Res No 080-23-16013RESOLUTION NO. 080-23-16013
A RESOLUTION OF THE C ITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND
AW ARD ING AN AGREEMENT TO V ENGINEERING
CORP FOR THE INSTALLATION OF SPEED HUMPS AT
VARIO US CITY LOCATIONS; PROVIDING FOR
AUTHORIZATION, CORRECTIONS, SEVERABILITY AND
AN EFFECTIVE DATE.
WHEREAS, t h e C ity o f South M iami (th e "City ") wishes to prov id e traffic calming
d evices to h e lp re duce s p eed a nd improve th e City 's quality of li fe; a nd
WHEREAS, o n May 26, 2023 , the C ity issu e d Inv itation to B id No. PW2023-l l (the
"ITB") for th e in stall a ti o n of speed humps at va ri o us C ity locatio ns (th e "Project"); a nd
WHEREAS, the C ity received a total of seven b ids in response to th e 1TB ; a nd
WHEREAS, after review and evalu atio n of th e bids, C i ty Staff determined that V
E ng ineerin g Corp (th e "Con tracto r") was th e lowest, m ost respons ive and resp onsible bidde r, wi th
a bid in th e a m ount of $25,142.50; and
WHEREAS, the C i ty Manage r recomme nds th a t the City Comm iss io n select th e
Contrac tor to perform th e work fo r the Proj ect in th e amoun t of $25,142.50 a nd a 10% contingen cy
in the amount of $2,5 14 .25 for any un fo reseen cons truction-re late d activ ity, for a total amount n o t
to exceed $27,656.75; a nd
WHEREAS, th e expense for thi s P roj ect w ill be c harged to the Peop le's Transportati o n
Fund account numbe r I 24-1730-54 1-6490, which h as a balance of $722,359 prior to thi s
requ est ; and
WHEREAS, th e C ity Commission des ires to select th e Contractor to p e r form the work fo r
the Project a nd authori ze the C ity M a nager to negoti ate a nd execute a n agreement, in substa ntia ll y
the form attached h e reto as Exhibit "A"' (th e ·'Agreement") s ubj ect to City Attorney review as to
fo rm and s ubstance, w ith th e Contractor for t he Proj ect in th e amoun t of $25,142.50, in cl udi ng a
Page I of3
Res. No. 080-23-16013
10% contingency in the amount of$2,514.25 for any unforeseen construction-related activity, for
a total amount not to exceed $27,656.75; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
welfare of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recitals. The above-stated recitals are true and correct and are incorporated
herein by this reference.
Section 2. Selection of Contractor and Award of Agreement. The City Commission
hereby selects the Contractor to perform the work for the Project and approves the Agreement in
substantially the form attached hereto as Exhibit "A."
Section 3. Authorization. The City Manager is authorized to negotiate and execute
the Agreement with the Contractor to perform the work for the Project in the amount of
$25,142.50, including a 10% contingency in the amount of $2,514.25 for unforeseen construction-
related activity, for a total amount not to exceed $27,656.75, on behalf of the City, in substantially
the form attached hereto as Exhibit ''A," subject to the approval as to form, substance, and legal
sufficiency by the City Manager and City Attorney.
Section 4. Corrections. Conforming language or technical scrivener-type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 5. Severability. If any section clause, sentence, or phrase of this Resolution
is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding
shall not affect the validity of the remaining portions of this Resolution.
Page 2 of 3
Res. No. 080-23-16013
Section 6. Effective Date. Thi s Resolu t ion s hall become effective immed iate ly upon
adoption.
PASSED AND ADOPTED t hi s~ day of July, 2023.
ATTEST:
READ AND A PPROVED A S TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CL-
WEISS SER OT A HELFMAN COLE
& BIERMAN, P.L.
CITY ATTORNEY
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor F e rnande z:
V ice Mayor Bonic h :
Com mi ss io n e r Calle:
Co mmissio n e r Lie bman:
Co mmiss io n e r Corey:
Page 3 of 3
5-0
Yea
Y ea
Yea
Yea
Yea
Agenda Item No:1.
City Commission Agenda Item Report
Meeting Date: July 18, 2023
Submitted by: Aurelio Carmenates
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING AND
AWARDING AN AGREEMENT TO V ENGINEERING CORP FOR THE INSTALLATION OF SPEED HUMPS AT
VARIOUS CITY LOCATIONS; PROVIDING FOR AUTHORIZATION, CORRECTIONS, SEVERABILITY AND AN
EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING DEPT.)
Suggested Action:
Attachments:
46V4617-Memo_-_Speed_Hump (2).docx
46V4543-Resolution Selecting and Awarding Agreement for Speed Humps - V Engineering Corp.DOCX
FINALI~1.PDF
V Engineering BID Package ITB PW2023-11.PDF
Bid Tabulation ITB PW2023-11 6.20.23.pdf
Proposal Summary ITB PW2023-11 6.20.23.xlsx
Demand Star ITB PW2023-11.pdf
Sun Biz V.Engineeringf 6.20.23.pdf
1
CONTRACT FOR CONSTRUCTION
INSTALLATION OF SPEED HUMPS AT VRIOUS CITY LOCATIONS
THIS CONTRACT FOR CONSTRUCTION (this "Contract") is made effective as of the .U!
day of !UL Y. 2023 (the "Effective Date"), by and between the CITY OF SOUTH MIAMI, FLORIDA,
a Florida municipal corporation (hereinafter referred to as "City"), and ¥-ENGINEERING
CORPORATION a Florida CONTRACTOR, (hereinafter, the "Contractor").
WHEREAS, the City desires certain: and
WHEREAS, the Contractor will perform services on behalf of the City, all as further set forth
in the Proposal dated IUNE 20, 2023, attached hereto as Exhibit "A" (the "Services"); and
WHEREAS, the Contractor and City, through mutual negotiation, have agreed upon a fe e for
the Services; and
WHEREAS, the City desires to engage the Contractor t o perform the Services and provide the
deliverables as specified below.
NOW, THEREFORE, in consider ation of the mutual covenants and conditions contain ed
herein, the Contractor and the City agree as follows:
ARTICLE I
SCOPE OF WORK
1.1 Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals
necessary to perform all of the work described in the Contract Documents (the "Work" or the
"Project") including, w ith out limitation as described in the approved plans, drawings and/or
specifications for the following Project:
INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
and in accor dance with the Technica l Specifications incorporated herein by reference and made a
part of this Contract.
ARTICLE 2
CONTRACT TIME
2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a
Notice to Proceed provid ing a commencement date and issued by the City Engineer. The Notice to
Proceed will not be is sued until Contractor's submission to City of a ll required documents and after
execution of this Contract.
2 .2 Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with
faithfulness and diligence and the Work sha ll be substantially completed within thirty (30) calendar
days from the date specified in the Notice to Proceed ("Substantial Completion"). Substantial
Compl etion shall be defined for this purpose as the date on which City receives beneficial use of the
I of 39
Project. The Work shall be fully completed in accord with the Contract Documents within fifteen
(IS) calendar days from the date certified by the City as the date of Substantial Completion f Final
Completion") and on the date agreed to by the City when all Work has been completed in
accordance with the Contract Documents.
2.l Upon failure of Contractor to substantially complete the Contract within the specified period of time,
Contractor shall pay to City the sum of Two Hundred Dollars ($200.00) for each
calendar day after the time specified In Section 2.2 above for Substantial Completion.
After Substantial Completion, should Contractor fail to complete the remaining Work within the
time specified in Section 2.2 above for final completion and readiness for final payment, Contractor
shall pay to City the sum of Two Hundred Dollars ($200.00) for each calendar day after
the time specified in Section 2.2 for final completion and readiness for final payment.
These amounts are not penalties but are liquidated damages payable by Contractor to City for the
failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages
are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of
determining the amount of damages that will be sustained by City as a consequence of Contractor's
delay and failure of Contractor to complete the Contract on time. The above-stated liquidated
damages shall apply separately to each phase of the Project for which a time for completion is given.
2.4 City is authorized to deduct the liquidated damages from monies due to Contractor for the Work
under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies
due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay
to City the amount of said excess.
ARTICLE]
CONTRACT PRICE
3.1 Each Pay Application shall include an affidavit or partial release or waiver of lien by Contractor
indicating that partial payments received from CITY for the Work have been applied by
Contractor to discharge in full all of Contractor's obligations, including payments to
subcontractors and material suppliers. City shall pay to Contractor for the performance of the
Contract, the total lump sum of $25,142.50. This sum ("Contract Price") shall be full compensation
for all services, labor, materials, equipment and costs, including overhead and profit, associated with
completion of all the Work in full conformity with the Contract Documents and adjusted only by
written change orders signed by both parties and approved as required by local law.
City shall make progress payments, deducting the amount from the Contract Price above on the basis
of Contractor's Applications for Payment on or before twenty (20) days after receipt of the Pay
Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt
of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective
action. Any undisputed portion shall be paid as specified above. All such payments will be made in
accordance with the Schedule of Values established in the Contract Documents or, in the event there
ls no Schedule of Values, as otherwise provided In the Contract Documents. In the event the
Contract Documents do not provide a Schedule of Values or other payment schedule, Applications
for Payment shall be submitted monthly by Contractor on or before the I 0th of each month for the
prior month. Progress payments shall be made in an amount equal to the percentage of Work
completed, but, in each case, less the aggregate of payments previously made and less such amounts
as City shall determine or City may withhold taking into account the aggregate of payments made
and the percentage of Project completion In accordance with the Contract Documents and Schedule
2 of 39
of Value, if any. The Contractor agrees that five percent (5%) of the amount due for each progress
payment or Pay Application (the "Retalnage") shall be retained by City until final completion and
acceptance of the Work by City. In the event there is a dispute between Contractor and City
concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing
within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion
within IS days thereafter and promptly notify Contractor of the outcome, including payment, if
applicable.
3.2 The payment of any Appllcatlon for Payment by City, including the final request for payment, does
not constitute approval or acceptance by City of any item of the Work reflected In such
Application for Payment, nor shall it be construed as a waiver of any of the City's rights hereunder
or at law or in equity.
3.3 Upon Final Completion of the Work by Contractor in accordance with the Contract Documents
and acceptance by the City, and upon receipt of consent by any surety, City shall pay the
remainder of the Contract Price and Retainage as recommended by the City's Project Consultant.
Final payment Is contingent upon receipt by City from Contractor of at least one complete set of
as-built plans. reflecting an accurate depiction of Contractor's Work.
3.4 This Contract is subject to the condition precedents that: (i) City funds are available and budgeted
for the Contract Price; (ii) the City secures and obtains any necessary grants or loans for the
accomplishment of this Project pursuant to any borrowing legislation adopted by the City Council
relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the
execution of this Contract, if such is required.
ARTICLE4
CONTRACT DOCUMENTS
4.1 The Contract Documents. which comprise the entire agreement between the City and the
Contractor concerning the Work, consist of this Contract for Construction (including any change
orders and amendments thereto), any and all drawings, plans and specifications approved by City
(including the Plans). the bidding documents or procurement documents for the Project, the
Contractor's bid or proposal for the Project. the Bonds (defined herein), Insurance Certificates, the
Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made
a part of this Contract by this reference and govern this Project. In the event of any conflict among
the foregoing, the documents shall govern in the order listed herein. Contractor is reminded and
hereby recognizes that all Work under this Contract must comply with all applicable federal, state
and local law. Any mandatory clauses which are required by applicable law shall be deemed to be
Incorporated herein.
4.2 This Contract Incorporates and Includes all prior negotiations, correspondence, conversations,
agreements, or understandings applicable to the matters contained herein and the parties agree that
there are no commitments, agreements, or understandings concerning the subject matter of these
Contract Documents that are not contained herein. Accordingly it is agreed that no deviation from
the terms hereof shall be predicated upon any prior representations or agreements, whether oral or
written.
3 of 39
4.3 The Contract Documents shall remain the property of the City. The Contractor shall have the right
to keep one record set of the Contract Documents upon completion of the Project; however in no
circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents
on other projects without the City's prior written authorization.
