnl}
"lilt Metro E~p",", hI<'. I" r,~gyl,"<kln~ oU,,, 11> "~"'"JlIl"" ""h 'bo City ~r
,\l1lmlU"Joll>
All ()]"'lI"",~" "mcu~i"g M ... ~i,," ::,--)-,U,E! 01 Il'" CiT." "I' Sm"h :\l"mi L:iJ,~
l)e''''I''l'monl ["dc' 1"',m;lIillg rlutJ""r So.\ctngiDi"lIlg u1I all l"mm''f~j"l
rOlpe'fI;," Ih:" .. ~ "illt", lilt' Horndow" D'''t;'-I (h'-'flay Z~II' \HD;
Ao (J"h""""" J1"'-'ll(liu~ 0", L'i,' -, LollJ Dowl''l'Jllc,,, Co~e. SeCb,'" 2[)·;; 3(l))
"'l<IS'~'ti"n~U_7, 12('-\";orr,] ~"rll,",~r~_"i 4(B,_ r"~;di\\~ ",_,t.1\U"'" u,,"
An Orrli1l:,""0 'IIno"dilig ~"-'i,'" l()·! 'I (ddi"";nn,; :0' ",oil "' S",Iin"'
!1l·_'J(B!;on,.] 20-:1 'HIlJ "d:otJOt ,n lhe l'"rr~'" ,\3Mno"' ,nd "'," I,onu;ll".) r",
I,," P"l, ;"," Re"eali,," "'"lOg ""Inct) "r,lIo C;:v', L""J 1)0,-01,,1'",,"" Cod,'
ALL mler''Si''ul''l'il,'' .'WiO'II;:ol It, JII<'IlJ ,Iml will b~ 1i':"IJ
Fr·t l"mll1crlhr,,,mmi<tn ~l.,,," """,Ilot lh.r:Hy("lcr1<·, om,," m, ,;rj~_M';_f<1,1I)
M",i, M M.,,",,"c'Z. CMC
Cil)'CI"rk
]'"""",,, I" J-l,'nol" ,,,,,ut", 2~(,_';lf'5, 11\0 e,l,-~"",,,_, "J,j,,~ lhe r",li, lh", if" P""""'
J"chk, ,,, "I~"'-'l on' ,,,,i,i",, [rl.I"O h) ,h" 1\,-;",,1, A!",,"~' ," C,""""'''UII ~'i1~ ~'r'"'' hl
'"y """", ,,,",,"«,,U"' ," m,""iLlg ,,' '''''n"~. 0" ." ,1,< w,lI Th:'U" "-,,,,,,,1 Q( 'O<I'1""",-'<Ii"p.
'"0 til-!< r", '",lll"'~""-'" "'["'-"'1 1"""" "",_, ""',1 '0 <"-''',~ Lh"" "'''''''''n rc~,>«l "f,n"
~"-,,,,-.lin~" ,,.,,1e wl\,.:h """"J indu,(", 'he """'""0)' ,nol "".1,""" "1""" "~,,h ,h. ,'rre.11
"",1",1·",,,1
~
Expert Auto Service.
Affordable Price.
-------._---._----, ,----------------.. _-.----.~.------.--------. --------'-'----------,~'----