ARTICLES
INDEMNIFICATION
5.1 Contractor shall defend, indemnify, and hold harmless the City, its officers, agents and employees,
6.1
· from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or
damages, including legal fees and costs and through appeal, arising out of or, related to, or in any
way connected with Contractor's performance or non-performance of this Contract or with
Contractor's obligations or the Work related to the Contract, Including by reason of any damage
to property, or bodily injury or death incurred or sustained by any party. Contractor shall defend,
indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime
compensation due Its employees in rendering services pursuant to this Contract, including
payment of reasonable attorneys' fees and costs In the defense of any claim made under the Fair
Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in
Employment Act, the Americans with Disabilities Act or any employment related litigation or
worker's compensation claims under federal or state law. The provisions of this section shall
survive termination of this Contract.
ARTICLE6
INSURANCE AND BONDS
Insurance. Contractor shall secure and maintain throughout the duration of this Contract
insurance of such types and In such amounts not less than those specified below as satisfactory to
City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by
Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be
provided to the City, reflecting the City as an Additional Insured, no later than ten ( I 0) days after
award of this Contract and prior to the execution of this Contract by City and prior to
commencing any Work. Each certificate shall include no less than (30) thirty-day advance written
notice to City prior to cancellation, termination, or material alteration of said policies or
insurance. The insurance coverage shall be primary insurance with respect to the City, its officials,
employees, agents and volunteers naming the City as additional Insured. Any insurance maintained
by the City shall be in excess of the Contractor's insurance and shall not contribute to the
Contractor's insurance. The insurance coverages shall include at a minimum the amounts set
forth In this Section 6.1.
(a) Commercial General Liability coverage with limits of liability of not less than a $1,000,000
per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability
Insurance shall also include Completed Operations and Product Liability coverages and eliminate the
exclusion with respect to property under the care, custody and control of Contractor. The General
Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of
$2,000,000.
(b) Workers Compensation and Employer's Liability Insurance, to apply for all employees for
statutory limits as required by applicable State and Federal laws. The policy(ies) must include
4 of 39
Employer's Liability with mm1mum limits of $1,000,000.00 each accident. No employee,
subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this
Contract who Is not covered by Worker's Compensation Insurance.
(c) Business Automobile Liability with minimum limits of $1,000,000 per Occurrence,
combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a
form no more restrictive than the latest edition of the Business Automobile Liability policy,
without restrictive endorsements, as flied by the Insurance Services Office, and must include
Owned, Hired, and Non-Owned Vehicles.
(d) Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work
damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and
all such Work shall be fully restored by the Contractor, at Its sole cost and expense, In accordance
with the Contract Documents.
(e) Certificate of Insurance. On or before the Effective Date of this Contract, the
Contractor shall provide the City with Certificates of Insurance for all required policies. The
Contractor shall be responsible for assuring that the insurance certificates required by this Section
remain in full force and effect for the duration of this Contract, Including any extensions or
renewals that may be granted by the City. The Certificates of Insurance shall not only name the
types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that
such insurance is as required by this Contract. The City reserves the right to inspect and return
a certified copy of such policies, upon written request by the City. If a policy is due to expire
prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty
(30) calendar days prior to the date of their policy expiration. Each policy certificate shall be
endorsed with a provision that not less than thirty (30) calendar days' written notice shall be
provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the
Certificate(s) is subject to approval of the City.
(f) Additional Insured. The City is to be specifically included as an Additional Insured for
the liability of the City resulting from Work performed by or on behalf of the Contractor In
performance of this Contract. The Contractor's insurance, including that applicable to the City
as an Additional Insured, shall apply on a primary basis and any other Insurance maintained by the
City shall be in excess of and shall not contribute to the Contractor's insurance. The Contractor's
insurance shall contain a severabillty of interest provision providing that, except with respect to
the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for
applicable policies) in the same manner as if separate policies had been issued to each.
(g) Deductibles. All deductibles or self-Insured retentions must be declared to and be
reasonably approved by the City. The Contractor shall be responsible for the payment of any
deductible or self-insured retentions In the event of any claim.
(h) The provisions of this section shall survive termination of this Contract.
6.2 Bonds, Prior to performing any portion of the Work and within three (3) days of the Effective
Date hereof, the Contractor shall deliver to City the Bonds required to be provided by
Contractor hereunder. (The bonds referenced in this Section are collectively referred to herein
as the 11 Bonds 11
). Pursuant to and in accordance with Section 255.05, Florida Statutes, the
Contractor shall obtain and thereafter at all times during the performance of the Work maintain
5 of 39
a separate performance bond and labor and material payment bond for the Work, each in an
amount equal to one hundred percent ( I 00%) of the Contract Price and each in the form provided
in the Contract Documents or in other form satisfactory to and approved in writing by City and
executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two
Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to
do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury,
Circular S70). The cost of the premiums for such Bonds Is included in the Contract Price. If
notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any
of the provisions of the Contract Documents is required by the provisions of any bond to be
given to a surety, the giving of any such notice shall be Contractor's sole responsibility, and the
amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt
or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet
applicable law or regulations, the Contractor shall, within five (5) days of any such event. substitute
another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City.
ARTICLE 7
CONTRACTOR'S REPRESENTATIONS AND WARRANTIES
In order to induce the City to enter into this Contract, the Contractor makes the following
representations and warranties:
7. I Contractor Represents the following:
7.1.1 Contractor has examined and carefully studied the Contract Documents and the other
data identified in the bidding documents, including, without limitation, the .. technical data" and
plans and specifications and the Plans.
7.1.2 Contractor has visited the Project site and become familiar with and is satisfied as to the
general and local conditions and site conditions that may affect cost, progress, performance or
furnishing of the Work.
7.1.3 Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations
and permits that may affect cost, progress, performance and furnishing of the Work. Contractor
agrees that it will at all times comply with all requirements of the foregoing laws, regulations and
permits.
7.1 .4 Contractor has made, or caused to be made, examinations, investigations, tests and/or
studies as necessary to determine surface and subsurface conditions at or on the site. Contractor
acknowledges that the City does not assume responsiblllty for the accuracy or completeness of
information and data shown or indicated in the Contract Documents with respect to underground
or ground facilities at, contiguous or near the site or for existing Improvements at or near the
site. Contractor has obtained and carefully studied (or assumes responsibility for having done so)
all such additional supplementary examinations, Investigations, explorations, tests, studies and data
concerning conditions (surface, subsurface and underground facilities and Improvements) at,
contiguous or near to the site or otherwise which may affect cost, progress, performance or
furnishing of the Work or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by Contractor and safety precautions
and programs incident thereto. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the performance and furnishing
6 of 39
of the Work at the Contract Price, within the Contract Time and in accordance with the other
terms and conditions of the Contract Documents.
7.1.S Contractor is aware of the general nature of Work to be performed by the City and
others at the site that relates to the Work as indicated in the Contract Documents.
7.1.6 Contractor has correlated the information known to Contractor, information and
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents and all additional examinations, investigations, explorations, tests, studies and data
with the Contract Documents.
7.1.7 Contractor has given City written notice of all conflicts, errors, ambiguities or
discrepancies that Contractor has discovered in the Contract Documents and the written
resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally
sufficient to indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
7.1.8 The Contractor agrees and represents that it possesses the requisite skills to perform the
Work and that the Work shall be executed In a good and workmanlike manner, free from defects,
and that all materials shall be new and approved by or acceptable to City, except as otherwise
expressly provided for in the Contract Documents. The Contractor shall cause all materials and
other parts of the Work to be readily available as and when required or needed for or in
connection with the construction, furnishing and equipping of the Project.
7. 2 Contractor warrants the following:
7.2.1 Anti-Discrimination: Contractor agrees that it will not discriminate against any
employees or applicants for employment or against persons for any other benefit or service under
this Contract because of race, color, religion, sex, national origin, or physical or mental handicap
where the handicap does not affect the ability of an individual to perform in a position of
employment, and agrees to abide by all federal and state laws regarding non-discrimination.
7.2.2 Anti-Kickback: Contractor warrants that no person has been employed or retained to
solicit or secure this Contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, and that no employee or officer of the City has any interest,
financially or otherwise, in the Project. For breach or violation of this warranty, the City shall
have the right to annul this Contract without liability or, in its discretion, to deduct from the
Contract Price or consideration, the full amount of such commission, percentage. brokerage or
contingent fee.
7 .2.3 Licensing and Permits: Contractor warrants that it shall have, prior to commencement
of Work under this Contract and at all times during said Work, all required licenses and permits
whether federal, state, County or City. Contractor acknowledges that It is the obligation of
Contractor to obtain all licenses and permits required for this Project.
ARTICLE 8
DEFAULT AND TERMINATION
7 of 39
8.1 If Contractor fails to timely begin the Work, or falls to perform the Work with sufficient workers
and equipment or with sufficient materials to Insure the prompt completion of the Work within the
Contract Time as specified in Article 2, or shall perform the Work unsuitably, or cause it to be
rejected as defective and unsuitable. or shall discontinue the prosecution of the Work pursuant to
the accepted schedule or if the Contractor shall fail to perform any material term set forth in the
Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit
any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from
any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon
seven (7) days written Notice of Termination, terminate the services of Contractor, exclude
Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use
any or all materials and equipment on the Project site as may be suitable and acceptable, and may
finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be
entitled to receive any further payment until the Project is completed. All damages, costs and charges
incurred by City, together with the costs of completing the Project, shall be deducted from any
monies due or which may become due to Contractor. In case the damages and expenses so incurred
by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to
City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated
that City was not entitled to terminate the Contract as described hereunder for default, the Contract
shall automatically be deemed terminated by City for convenience as described below.
8.2 This Contract may be terminated by the City for convenience upon seven (7) calendar days'
written notice to the Contractor. In the event of such a termination, the Contractor shall incur
no further obligations In connection with the Project and shall, to the extent possible, terminate
any outstanding subcontractor obligations. The Contractor shall be compensated for all services
performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to
the City Its Application for Payment for final payment which shall comply with the provisions of
the Contract Documents.
ARTICLE9
MISCELLANEOUS
9.1 No Assignment.
Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent
of the other, nor shall Contractor assign any monies due or to become due to It hereunder, without
the previous written consent of the City.
9.2
9.3
Contractor's Responsibility for Damages and Accidents:
9.2.1 Contractor shall accept full responsibility for the Work against all loss or damage of any
nature sustained until final acceptance by City, and shall promptly repair any damage done from any
cause.
9.2.2 Contractor shall be responsible for all materials, equipment and supplies pertaining to the
Project In the event any such materials, equipment and supplies are lost, stolen, damaged or
destroyed prior to final acceptance by City, Contractor shall replace same without cost to City.
Defective Work. Warranty and Guarantee:
8 of 39
9.4
9.3.1 City shall have the authority to reject or disapprove Work which the City finds to be
defective. If required by the City, Contractor shall promptly either correct all defective Work or
remove such defective Work and replace it with nondetective Work Contractor shall bear all direct.
indirect and consequential costs of such removal or corrections including cost of testing laboratories
and personnel.
9.3.2 Should Contractor fall or refuse to remove or correct any defective Work or to make any
necessary repairs in accordance with the requirements of the Contract Documents within the time
Indicated in writing by City's Engineer, City shall have the authority to cause the defective Work to
be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any
expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any
monies due or which may become due to Contractor. In the event of failure of Contractor to make
all necessary repairs promptly and fully, City may declare Contractor in default
9.3.3 The Contractor shall unconditionally warrant and guarantee all materials and equipment
furnished and Work performed for a period of one (I) year from the date of substantial completion.
If, within one (I) year after the date of substantial completion, any of the Work is found to be
defective or not in accordance with the Contract Documents, Contractor, after receipt of written
notice from City, shall promptly correct such defective or nonconforming Work within the time
specified by City without cost to City. Nothing contained herein shall be construed to establish a
period of limitation with respect to any other obligation which Contractor might have under the
Contract Documents Including but not limited to any claim regarding latent defects. Contractor shall
provide and assign to City all material and equipment warranties upon completion of the Work
hereunder.
9.3.4 Failure to reject any defective Work or material shall not in any way prevent later rejection
when such defect is discovered.
Legal Restrictions and Hours of Worl<.
Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to
labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its
operations so as not to interfere with or close any thoroughfare, without the written consent of the
City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in
accordance with the requirements and limitations of applicable law. Unless authorized by the City
otherwise, the Contractor shall not perform Work beyond the time and days provided above
without the prior written approval of the City.
9.5 Ownership and Access to Records and Audits.
9.5.1 Contractor acknowledges that all inventions, Innovations, improvements, developments,
methods, designs, analyses, drawings, reports, compiled information, and all similar or related
information (whether patentable or not) which relate to Services to the City which are conceived,
developed or made by Contractor during the term of this Agreement f'Work Product") belong
to the City. Contractor shall promptly disclose such Work Product to the City and perform all
actions reasonably requested by the City (whether during or after the term of this Agreement)
to establish and confirm such ownership (including, without limitation, assignments, powers of
attorney and other instruments).
9 of 39
9.5.2 Contractor agrees to keep and maintain public records in Contractor's possession or
control in connection with Contractor's performance under this Agreement. The City Manager
or her designee shall, during the term of this Agreement and for a period of three (3) years from
the date of termination of this Agreement, have access to and the right to examine and audit any
records of the Contractor involving transactions related to this Agreement. Contractor
additionally agrees to comply specifically with the provisions of Section I 19.070 I, Florida Statutes.
Contractor shall 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 Agreement, and following completion of the Agreement until the records are
transferred to the City.
9.5.3 Upon request from the City's custodian of public records, Contractor shall provide the
City 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 by Chapter 119, Florida
Statutes, or as otherwise provided by law.
9.5.4 Unless otherwise provided by law, any and all records, including but not limited to reports,
surveys, and other data and documents provided or created in connection with this Agreement
are and shall remain the property of the City.
9.5.5 Upon completion of this Agreement or in the event of termination by either party, any
and all public records relating to the Agreement in the possession of the Contractor shall be
delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days.
All such records stored electronically by Contractor shall be delivered to the City in a format
that is compatible with the City's information technology systems. Once the public records have
been delivered upon completion or termination of this Agreement. the Contractor shall destroy
any and all duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements.
9.5.6 Any compensation due to Contractor shall be withheld until all records are received as
provided herein.
9.5.7 Contractor's failure or refusal to comply with the provisions of this section shall result in
the immediate termination of this Agreement by the City.
9.5.8 Notice Pursuant to Section 119.070 I (2)(a), Florida Statutes. 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 AGREEMENT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS.
Custodian of Records:
Malling address:
Nkenga "Nikki" Payne, CMC, FCRM
6130 Sunset Drive
South Miami, FL 33143
10 of 39
Telephone number:
Email:
9.6 No Damages for Delay:
305-663-6340
NPayne@southmiamifl.gov
No claim for damages or any claim, other than for an extension of time shall be made or asserted
against City by reason of any delays. Contractor shall not be entitled to an Increase in the Contract Price
or payment or compensation of any kind from City for direct, indirect, consequential, impact or other
costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, arising
because of delay, disruption, Interference or hindrance from any cause whatsoever, whether such delay,
disruption, Interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or
avoidable or unavoidable or whether or not caused by City. Contractor shall be entitled only to
extensions of the Contract Time as the sole and exclusive remedy for such resulting delay.
Notwithstanding the above Contractor may be granted an extension of time and suspension of liquidated
damages for any delay beyond the control of the Contractor. Should any delay, disruption, interference
or hindrance be intentionally caused by the City, for a continuous period or cumulative period of thirty (30)
days, the Contractor may terminate the Contract upon seven days written notice to the City.
9.7
9.8
Authorb~ed Representative.
9.7.1 Before commencing the Work, Contractor shall designate a competent, authorized
representative (°Authorized Representative") acceptable to City to represent and act for
Contractor and shall inform City, in writing, of the name and address of such representative
together with a clear definition of the scope of his authority to represent and act for Contractor.
Contractor shall keep City informed of any subsequent changes In the foregoing. Such
representative shall be present or duly represented at the Project site at all times when Work is
actually in progress. All notices, determinations, instructions and other communications given to
the authorized representatives of Contractor shall be binding upon the Contractor.
9.7.2 The Authorized Representative, project Citys, superintendents and supervisors for the
Project are all subject to prior and continuous approval of City. If, at any time during the term of
this Contract, any of the personnel either functionally or nominally performing any of the positions
named above, are, for any reasonable cause whatsoever, unacceptable to City, Contractor shall
replace the unacceptable personnel with personnel acceptable to City.
Taxes.
Contractor shall pay all taxes, levies, duties and assessments of every nature which may be
applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall
include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll
deductions required by law. Contractor herein Indemnifies and holds Owner harmless from any liability
on account of any and all such taxes, levies, duties and assessments.
9.9 Utilities.
Contractor shall, at its expense, locate all utilities in the Work area, In accordance with all
requirements of applicable law. Contractor shall further arrange for, develop and maintain all utilities at
the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be
furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor
11 of39
shall, at Its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the
requirements of this Contract.
9.10 Safety.
Contractor shall be fully and solely responsible for safety and conducting all operations under this
Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to
property. Contractor shall continually and diligently inspect all Work, materials and equipment to discover
any conditions which might involve such risks and shall be solely responsible for discovery and correction
of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City
shall not be responsible for supervising the implementation of Contractor's safety program, and shall not
have responsibility for the safety of Contractor's or its subcontractor's employees. Contractor shall
maintain all portions of the Project site and Work In a neat, clean and sanitary condition at all times.
Contractor shall assure that subcontractors performing Work comply with the foregoing safety
requirements.
9.11 Cleaning Up.
Contractor shall, at all times, at its expense, keep its Work areas In a neat, clean and safe condition.
Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment,
construction materials, temporary structures and surplus materials not to be used at or near the same
location during later stages of Work. Upon completion of the Work and before flnal payment is made,
Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment
and materials belonging to it or used In the performance of the Work and Contractor shall leave the
Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the
foregoing. the same may be accomplished by City at Contractor's expense.
9.12 Rights and Remedies.
The duties and obligations imposed by the Contract Documents and the rights and remedies
available thereunder and in accordance with this Contract shall be In addition to and not a limitation of
any duties, obligations, rights and remedies otherwise Imposed or available by law.
9.13 Public Entity Crimes Affidavit
Contractor shall comply with Section 287.133, Florida Statutes, (Public Entity Crimes Statute)
notification of which is hereby incorporated herein by reference, including execution of any required affidavit
9.14 Capitalized Terms.
Capitalized terms shall have their plain meaning as Indicated herein.
9.1 S Independent Contractor,
The Contractor is an independent Contractor under the Contract. This Contract does not create
any partnership nor joint venture. Services provided by the Contractor shall be by employees of the
Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the
City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits,
purchasing policies and other similar administrative procedures, applicable to services rendered under the
Contract shall be those of the Contractor.
12 of 39
9.16 Payment to Sub-Contractors.
Certification of Payment to Subcontractors: The term 11 Subcontractor'9. as used herein,
includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated
into the Work or Project. The Contractor is required to pay all Subcontractors for satisfactory performance
of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also
return all retainage withheld to the Subcontractors within 30 days after the subcontractor's work is
satisfactorily complete and accepted by the City.
9.17 Liens.
Contractor shall not permit any mechanic's, laborer's or materlalmen's lien to be flied against the
Project site or any part thereof by reason of any Work, labor, seivices or materials supplied or claimed to
have been supplied to the Project. In the event such a lien is found or claimed against the Project,
Contractor shall within ten ( I 0) days after notice of the lien discharge the lien or liens and cause a
satisfaction of such lien to be recorded in the public records of Miami-Dade County. Florida. or cause
such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of
Miami-Dade County. Florida. to discharge such lien pursuant to Chapter 713.24, F.S. In the event
Contractor fails to so discharge or bond the lien or liens within such period as required above. City shall
thereafter have the right. but not the obligation, to discharge or bond the lien or liens. Additionally. City
shall thereafter have the right. but not the obligation. to retain out of any payment then due or to become
due Contractor. one hundred fifty percent (ISO%) of the amount of the lien and to pay City•s reasonable
attorneys' fees and costs Incurred In connection therewith.
9.18 Governing Law.
This Contract shall be construed in accordance with and governed by the laws of the State of Florida.
Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida.
9.19 Waiver of lury Trial,
City and Contractor knowingly. Irrevocably. voluntarily and Intentionally waive any right either may
have to a trial by jury in State and or Federal court proceedings in respect to any action, proceeding, lawsuit
or counterclaim based upon the Contract for Construction, arising out of. under, or in connection with the
Construction of the Work, or any course of conduct. course of dealing, statements or actions or inactions
of any party.
9.20 Prevailing Party; Attorneys' Fees.
In the event of any controversy, claim. dispute or litigation between the parties arising from or relating
to this Contract (including, but not limited to. the enforcement of any Indemnity provisions). the prevailing
party shall be entitled to recover reasonable costs, expenses and attorneys' fees including, but not limited to,
court costs and other expenses through all appellate levels.
9.21 Notices/Authorized Representatives.
Any notices required by this Contract shall be in writing and shall be deemed to have been properly
given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt
13 of 39
requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed
on the signature page of this Contract or such other address as the party may have designated by proper
notice.
ARTICLE 10
SPECIAL CONDITIONS
I 0. I The following provisions supersede any provisions contained in this Contract only to the extent
of any conflict with same. These provisions are particular to a given transaction and are
transaction specific: None
[Remainder of page intentionally left blanl<.
Signature page and E-Verify Affidavit follows.]
14 of 39
E-VERIFY AFFIDAVIT
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business
with the City to register with and use the E-Verify system to verify the work authorization status of all
newly hired employees. The City will not enter into a contract unless each party to the contract
registers with and uses the E-Verify system.
The contracting entity must provide of its proof of enrollment in E-Verlfy. For instructions on
how to provide proof of the contracting entity's participation/enrollment in E-V erify, please visit
https;//www.e-verify.goy/fa.q/how-do-j-proyide-proof-of-my-particlpationenrollment-in-e-vedfy
By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes
and will comply with the E-Verify requirements Imposed by it, including but not limited to obtaining E-
Verify affidavits from subcontractors.
□ Check here to confirm proof of enrollment in E-Verify has been attached to this
Affidavit.
In the presence of. Signed, sealed and delivered by:
~a.:c.aq...lAl.,J,.!~~"'""'e o
t Name: ,~no/ (}teavem11
ACKNOWLEDGMENT
State of Florid~~
County of----i,.,..l&. ............. ~ ....... ---
Notary Public State of Florida
IS of 39
Felix R Clavelo Lopez
My Commission HH 320488
Expires 1011012026
E-Verify
l.ftllff lSA WMUOIDIIUIIO UA
Company ID Number: 2214197
Approved by:
Employer
V ENGINEERING CORP.
Name (Please Type or Print) Title
FELIX VALDES
Signature Date
Electronically Signed 07/20/2023
Department of Homeland Security-Verification Division
Name (Please Type or Print) Title
USCIS Veriflcatfon Division
Signature Date
Electronically Signed 07/20/2023
Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13
IN WITNESS WHEREOF, the parties hereto have caus ed this Contract to be executed the day and
ye ar as first stated above.
By:
Genaro "Chip" Iglesias
City Manager
Attest:
MC, FCRM
Approved as to form and legal sufficiency:
By:,,-=~.l_..:~~&:::.:::...:..!:;l1--J.!:.;L_ ___ _
Weiss S rota Helfman C
City Attorney
Addresses for Notice:
Genaro "Chip" Iglesias
City of South Miami
Attn: City Manager
6130 Sunset Drive
South Miami, FL 33143
305-668-2510 (telephone)
305-663-6345 (facsimil e)
chlp@southmlamifl.gov ( email)
With a copy to:
Weiss Serota Helfman Cole & Bierman, P.L.
Attn: Lillian Arango, Esq.
City of South Miami Attorney
2800 Ponce de Leon Bou levard, Suite 1200
Coral Gables, FL 331 34
larango @wsh-law.com (em ail)
CO N TRACT OR
16 of 39
EXHIBIT A
PROPOSAL, V-ENGINEERING CORPORATION
1TB #PW2023-I I
17 of 39
SECTION 4,
BID FORM PACKAGE
As provided In the 1TB, the following items must be attached to this Bid:
FORMS STATUS
Form I -Bid Form Package Acknowledgement ✓
Form 2A. Bidder's Certification (if Company or Corporation) -.J
Form 28. Bidder's Certiflcatlon (if Partnership) -.J
Form 3. Single Execution Affidavits ✓
Form 4. Dispute Disclosure -.J
Form 5. Certification Regarding Debarment, Suspension, & Other Responslbllity Matters v
Primary Covered Transactions
Form 6. Bidder's Quallflcations Survey ✓
Form 7. Bid Form/Schedule of Values -.J
Form 8. Reference List -.J
Form 9. Bid Guaranty/Bid Bond ✓
ATTACHMENTS
This competitive solicitation Incorporates the following attachments, which should be reviewed
thoroughly and, If appllcable, completed prior to submitting a response to this competitive solicitation.
The City Is attaching the following Attachments:
Attachment A.
Attachment B:
Attachment C:
Sample Contract
Declaration /Affidavit of Representation
Design Plans & Specifications -"Installation of Various
Speed Humps" prepared by Stantec dated May, 20232
19 of 67
18 of 39
FORM I
BID FORM PACKAGE ACKNOWLEDGEMENTS
I hereby propose to furnish the goods and services specified In the Invitation to Bid, 1TB No.
PW2023-1 I. I agree that my Bid will remain firm for a period of 180 days after opened by the City In
order to allow the City adequate time to evaluate the Bid.
I certify that all Information contained In this Bid Is truthful to the best of my knowledge and belief. I
further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing
Firm and that said Firm Is ready, willing, and able to perform If awarded the Agreement.
I further certify, under oath, that this Bid Is made without prior understandlnJ agreement, connection,
discussion, or collusion with any other person. firm or corporation submitting a Bid: no officer, employee
or agent of the City of South Miami or any other Bidder has an Interest In said Bid. Furthermore. I certify
that the undersigned executed this Bid Form with full knowledge and understanding of matters therein
contained and was duly authorized.
I further certify that the Bidder acknowledges receipt of all Addenda Issued by the City In connection with
the 1TB (Check the box next to each addendum received).
/ Addendum I
V Addendum2
,/ Addendum3
___ Addendum 6
___ Addendum 7
___ Addendum 8
___ Addendum 4
___ Addendum S
__ Addendum 9
__ Addendum I 0
Attached hereto are the followlng forms/documents which form a part of this Bid:
Form I.
Form 2A.
Form 2B.
Form 3.
Form 4.
Form S.
Form 6.
Form 7.
Form 8.
Form 9.
Bid Form Package Acknowledgement.
Bidder's Certlflcatlon (if Company or Corporation)
Bidder's Certlflcatlon (if Partnership)
Single Execution Affidavits
Dispute Disclosure
Certlflcatlon Regarding Debarment. Suspension. & Other Responslblllty Matters
Primary Covered T ransactlons
Bidder's Quallflcatlons Survey
Bid Form/Schedule of Values
Reference List
Bid Guarantee Bond
20 of 67
19 of 39
FORM I
BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED)
(503) 3'-f?. -GS68
TELEPHONE NUMBER
V Personally known to me; or
,.
Notary Public rl t, Stamp, or Type as
Commissioned)
__ Produced Identification (Type of Identification:. ____________ _,
__ Did take an oath; or ........... ~ ..... ..-... ..... ~~~
-
__ Did not take an oath Notary Publlo Stalo 01 Florida
21 of 67
20 of 39
A Fallx R Clavelo Lopez
My commission HH S20488
Expires 1011012026
FORM2A
BIDDER'S CERTIFICATION
(If Company or Corporation)
CERTIFICATE ~
STATE OF r-L )
COUNTYOF Pa.elf;.
) ss
HEREBY
//ch'
CERTIFY that a meeting of the Board of Directors of
a corporation or c mpany exlstl under th laws of the State of _'--J~~~--------J
held on VVh/L 11/ . 2023. the following resolution was duly passed and adopted:
(SEAL)
RESOLVED, tha~ as~-= of the Corporation/Company, be and Is hereby authorized
to execute the Bid dated~ • 2023 to the City of South Miami for 1TB No. 2023-XX
Marshall WIiiiamson Monument Freestanding Display Project. and that this execution thereof.
attested by the Secretary of the Corporation/Company. and with the Corporate/Company Seal
affixed. shall be the official act and deed of this Corporation/Company.
I further certify that said resolution Is now In full force and effect.
IN WITNESS WHEREOF. I have he~eJ.mto set my hand and affixed the official seal of
corporation/company on this the / 7 of ..T ':?:'{._ , ~_d... r-v ~
22 of 67
21 of 39
Seer%
FORMJ
SINGLE EXECUTION AFFIDAVITS
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY
THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR
BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE
BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE
TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED
TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE:
By: a:/n; ,/Ja;!!:;,
For (Name of Proposing or Bidding Entity): t/ l:31;1 ~ /,u;t.etZ-r h C ~:fff? •
Whose business address Is: ZSC/5 ..SW 53Z: ?:c:1 f:'-/C-1,{,,,,,f FL-3:il/SJ
And {lfappllcable) Its Federal Employer Identification Number (FEIN) Is: ~7-391/0'"?<f
(if the entity does not have an FEIN, Include the Social Security Number of the Individual signing this sworn
statement. SS#:. ______________ _,.
Americans with Disabilities Act Compliance Affidavit
The above named firm. corporation or organization Is fn compliance with and agrees to continue to comply
with, and assure that any subcontractor, or third party contractor under this project complies with all
appllcable requirements of the laws listed below Including. but not limited to, those provisions pertaining
to employment, provision of programs and services, transportation, communications, access to facilities,
renovations, and new construction.
• The American with Disabilities Act of 1990 (ADA), Pub. L 101-336, 104 Stat 327, 42 USC
1210112213 and 47 USC Sections ll5 and 661 Including Title I, Employment; Tltle II, Public
Services; Tltle Ill, Public Accommodations and Services Operated by Private endtles; Title IV,
T elecommunicatlons: and Title V, Miscellaneous Provisions.
• The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section
553.501-553.513, Florida Statutes:
• The Rehabilitation Act of 1973. 229 USC Section 794:
• The Federal Transit Act. as amended 49 USC Section 1612;
• The Fair Housing Act as amended 42 USC Section 3601-3631.
pu
Bidder Initials
24 of 67
22 of 39
Public Entity Crimes Affidavit
I understand that a "public entity crlme11 as deflned In Paragraph 287.133( I )(g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, lncludlng but not llmlted to, any bid or contract for goods or services to be provided to any public
entity or an agency or polltlcal subdivision of any other state or of the United States and involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations.
I understand that "convicted" or "conviction" as defined in Paragraph 287. I 33(1)(b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of gullt, In
any federal or state trial court of record relating to charges brought by Indictment or Information after
July I, 1989, as a result of a Jury verdict. non-Jury trial, or entry of a plea of guilty or nolo contendere.
I understand that an "afflllate11 as defined In Paragraph 287.133( I )(a), Florida Statutes, means:
I. A predecessor or successor of a person convicted of a public entity crime: or
2. An entity under the control of any natural person who is active In the management of the entity and
who has been convicted of a public entity crime. The term "affiliate" Includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active In the management
of an affiliate. The ownership by one person of shares constituting a controlling Interest In another person,
or a pooling of equipment or Income among persons when not for fair market value under an arm's length
agreement shall be a prlma facle case that one person controls another person. A person who knowingly
enters Into a )ofnt venture with a person who has been convicted of a public entity crime In Florida during
the preceding 36 months shall be considered an affiliate.
I understand that a "person11 as defined In Paragraph 287.133(1)(e), Florida Statutes, means any natural
person or entity organized under the laws of any state or of the United States with the legal power to
enter Into a binding contract and which bids or applies to bid on contracts for the provision of goods or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person" Includes those officers, directors, executives, and partners, shareholders,
employees, members, and agents who are active In management of an entity.
Based on Information and belief, the statement, which I have marked below, Is true in relations to the
entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
ef Neither the entity submitting this sworn statement, nor any of Its officers, directors, executives,
partners. shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to
July I, 1989.
D The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active In the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
I, 1989.
D The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active In the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
I, 1989, However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida
, Division of Administrative Hearings and the flnal Order entered by the Hearing Officer determined that
25 of 67
23 of 39
It was not In the public Interest to place the entity submitting this sworn statement on the convicted
vendor list {attach a copy of the final order).
I understand that the submission of this form to the contracting officer for the public entity Identified In
paragraph I above Is for that public entity only and that this form Is valid through December 31 of the
calendar year In which It Is flied. I also understand that I am required to inform the public entity prior to
entering Into a contract In excess of the threshold amount provided In Section 287.017, Florida Statutes
for category two of any change In the Information contained in this form.
-FL/
Bidder Initials
No Conflict of Interest or Contingent Fee Affidavit
Bidder warrants that neither It nor any prlncipal, employee, agent. representative nor family member has
paid or wlll pay any fee or consideration that Is contingent on the award or execution of a contract arising
out of this solicitation. Bidder also warrants that neither It nor any prlnclpal, employee, agent,
representative nor famlly member has procured or attempted to procure this contract In violation of any
of the provisions of the Miami-Dade County and City of South Miami conflict of Interest or code of ethics
ordinances. Further, Bidder acknowledges that any vlolatlon of these warrants will result In the
termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be
selected for the performance of this contract
FJ
Bidder Initials
Business Entit)' Affidavit
Bidder hereby recognizes and certlfles that no elected official, board member, or employee of the City of
South Miami (the " City") shall have a financial Interest directly or Indirectly In this transaction or any
compensation to be paid under or through this transaction, and further, that no City employee, nor any
elected or appointed officer {Including City board members) of the City, nor any spouse, parent or child
of such employee or elected or appointed officer of the City, may be a partner, officer, director or
proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer,
or the spouse, parent or chlld of any of them, alone or In combination, may have a material Interest In the
Vendor or Bidder. Material Interest means direct or Indirect ownership of more than 5% of the total
assets or capita.I stock of the Bidder. Any exception to these above described restrictions must be
expressly provided by applicable law or ordinance and be confirmed In writing by City. Further, Bidder
recognizes that with respect to this transaction or bid, If any Bidder violates or Is a party to a vlolatlon of
the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as
appllcable to City, or the provisions of Chapter 112, part Ill, Fla. Stat, the Code of Ethics for Public
Officers and Employees, such Bidder may be dlsquallfled from furnishing the goods or services for which
the bid or Bid Is submitted and may be further dlsquallfied from submitting any future bids or Bid for
goods or services to City.
,=V
Bidder lnltlals
Anti-Collusion Affldaylt
I. Bidder/Bidder has personal knowledge of the matters set forth In Its Bid/Bid and is fully Informed
respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances
respecting the Btd/Btd:
26 of 67
24 of 39
2. The Bid/Bid Is genuine and Is not a collusive or sham Bid/Bid; and
3. Neither the Bidder/Bidder nor any of Its officers, partners, owners, agents, representatives,
employees, or parties In Interest, including Affiant, has In any way colluded. conspired. connived, or
agreed, directly or Indirectly with any other Bidder/Bidder, flrm, or person to submit a colluslve or
sham Bid/Bid, or has In any manner, directly or Indirectly, sought by agreement or collusion or
communication or conference with any other Bidder/Bidder, firm, or person to flx the price or prices
in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element
of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any
collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person
Interested In the proposed Contract
Bidder Initials
Scrutinized Company Ce,:tfflcatfon
I. Bidder certifies that It and Its subcontractors are not on the Scrutinized Companies that Boycott Israel
List Pursuant to Section 287.135, F.S., the City may Immediately terminate the Agreement that may
result from this 1TB at Its sole option If the Bidder or Its subcontractors are found to have submitted
a false certification: or If the Bidder, or Its subcontractors are placed on the Scrutinized Companies
that Boycott Israel List or Is engaged In the boycott of Israel during the term of the Agreement.
2. If the Agreement that may result from this 1TB Is for more than one mllllon dollars, the Bidder certifies
that It and Its subcontractors are also not on the Scrutinized Companies with Activities In Sudan,
Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List, or engaged with
business operations In Cuba or Syria as ldentlfled In Section 287.135, F.S. pursuant to Section 287.135,
F.S., the City may Immediately terminate the Agreement that may result from this 1TB at Its sole
option If the Bidder, Its affiliates, or Its subcontractors are found to have submitted a false certification;
or If the Bidder, Its affiliates, or Its subcontractors are placed on the Scrutinized Companies with
Activities In Sudan List, or Scrutinized Companies with Activities In the Iran Petroleum Energy Sector
Use, or engaged with business operations In Cuba or Syria during the term of the Agreement.
3. The Bidder agrees to observe the above requirements for applicable subcontracts entered Into for
the performance of work under the Agreement that may result from this 1TB. As provided In
Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions
then they shall become Inoperative.
Bidder Initials
Drug-free Workglace Affidavit
Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with
drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service.
Bidder understands that In order to qualify as a drug-free workplace, Bidder must:
a) 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 agatnst employees for violations of such prohibition.
b) Inform employees about the dangers of drug abuse In the workplace, the Bidder's pollcy of
maintaining a drug-free workplace. any available drug counseling, rehabilitation, and employee
27 of 67
25 of 39
assistance programs, and the penalties that may be Imposed upon employees for drug abuse
violations.
I) Give each employee engaged In providing commodities or contractual services under the
1TB a copy of the statement specified In subsection {I).
2) Notify employees that, as a condition of working on the commodities or contractual
services under the 1TB, the employee must 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 vlolatlon of chapter
893 or of any controlled substance law of the United States or any state, for a vlolatlon occurring
In the workplace no later than flve {5) days after such conviction.
3) 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.
4) Make a good faith effort to continue to maintain a drug-free workplace through the
Implementation of this section.
Based on Information and belief. the statement, which I have marked below, Is true In relations to the
entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
e('The entity submitting this sworn statement Is a drug-free workplace and Is In full compliance with the
requirements set forth under F.S. § 287.087.
D The entity submitting this sworn statement Is not a drug.free workplace.
Ff/
Bidder Initials
Cfty Non-Dlscrlmf natl on Requirements Affldaylt
Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City wlll
not enter Into or award a contract to an entity engaged In a boycott.
Bidder understands that .. Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami
means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or
otherwise refuse to deal with a person or entity when the action Is based on race, color, national origin,
rellglon, sex, gender Identity, sexual orientation, marital or familial status, age, or disability In a
discriminatory manner. The term boycott does not Include a decision based upon business or economic
reasons, or boycotts, embargoes, trade restrictions, or divestments that are speclflcally authorized or
required by federal law or state law.
Bidder certlfles that It Is not engaged In a boycott, and Is In full compliance with Section 3-1.1 of the Code
of the City of South Miami.
FJ
Bidder Initials
Acknowledgment. Warranty, and Acc@ptance
I. Contractor warrants that it Is willing and able to comply with all applicable state of Florida laws, rules
and regulations.
28 of 67
26 of 39
2. Contractor warrants that it has read, understands, and Is willing to comply with all requirements of
1TB No. PW2023-1 I and any addendum/addenda related thereto.
3. Contractor warrants that it will not delegate or subcontract its responslbilltles under an agreement
without the prior written permission of the City Commission or City Manager, as applicable.
4. Contractor warrants that all Information provided by It In connection with this Bid Is true and
accurate.
-pt/
Bidder Initials
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
29 of 67
27 of 39
In the presence of:
Witness #I Print Name: _____ _
Witness #2 Print Name: _____ _
Slgned~d ~ver9d by:
L,'~~--
Print
Title:----=--=--~=.:..::~------
ACKNOWLEDGMENT
State of florldar?. ~
County of ___ v'_t.~..:::.~ ........ ---
The foregoing Instrument was acknowledged before me by means of .0'?!caLpre••mc~~ onllne
notarization, this _ZQ day of_-=-~~---..) 207..3. by c..e/'4 (/§fi.~ ,
...(name of person) as __ ...z~~UJ.~~------(type of authority) for It~ u##'A "o/
i:OJZ,a. (name of party on behalf of wh Instrument is executed). 7
f Notary Publle6--Type as
/ Commissioned)
_\.../"'=---P.PEersonally known to me: or
___ Produced identification (Type of Identification: ____________ _
___ Did take an oath: or
___ Did not take an oath
30 of 67
28 of 39
A Notary Publlo State of Florida
Pothc R Clevelo Lopez
My Comml&tlon HH 320488
E>tplres 101101202&
FORM4
DISPUTE DISCLOSURE
Answer the following questions by placing an "X" after ''Yes" or "No". If you answer "Yes",
please explain In the space provided, or on a separate sheet attached to this form.
I. Has your firm or any of Its officers, received a reprimand of any nature or been suspended by the
Department of Professional Regulations or any other regulatory agency or professional associations within
the last five (5) yearsl
YES ___ NO ,L
2. Has your flrm, or any member of your firm, been declared In default, terminated or removed from a
contract or Job related to the services your flrm provides In the regular course of business within the last
flve (5) yearsl /
YES ____ N0_~---
3. Has your firm had against It or filed any requests for equitable adjustment, contract claims, Bid protests,
or lltlgatlon In the past five (5) years that Is related to the services your firm provides In the regular course
of buslnessl
V YES ____ NO ___ _
If yes, state the nature of the request for equitable adjustment, contract claim, lltlgatlon, or protest, and
state a brief description of the case, the outcome or status of the suit and the monetary amounts of
extended contract time Involved.
I hereby certify that all statements made are true and agree and understand that any misstatement or
misrepresentation of falslflcatlon of facts shall be cause for forfeiture of rights for further consideration of
this Bid or Bid for the City of South Miami.
ACKNOWLEDGMENT
State of Florid~ --h
County of PQ~ ·
The foregoing lnstr'!~nt was acknowledged before me by means of ✓ ~lei) presen5e gr Cl online
notarization, this~ day of Jc. 20 Z~ by l::_-ebi? L,,t::Lr t:11!5 .
Jr~~ of person) as a (type of authority) for v e 7/~"i
rA!!fC---(name of party on behalf of hom Instrument Is executed).
31 of 67
29 of 39
Notary Puhl rln , Stamp, or Type as
Commissioned)
FORMS
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
PRIMARY COVERED TRANSACTIONS
This certification Is required by the regulations Implementing Executive Order 12549, Debarment and
Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal
Register (pages 19160-1921 I). Coples of the regulations are available from local offices of the U.S. Small
Business Administration.
(I) The prospective primary participant certifies to the best of Its knowledge and belief that
It and Its principals:
(a) Are not presently debarred, suspended, proposed for disbarment. declared Ineligible,
or voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this application been convicted of or
had a civil Judgment rendered against them for commission of fraud or a criminal offense
In connection with obtaining, attempting to obtain, or performing a publlc (Federal, State,
or local) transaction or contract under a publlc transaction; violation of Federal or State
antitrust statutes or commission of embezzlement, theft. forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently Indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the offenses
enumerated In paragraph (l)(b) ofthls certification; and
(d) Have not within a three-year period preceding this application had one or more public
transactions (Federal, State. or local) terminated for cause or default.
(2) Where the prospective primary participant Is unable to certify to any of the statements
In this certification, such prospective primary participant shall attach an explanation to this
Statement of Quallflcatlons.
Entity Name: // l:71~,e/~C
Date: 6/7 0 / '2d2,, 3 I ,
32of 67
30 of 39
z-.d.-'27 ....L-----By. _____________ _
Signature of Authorized Representative
Name and Title of. uthorlzed Repres ntatlve
FORM6
BIDDER'S QUALIFICATIONS SURVEY
COMPANY QUALIFICATIONS QUESTIONNAIRE
Please complete this Company Quallflcatlons Questionnaire. By completing this form and submitting a
response to the 1TB, you certify that any and all Information contained In the bid Is true, that your response
to the 1TB Is made without prior understanding, agreement, or connections with any corporation, flrm or
person submitting a response to the 1TB for the same materials, supplies, equipment, or services, Is In all
respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the
1TB, and certify that you are authorized to sign for the Bidder's firm.
Some responses may require the lncluslon of separate attachments. Separate attachments should be as
concise as posslble, while Including the requested Information. In no event should the total page count of
all attachments to this Form exceed five (5) pages. Some Information may not be applicable: In such
Instances, please Insert "N/A".
V e 7 't1-.U#;n< U2>1t-P .
A~~~ T ,
75ys $W :az he/ 5frtl!IT-/lt~,n/ 1 Ft:. . ;;J3t5~
Prlnclpal Business Address
,.3!)5 -3'{2 -~ St;,8
Telephone Number
..k/,J'Gff)veecoo/7· J
!'mauAddress
Federal 1.0. No. or Social Security Number
l::ZZ00/3/.S-
Munlclpal Business Tax/Occupational License No.
Facslmlle Number
FIRM HISTORY AND INFORMATION
How many years has the firm has been In business under Its current name and ownershlpl Z
Please Identify the Firm's document number with the Florida Division of Corporations and date the Firm
registered/filed to conduct business In the State of Florida:
p21 ooo 102 <rso /Z/O~'@Z/
Document Number 1 I Date Flied
Please identify the Firm's category with the Florida Department of Business Professional Regulation
(DBPR), DBPR license number, and date licensed by DBPR:
Category License No. Date Licensed
Please indicate the type of entity form of the Firm (if other, please describe):
a Individual a Partnership ~orporation □ LLC □ LLP □ Other _________ _
Please Identify the Firm's primary buslness:_=Ca,~_o_h...;;7U/_,;,,,....c/4 __ ~.:;;....;...· ,;,,...._ _________ _
33 of 67
31 of39
Please Identify the number of continuous years your Firm has performed its primary business: _
Please list all professional licenses and certifications held by the Firm, Its Qualifler/Principal, and any Key
Staff. lncludlng any active certifications of small, minority, or disadvantaged business enterprise, and the
name of the entity that Issued the license or certification:
License/Certification Name of Entity Issuing License No. License Issuance Date
, ~ · • d ✓.:' >~ ~z-?dDlo/~ ...., ~.., Type License or Certlftcatl~on 1~.,...7 f.,,,.,,, 1
€,.,7,~ ''J ,-, v1~1i'J'vt I w, u-,,
Please Identify the name, license number, and Issuance date of any prior companies that pertain to your
firm:
License/Certlflcatlon Name of Entity Issuing License No. License Issuance Date
Type
~!'~'',
License or Certlfl~!~,~ . --~ .--/?__/,,,..-, n 41,,1 t4w~·,av, ~ ~,7,_.~.'tll?J t: ZZ,a:>/-,-~ r 7....,, / ,.., __ ,
Please Identify all Individuals authorized to sign for the entity, their title, and the threshold/level of their
signing authority:
Authorized Signor's Name
Fd~ ~ (/Jdi,b
rJd (/rJ' ck->
Title Signing Authority Threshold
(All, Cost up to $X-Amount, No Cost, Other)
All
/I-Ill
Please Identify the total number of Firm employees, managerial/administrative employees, and Identify the
total number of trades employees by trade (e.g., 20 electrlclans, 5 laborers, etc.):
Total No. of Employees
Total No. of Managerial/Administrative
Employees
Total No. of Trades Employees by Trade
INSURANCE INFORMATION
Please provide the following Information about the firm's Insurance company:
€e,.ft,L 7°'1x;~ee~1ce Gwl4lla Znc• ~~ Al~
Insurance Carrier Name ' Insurance Carrier Contact Person
Insurance Carrier Address Telephone No.
Has the Firm flied any Insurance claims In the last five (5) yearsl ~o a Yes If yes, please Identify the
type of claim and the amount paid out under the claim: _______ _
FIRM OWNERSHIP
Please Identify all Firm owners or partners, their title, and percent of ownership:
Owner/Partner Name Tltl~ Ownership (%)
Fdhi (i. (/aj/dtb /?11£&ICW11·
T-e,l1Jc· ,J,J ck'=' 5::f 7
32 of 39
Pl«,se Identify whether any of the owners/partners identified above are owners/partners In another entity:
liNo □ Yes If yes, please Identify the name of the owner/partner, the other entity's name, and percent
of ownership held by the stated owner/partner:
Owner/Partner Name Other Entity Name Ownership (%)
RECENT CONTRACTS
Please Identify the five (5) most recent contracts In which your Firm has provided services to other public
entitles:
Public Entity Contact Person Telephone No. Email Address Date Awarded
By signing below, Bidder certifies that the Information contained herein Is complete and accurate to the
best of Bidder's knowledge.
Arm: t/ e7/~ CeM/7 ·
Authorized Signature: #'_ ~ ,z;.,, ,e:?
Print or Type Name: ~ t/'a/~b ·
35 of 67
33 of 39
Tltle:
w .,.,
a
w
'°
LIST OF BUSINESS Rlit'.t..~NCES
This list of references is an integral part of the Contractor's Bid, and must be completed. All references and infonnation shall be cunent and
traceable.
NAMEOFBIDDER V G,,,;l~/'~t; l$re ..
~~ r I ,
List all the projecas which your organization bas completed, during at least the last five years, and which dcmomtrate qualifications to perform the
work of this Contract.
COMPLEllON
DA'IE
CONTRACT
PRICE
TYPE OF
CONSTRUCllON
~
11~o,::r>a>~-tt:-OSY-Z
,OOt?· -., ----de:u·
PROIECTNO.2022-017-R MAY2023
LOCATIONOF
WORK
NAME AND PHONE
NUMBEROF
OWNER/CLIENT AND
ENGJNEER ORARCHllECT
PAGE IS
-7~"??
~
$6/-7-17-57.
ADDRESSOF
OWNER/CI.JENT AND
ENGll'mER ORARCHITECT
,.,;~
'/'J>p
ITEM
NO.
1.00
2.00
3.00
4.00
5.00
6.00
7.00
8.00
9.00
10.00
11.00
12.00
12.00
13.00
FORM7
BID FORM/SCHEDULE OF VALUES
1TB No. PW2023-1 I
Bid prices stated In this Form shall Include all costs and expenses for labor, equipment. materials,
contractor's overhead, profit. bond and Insurance, and general conditions. Payment for this project wlll
be based upon completion of the entire project as a Lump Sum contract.
ITEM
Milllng Exist. Asph Pavt 1-1/2" Avg Depth
Type S-111 Asphalt
Adjus Existing Valve Box, Meter Box, Fire Hydrant,
Manhole cover, and Catch Caslns
Marker Pavement Retro-Reflective (Yellow/Yellow)
Thermoplastic, white, solid 6"
Thermoplastic, white, solid 1211
Thermoplastic, yellow, solid 611
Speed Hump Sign WI 7-1
Arrow Sign WI 6-7P
Ahead Sign W 16-9P
Asphalt traffic humps
General conditions including mobilization, clearing
and grubbing. barricades, maintenance of traffic,
traffic control officer, bonds, Insurance and permits
(10%)
Traffic Control Officer
Contingency (5%)
36 of 67
35 of 39
QTY UN
213 SY
18 TON
2 EA
20 EA
936 LF
248 LF
808 LF
8 EA
4 EA
4 EA
2 EA
I LS.
60 HR
I LS.
UNIT PRICE TOTAL
AMOUNT
$ /CJo@ $ Z.//~.(V
$/~-@ $ Z880°~
$ Z60.ce $ GcJZJ•dtJ
$ /().cl?} $ 2<::Jt), dl)
$ f.cD $ 'f'o'• (Jl)
$ z,OD $ ~'?6· &0
$ ::/. oD $ eoe. dl)
$ z~oz, $ 4oa,, ti;)
$ 'Z&cJ· ell) $ /,Oo(). a>
$z~.@ $ I' c,oo ,oZJ
$ .3; ¢,c». (V $ 7,. ca:? . cl>
SUB-TOTAL $ /~ /5l'J, (7[)
$~ o/15,d> $ 1, 11s. tJlJ
$ 52.00 $3,120.00
$ fS7.50 $ff;').~
TOTAL:
$ Z51 l'-/'Z 0 6C
SUBMITTED THIS ·2-c)
PROPOSAL SUBMITTED BY:
V eni,,~,y a1u.? ·
Name of Person Autberlz~ Subjlllt
Proposal ;z ..If!!!,,_ · L..,/ /4
Signature
DAYOF
37 of 67
36 of 39
_~_0:-?( _____ 20 ~~
Telephone Number
Fax Number
Mi ~eecor-e• n.d-"
/Email Address "'
FORMS
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #I
Publlc Endty Name: C!/J' pf' ~ /l4t t:;;,,,;
Reference Contact Person/Tltle/Departrnent: AvJ Cary,Me6'~.5 I ? C.
Contact Number & Email ~d.S -463 ,.. 20 "?Z
4eo~nttk~G}GavrA m,"t:;,,,.,,·p. ;ov.
) 7
Public Endty Size/Number of Residents/Square MIieage. 0/4 y 5~ /l/,,'c;-m, ·
/
Event(s) Completed (Include Name of Project/Event, Date of Event Start/Completion, Detalls on
Size/Scope of Work/Complexity) f'§, .3'1(/ · 70 · ~c,,«k aud cx:dfu/ott ~.
/lt/k ~r"k,j
Is the Contract still Actlvel Yes __ No
38 of 67
37 of 39
REFERENCE #2
Public Entity Name: ....;_M....;..;;;;rJ_t<.._1..S----1;;;0:;...._ _______________ _
Reference Contact Personffide/Department: 6<,-o/ c'/411-/4.e · iP ,t,/
Contact Number& Email 78~ -S'~Z-~o/18
e;-c:ur c6tzkf] ,,,v"c;,,-,/d_q c& . c;ov .
/ /
Public Endty Size/Number of Residents/Square MIieage: M/e;~f -£b o/? lo ,znf •
Event(s) Completed (Include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Work/Complexity) t -ft 750, t)t!'J() • ~ ~ d/n e~~,~
I~ '' 0/PW/vf . ~qcf<-vo,z,£, .9/4y'f fs,p;,r
Is the Contract still Active? Yes __ No L/'
39 of 67
38 of 39
REFERENCE #3
Publlc Entity Name: MOP/205
Reference Contact Person/Title/Department: _~_v_tr,_,-,,e __ k_o_,,a_,_;;e----· ________ _ 7-, t'neµe/ t/L(q,-,a,lea -
Contact Number & Email ~S-.. 7S.S--S:'-153
Puane . k~ep €).rn/l:irn, de~ -7tn1
Public Entity Size/Number of Residents/Square MIieage: /4/,c,m, ·~ tqo§, G ch? 3/
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completlon, Details on
Size/Scope of Work/Complexity) _,(:._~_t3.....,0,,_, _/'57 __ . _2-__ / ____________ _
New 23_,,,,, /4 f ~,t 7 .. £u.
Is the Contract stlll Activel Yes __ No
END OF SECTION 4
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:July 18, 2023
SUBJECT:Construction of Two (2) Speed Humps recommended by the Citywide Traffic
Calming study completed on March 2022.
RECOMMENDATION:Staff recommends the subject item for approval
BACKGROUND:The Citywide Traffic Calming study,completed in March 2022,
recommended the installation of speed humps to reduce speeding and
improve the City’s quality of life.A total of five (5) speed humps were
recommended:
SW 59th Avenue between SW 77th Terrace & SW 76th Street
SW 59 Avenue Between SW 76 St & SW 74 Terrace
SW 78th Street between SW 63rd Avenue to SW 62nd Avenue
SW 64th Place between SW 58th Terrace to SW 56th Street
SW 60th Place between SW 44th Terrace to SW 42nd Street.
However,only two (2) locations received concurrency from the residents:
SW 59 Ave Between SW 77 Ter & SW 76 St and SW 59 Ave Between SW 76
St & SW 74 Terrace.
PROCUREMENT
PROCESS:Through the Procurement Division, the City’s Public Works & Engineering
Department issued a solicitation on May 26, 2023,for the construction of
two (2) speed humps as recommended by the Citywide traffic study
completed on March 2022.
On June 20, 2023, the City received a total of seven (7) proposals in
response to the solicitation. Pursuant to review, it was determined that V
Engineering Corp, is the most cost effective and responsible bidder for this
proposal. Below are the top three proposals received:
Contractor Bid Price
V Engineering Corp.,$25,142.50
Maggolc Inc.$30,115.75
Perrin International Services, Inc.$39,969.00 2
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
VENDOR &EXPENSE:V Engineering Corp
Proposal/contract amount shall not exceed $27,656.75 ($25,142.50 +
$2,514.25 = $27,656.75). A 10% contingency in the amount of $2,514.25
will be added to the contract amount for any unforeseen construction-
related activity.
FUNDING:The expenditure shall be charged $27,656.75 to the People’s
Transportation Plan Fund account number 124-1730-541-6490which has a
balance of $722,359 prior to this request.
ATTACHMENTS:Resolution
ITB PW2023-11 Construction Documents with Exhibits
V Engineering Corp., Bid Documents
Bid Tabulation ITB PW2023-11
Proposal Summary ITB PW2023-11
Daily Business Review Advertisement
Sun Biz
3
CITY OF SOUTH MIAMI
INVITATION TO BID (ITB) No. PW2023-11
INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
City of South Miami Commission
Mayor Javier Fernández
Commissioner Lisa Bonich
Commissioner Steve Calle
Commissioner Josh Liebman
Commissioner Brian Corey
City of South Miami City Hall
6130 Sunset Drive
South Miami, Florida 33143
ISSUE DATE: May 26, 2023
SUBMITTAL DUE DATE: June 20, 2023
SUBMITTAL DUE TIME: 10:00 AM
BID OPENING DATE: June 20, 2023
BID OPENING TIME: 10:30 A.M.
1 of 67 7
PUBLIC NOTICE
INVITATION TO BID (ITB) No. PW2023-11
INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting bids for the
INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS. Interested
companies, firms, and individuals (“Bidders”) may obtain a copy of Invitation to Bid No. PW2023-11
(the “ITB”) to be issued on May 26, 2023, at the City of South Miami 6130 Sunset Drive, South Miami,
FL 33143, on the City’s website at www.southmiamifl.gov, or via DemandStar at
https://network.demandstar.com/. The ITB contains detailed information about the scope of work,
submission requirements, and selection procedures. All notices and any addenda issued by the City with
respect to the ITB will be made available on the City’s website. It is the Bidder’s sole responsibility to
ensure receipt of any issued notice or addenda relating to this ITB once posted to the website. The bid
submission shall be submitted electronically via DemandStar and marked “Bid to City of South Miami, ITB
No. PW2023-11 for the “INSTALLATION OF SPEED HUMPS AT VARIOUS CITY
LOCATIONS.” Bids must be received by the City by no later than June 20, 2023 at 10:00
a.m. EST.
E-BID OPENING VIA VIDEO CONFERENCING:
The City will only receive submittals electronically through the DemandStar Electronic Bid
System (E-Bidding). To register as a business, go to https://network.demandstar.com/
Bids will be publicly opened through video conferencing using the Zoom platform. At 10:30 AM, local
time. Members of the public are invited to view the bid opening meeting through Zoom at
https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by
dialing +1-786-635-1003 Meeting ID: 3056636339.
Any bid submission received after this time and date will be rejected and returned unopened. Bidders are
responsible for ensuring that their bid is received in the City by the deadline.
A pre-response conference will NOT be held for this project.
The City hereby provides notice to all Bidders of the imposition of a Cone of Silence for this solicitation,
as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on
communication regarding a competitive solicitation such as a request for proposal, request for
qualification, request for information or request/invitation for bid b etween a potential vendor, service
provider, proposer or bidder, or agent, representative, lobbyist or consultant for the potential bidder;
and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the
City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City
Attorney with any qu estions on the Cone of Silence.
Date Issued: May 26, 2023
2 of 67 8
TABLE OF CONTENTS
Section Page
Section 1: Information for Bidders 4
Section 2: Terms and Conditions 11
Section 3. Scope of Work 17
Section 4: Bid Submission Requirements and Evaluation &
Forms and Attachments
20
Section 4: Bid Form/Schedule of Values – Form 7 36
Section 4: References – Form 8 38
Section 4: Bid Guaranty/Bid Bond 41
3 of 67 9
SECTION 1.
INFORMATION FOR BIDDERS
1.1. INTRODUCTION/GENERAL BACKGROUND.
The City of South Miami, Florida (the “City”) is soliciting bids for the INSTALLATION OF SPEED
HUMPS AT VARIOUS CITY LOCATIONS (the “Project”). The City hereby requests bids for the
selection of one firm (“Contractor” or “Bidder”) to provide the work for the Project as set forth in
greater detail in Section 3 of this Invitation to Bid (“ITB”).
The Contractor awarded a contract pursuant to this ITB shall provide the services, design, labor, materials,
equipment, and all incidentals necessary, as further defined in Section 3 of this ITB (the “Work” or the
“Services”) for the Project.
The City intends to award a contract to the lowest, most responsive and responsible Bidder whose bid
meets the requirements and criteria set forth in this ITB for the Work described in this ITB.
1.2. SCHEDULE OF EVENTS.
The following schedule is anticipated for this ITB process, but is subject to change by the City, in its sole
discretion, at any time during the ITB procurement process.
No. Event Date* Time*
(EST)
1 Advertisement/ Distribution of ITB 5/26/2023 2:00 PM
2
Non-Mandatory / Mandatory Pre-Bid Conference
and Site Visit
6130 Sunset Drive
South Miami, FL 33143
NONE
SCHEDULED
3 Deadline to Submit Questions / Requests for
Clarification June 13, 2023 10:00 AM
4 City Issues Addenda and Responds to Questions June 16, 2023 10:00 AM
5 Deadline to Submit Sealed Bids – Submission
Deadline June 20, 2023 10:00 AM
6
E-BID OPENING VIA VIDEO CONFERENCING
VIA THE ZOOM PLATFORM at
https://zoom.us/j/3056636339 ,or listen to the meeting on
a dedicated phone line by dialing +1-786-635-1003 Meeting
ID: 3056636339.
June 20, 2023 10:30 AM
7 City Manager issues recommendation to City Commission July 18, 2023 7:00 PM
8 Award Bid(s) and Agreement(s) at City Commission
Meeting July 18, 2023 7:00 PM
4 of 67 10
1.3. BID DUE DATE.
Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at
https://network.demandstar.com/. All sealed bids must be received by 10:00 a.m. E.S.T. on June 20,
2023 (the “Submission Deadline”). Sealed bids will be publicly opened through video conferencing using
the Zoom platform. Members of the public are invited to view the bid opening meeting through Zoom
at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a dedicated phone line by
dialing +1-786-635-1003 Meeting ID: 3056636339.
1.4. PRE-BID CONFERENCE AND SITE(S) VISIT.
A pre-bid conference, will be NOT be scheduled for this project. Prior to submitting a Bid, each Bidder
should visit the site and become familiar with the conditions that may, in any manner, affect the Work to
be performed by the awarded contractor or the equipment, materials and labor required. The Bidder is
also required to examine carefully the Scope of Work set forth in Section 3 of this ITB and be thoroughly
informed regarding any requirements or conditions that may in any manner affect the Work to be
performed under the Agreement. No allowances will be made because of lack of knowledge of any
conditions or requirements.
1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING BID
PROCESS.
The City will not respond to oral inquiries or questions concerning this ITB. All written inquiries, requests
for interpretation or clarification shall be sent to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
Facsimile: (305)669-2636
Any written inquiry or request for interpretation or clarification must be sent by e-mail or written
correspondence and received by the City no later than June 13, 2023 at 10:00 a.m.
All such interpretations or clarifications will be made in writing in the form of an Addendum to this ITB
issued by the City to all known and/or registered prospective Bidders. Each prospective Bidder shall
acknowledge receipt of such Addenda by including it in the Bid Form. All Addenda shall be a part of this
ITB and a part of the Agreement and each Bidder will be bound by such Addenda, whether or not
received. It is the responsibility of each prospective Bidder to verify that it has received all
Addenda issued before Bid are submitted and opened.
1.6. SUBMISSION OF BID.
Sealed Bids must submitted electronically through the DemandStar Electronic Bid System at
https://network.demandstar.com/ by the Submission Deadline and must be marked as “Bid to City of
South Miami, ITB No. PW2023-11, INSTALLATION OF SPEED HUMPS AT VARIOUS
CITY LOCATIONS,” and addressed to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
5 of 67 11
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE CITY ON OR BEFORE
THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER.
THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION
OF BIDS. ANY BID RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS ITB WILL NOT
BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED BID SHALL NOT BE
CONSIDERED.
The Bid must be signed by an authorized officer of the Bidder who is legally authorized to bind the Bidder
and enter into a contractual relationship in the name of the Bidder. The submittal of a Bid by a Bidder
will be considered by the City as constituting an offer by the Bidder to perform the required Work, upon
the terms and at the prices stated by the Bidder.
The City will only receive submittals electronically through the DemandStar Electronic Bid
System (E-Bidding). To register as a business, go to https://network.demandstar.com/
Bids will be publicly opened through video conferencing using the Zoom platform at 10:30
AM, local time. Members of the public are invited to view the bid opening meeting through
Zoom at https://zoom.us/j/3056636339 or by listening to the bid opening meeting on a
dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339.
Bids shall be typed or printed in ink. All blanks on the Bid form(s) must be completed. Names must be
typed or printed below the signature. Bids submitted by hand-delivery, facsimile and/or email
will not be accepted.
Only one (1) Bid from any individual, firm, partnership, or corporation, under the same or different names,
will be considered. If the City determines that any Bidder has interest in more than one (1) Bid for Work
contemplated; all Bid in which such a Bidder is interested will be rejected. Bidder by submitting this Bid
certifies that this Bid is made without previous understanding, contract, or connection with any person,
firm or corporation making a Bid for the same material, supplies, equipment or services and is in all
respects, fair and without collusion of fraud.
1.7. BID REQUIREMENTS & FORMAT.
Each Bidder must present its products, services, and applicable features in a clear and concise manner that
demonstrates the Bidder’s capabilities to satisfy the requirements of this ITB. The emphasis should be on
accuracy, clarity, comprehensiveness and ease of identifying pertinent information and suitability of the
Work. Bids MUST include the following:
1.7.1. Bid Form Package. Bidder shall provide complete and accurate copies, with all required
signatures and notarizations, for all the forms in the Bid Package:
Form 1. Bid Form Package Acknowledgement.
Form 2A. Bidder’s Certification (if Company or Corporation)
Form 2B. Bidder’s Certification (if Partnership)
Form 3. Single Execution Affidavits
Form 4. Dispute Disclosure
Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility
Matters Primary Covered Transactions
Form 6. Bidder’s Qualifications Survey
Form 7. Bid Form/Schedule of Values
Form 8. Reference List
Form 9. Bid Guaranty/Bid Bond
6 of 67 12
1.7.2. Proof of Experience. Provide documentation evidencing the experience of the Bidder
and demonstrating that the Bidder has successfully provided Work similar to those specified
herein to other firms and/or agencies of similar size and needs as the City. The Bidder firm
shall be currently engaged in Work on a full time basis and shall have been in existence and
continuous operation providing the Work for a minimum of five (5) years.
1.7.3. Safety Record. Bidder shall provide documentation evidencing the safety and compliance
record of the Bidder in performing similar Work, including information as to any safety or
any noncompliance violations, assessments or citations issued by applicable governmental
agencies in the past five (5) years.
1.7.4. Bidder's Qualifications. Include name, function, and qualifications of key personnel,
including key subcontractors, in the organization who will be providing Work. The key
person or contact assigned to the Work shall within the past three (3) years have conducted
and been responsible for providing Work in a similar project or environment. Please note,
to receive further consideration, all Bidders must provide the necessary documentation to
demonstrate that they meet the following minimum qualifications:
1.7.4.1. Service and Incorporation. Contractor shall have been in business and continuous
operation and service and incorporated in the State of Florida for a minimum of five
(5) years.
1.7.4.2. Licenses. Contractor must be fully licensed with any and all applicable and required
licenses, certifications and permits for Work, including government licenses,
certifications, and permits from the State of Florida, Miami-Dade County, the City, and
any other governing governmental regulatory authorities.
1.7.5. Insurance Certificates. Bidder shall provide certificates of insurance
demonstrating compliance with the requirements set forth under Section 2 of this
solicitation, including:
1.7.5.1. Commercial General Liability
1.7.5.2. Workers Compensation & Employer’s Liability
1.7.5.3. Business Automobile Liability
THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR
ADDITIONAL COVERAGE IF DEEMED NECESSARY.
1.7.6. Bidder may provide any additional information that highlights experience or expertise, which
is relevant and directly applicable to this ITB.
1.8. EVALUATION CRITERIA/AWARD OF CONTRACT.
Award shall be made to the lowest responsible and responsive Bidder whose qualifications indicate the
Award will be in the best interest of the City and whose Bid complies with the requirements of this ITB.
In no case will the Award be made until all necessary investigations have been made into the responsibility
of the Bidder and the City Manager is satisfied that the Bidder is qualified to do the Work and have the
necessary organization, capital and equipment to carry out the Work in the specified timeframes. The
responsible bidder shall be a person who has the capability in all respects to fully perform the contract
requirements and the tenacity, perseverance, integrity, experience, ability, reliability, capacity, facilities,
equipment, financial resources and credit which will give a reasonable expectation of good faith
performance, and a person who has submitted a bid which conforms in all material respects to the ITB
(the “Responsible Bidder”). In evaluating responsibility, the City may also consider previous contracts with
7 of 67 13
the City, past performance and experience with other contracts, compatibility of the project team with
City personnel, and any other criteria deemed relevant by the City. The City Manager or designee may
reject those bids that do not meet the minimum requirements of the ITB.
If the City accepts a bid, the City will provide a written notice of award to the lowest responsible and
responsive Bidder who meets the requirements of this ITB. If the successful bidder to whom the contract
is awarded forfeits the award by failing to meet the conditions of this ITB, the City may, at the City’s sole
option, award the contract to the next lowest, most responsive, and responsible bidder or reject all bids
or re-advertise the Work.
Neither this ITB, nor the notice of award of the Agreement(s) constitutes an agreement or contract with
the Successful Bidder(s). An agreement or contract is not binding until a written agreement or contract,
in substantially the form attached hereto as Attachment “A,” has been executed by the City and the
Successful Bidder(s) and approved as to form, content, and legal sufficiency by the City Manager and City
Attorney.
1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES.
The City reserves the right to reject any or all bids which is in any way incomplete or irregular, re-bid
the entire solicitation, or enter into contracts with more than one Contractor.
The City reserves the right to accept or reject any and/or all Bid or parts of Bid, to workshop or negotiate
any and all Bid, to select and award Bidder(s) for all or any of the Work, waive irregularities in Bid, to
cancel or discontinue this ITB process, and to request new Bid on the required Work or services. The
City Commission shall make the final determination and award of Bid(s).
All materials submitted in response to this Invitation to Bid become the property of the City and will be
returned only at the option of the City. The City has the right to use any or all ideas presented in any
Bid or responses to the ITB, whether amended or not, and selection or rejection of Bid does not affect
this right.
1.10. CODE OF ETHICS PROVISIONS.
1.10.1. Cone of Silence.
The provisions of City’s Cone of Silence are applicable to this ITB. The City’s Cone of Silence provisions
can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence
may be sent to:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
The Cone of Silence as used herein means a prohibition of any communication regarding a competitive
solicitation such as a request for proposal, request for qualification, request for information or
invitation/request for bid, between a potential vendor, service provider, proposer or bidder (hereinafter
referred to as the "potential bidder"), or agent, representative, lobbyist or consultant for the potential
bidder; (hereinafter referred to as the "bidder's representative"); and
(i) Members of the City Commission; or
(ii) City's professional staff; or
8 of 67 14
(iii) Any member of the City's selection, evaluation or negotiation committee.
The provisions of the Cone of Silence shall not apply to:
(i) Communications at a duly noticed pre-bid conferences or at any duly noticed public selection
or negotiation committee meeting or duly noticed public City commission meeting at which
the City Manager has placed the subject of the solicitation on the agenda;
(ii) Communication regarding the solicitation at recorded contract negotiations, recorded oral
presentation or recorded oral question and answer session and recorded contract negotiation
strategy sessions in compliance with the exemption in F.S. § 286.0113;
(iii) Briefings made by the City Manager or his designee to the City Commissioners during a
meeting following the completion of the selection or negotiation committee meetings;
(iv) Written communication at any time with any City professional staff (not including selection,
evaluation or negotiation committee members), unless specifically prohibited by the applicable
competitive solicitation documents. This section shall not be construed to prevent written
communication between City professional staff and any City selection, evaluation or
negotiation committee. A copy of any written communication made during the cone of silence
shall be contemporaneously filed with the City clerk by the potential bidder or bidder's
representative. The City clerk shall make copies available to any person upon request;
(v) Communication that is strictly limited to matters of those processes or procedures that are
contained in the corresponding solicitation document and which communication is between
any person and the City's purchasing agent or the City employee who is designated as being
responsible for administering the procurement process for such solicitation;
(vi) Communications with the City attorney and his or her staff;
(vii) Communications during any duly noticed site visits to determine the competency and
responsibleness of bidders regarding a particular bid during the time period between the
opening of bids and the time the City Manager makes a written recommendation;
(viii) Any emergency procurement of goods or services pursuant to City code;
(ix) Responses to a request made by the City's purchasing agent, or the City employee who is
designated as being responsible for administering the procurement process for such
solicitation, for clarification or additional information;
(x) Communications prior to bid opening between City's professional staff and potential bidders
and/or bidder's representatives to enable City staff to seek and obtain industry comment or
perform market research, provided all communications related thereto between a potential
bidders and/or bidder's representatives and any member of the City's professional staff
including, but not limited to the City Manager and his or her staff, are in writing or are made
at a duly noticed public meeting.
1.10.2. Lobbying Prohibited. All potential Bidders and their agents who intend to submit, or
who submitted, a bid or response to this solicitation, are prohibited from lobbying,
individually or collectively, any City Commissioner, candidate for City Commissioner, or any
employee of the City in connection with this solicitation.
The term "Lobbyist" means all persons (including officers and managers of a legal entity),
firms, or legal entities such as a corporation, partnership or limited liability company,
employed or retained by a principal (including an officer of the principal or an employee of
the principal whose duties include marketing, or soliciting business, for the principal) who
seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action
or decision of the City Commission; (2) any action, decision, recommendation of the City
9 of 67 15
Manager or any City board or committee; or (3) any action, decision or recommendation
of City personnel during the time period of the entire decision-making process on such
action, decision or recommendation which foreseeably will be heard or reviewed by the
City Commission, or a City board or committee.
Contact may only be made through regularly scheduled Commission meetings, or meetings
scheduled through the Procurement Division, which is for the purpose of obtaining
additional or clarifying information or as otherwise provided for in the City’s Cone of
Silence. Any presentation before a selection committee is considered to be lobbying;
however, the presentation team may avoid formal registration by complying with section
8A-5(c)(9), of the City Code of Ordinances and completing Attachment B to this ITB. Any
person who submits a proposal, whether solicited or unsolicited, on behalf of his or her
principal or his or her employer is considered to be a lobbyist and must register. An officer
or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited,
is considered to be a lobbyist. All Bidders are strongly encouraged to review Section 8A-5
of the City Code of Ordinances for further information.
To register as a lobbyist, please contact the City Clerk at:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
END OF SECTION 1
10 of 67 16
SECTION 2.
TERMS AND CONDITIONS
2.1. PURPOSE OF BID.
The City requests Bids from qualified firms for the INSTALLATION OF SPEED HUMPS AT
VARIOUS CITY LOCATIONS Project (the “Project”). The Work to be performed is further detailed
in the Scope of Services provided in Section 3 herein (the “Work” or “Services”). The frequency, nature,
scope and definition of the Work desired or required by the City may change from time to time, at the
City’s discretion.
The City intends to secure a source of supply(s) for the Work from a qualified contractor(s) that conform
to the requirements of this ITB and is most advantageous to the City and in its best interest. The City
reserves the right to award the Bid(s) considered to best serve the City’s interests.
2.2. DELIVERY.
All equipment, materials, and goods in connection with the Work shall be delivered F.O.B. destination
(i.e., at a specific City address), and delivery costs and charges (if any) will be included in the Bid pricing.
Exceptions should be noted.
2.3. EQUIPMENT.
Any equipment or products used by Contractor to provide Work pursuant to this ITB shall remain the
property of the Contractor. In the event equipment or products used by the Contractor are found to be
defective, of unsatisfactory quality, or do not conform to the requirements of this ITB or the Specifications,
the City reserves the right to reject the equipment or product(s), at the Contractor’s expense.
2.4. PRICING.
The Bid form attached to this ITB under Section 4 and to be included with each Bid shall specify the
Bidder’s pricing and/or fees for the equipment and Work requested herein. Bidder should include any
and all applicable taxes in Bid prices. If the Bidder is awarded an Agreement pursuant to this ITB, the
prices and fees quoted in the Bid shall remain fixed and firm during the term of the Agreement.
2.5. BID COSTS.
Bidders submitting Bid do so entirely at their own cost and expense. There is no expressed or implied
obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing
or submitting Bid, providing additional information when requested by the City, or for participating in any
selection interviews.
2.6. LICENSES AND PERMITS.
Bidder shall secure any and all necessary and required licenses, certifications and permits to conduct the
Work, including, but not limited to, all Federal, State, County and City licenses and permits. All Bidders
must provide the necessary documentation to demonstrate that they meet all applicable licensing and
permitting requirements.
By submitting a Bid in response to this ITB, Bidder represents and warrants to the City that it holds all
licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental
authority or agency to perform the Work. Bidder represents and warrants to the City that the Licenses
shall be in full force and effect on the date of performance of the Work and further represents that it
holds and will hold all Licenses throughout the term of the Agreement. Bidder shall provide the City with
11 of 67 17
copies of all Licenses and any additional permits that may be required for performance of the Work with
its Bid and during the term of the Agreement.
Where the Contractor is required to enter onto City property, public rights-of-way or other property
to deliver equipment or to perform the Work as a result of a Bid award, the Contractor will assume the
full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and
insurance required. The Contractor shall be liable for any damages or loss to the City property, or other
property or persons, occasioned by the acts or omissions, or the negligence of the Bidder (or their agent)
or any person the Bidder has designated in the performance of the Work, as a result of the Bid.
2.7. INSURANCE.
2.7.1. If selected, the Contractor shall secure and maintain throughout the duration of the awarded
contract insurance of such types and in such amounts not less than those specified below as
satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated
A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance
coverage shall be primary insurance with respect to the City, its officials, employees, agents
and volunteers naming the City as additional insured. Any insurance maintained by the City
shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s
insurance. The insurance coverages shall include at a minimum the amounts set forth in this
section and may be increased by the City as it deems necessary or prudent. Copies of
Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall
be provided to the City, reflecting the City as an Additional Insured. Each Policy and
certificate shall include no less than (30) thirty-day advance written notice to City prior to
cancellation, termination, or material alteration of said policies or insurance. All coverage
forms must be primary and non-contributory and the Contractor shall provide a waiver of
subrogation for the benefit of the City. The Contractor shall be responsible for assuring that
the insurance policies and certificates required by this Section remain in full force and effect
for the duration of the Work.
2.7.1.1. Commercial General Liability coverage with limits of liability of not less than a
$1,000,000 per Occurrence combined single limit for Bodily Injury and Property
Damage. This Liability Insurance shall also include Completed Operations and Product
Liability coverages and eliminate the exclusion with respect to property under the
care, custody and control of Contractor. The General Aggregate Liability limit and
the Products/Completed Operations Liability Aggregate limit shall be in the amount of
$2,000,000 each.
2.7.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees
for statutory limits as required by applicable State and Federal laws. The policy(ies)
must include Employer’s Liability with minimum limits of $1,000,000.00 each accident.
No employee, subcontractor or agent of the Contractor shall be allowed to provide
Work pursuant to this ITB who is not covered by Worker’s Compensation insurance.
2.7.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence,
combined single limit for Bodily Injury and Property Damage. 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 the Insurance
Service Office, and must include Owned, Hired, and Non-Owned Vehicles.
2.7.2. The Contractor agrees to indemnify, defend and hold harmless the City from and against
any and all claims, suits, judgments, losses, damages, executions and/or liabilities as to bodily
injuries and/or property damage which arise or grow out of the Agreement or Contractor’s
performance of the Work required by this ITB.
2.7.3. The Contractor shall also, upon request by the City, provide copies of all official receipts
and endorsements as verification of Contractor's timely payment of each insurance policy
premium as required by the Agreement.
12 of 67 18
2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR
ADDITIONAL COVERAGE IF DEEMED NECESSARY.
2.8. BONDS. The selected Contractor must, prior to performing any portion of the Work and
within three (3) days of the Effective Date of the Construction Contract, deliver to the City the
Bonds required to be provided by Bidder hereunder and the Construction Contract(collectively,
the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or
security, in order to guaranty that the awarded contract with the City will be fully and
appropriately performed and completed. The surety providing such Bonds must be licensed,
authorized, and admitted to do business in the State of Florida and must be listed in the Federal
Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be
included in the contract price. If notice of any change affecting the scope of services/work, the
contract price, contract time, or any of the provisions of the Construction Contract is required
by the provisions of any bond to be given to a surety, the giving of any such notice shall be t he
selected Contractor’s sole responsibility, and the amount of each applicable bond shall be
adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do
business in Florida is terminated or it ceases to meet applicable law or regulations, the selected
Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as
applicable) and surety, all of which must be satisfactory to the City.
2.8.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to
the City a performance bond in an amount equal to 100 percent of the price specified in the
contract. The performance bond shall provide that the bonding company will complete the
project if the selected Contractor defaults on the contract with the City by failing to perform
the contract in the time and manner provided for in the contract.
2.8.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the
City a payment bond in an amount equal to 100 percent of the price specified in the contract.
The payment bond shall provide that the bonding company or surety will promptly pay all
persons who supply labor, materials, or supplies used directly or indirectly in the
performance of the work provided for in the contract between the selected Contractor and
the City if the selected Contractor fails to make any required payments only.
2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited
the requirements contained herein for payment or performance bonds upon such
circumstances as are deemed in the best interest of the City. If the requirement for a
payment bond is waived, the City shall select this box: ☒. If the requirement for
a performance bond is waived, the City shall select this box: ☒.
2.9. BID GUARANTY/BID BOND. Each bid must be accompanied by a Bid Bond or Cashier’s
Check, in the amount of five percent (5%) of the bid, in the form provided in Form 9. Bid
Guaranty shall be made by certified or cashier's check or by a bid bond made payable to the City
and provided by a surety company authorized to do business as a surety in the state. All Bid
Bonds shall be valid for a period of at least 90 days from the bid submission date. The Bid Bonds
for all unsuccessful bids shall be returned after the 90-day period. The purpose of the bid bond
is to ensure that bids are honored and that they remain valid for the required period.
Accordingly, bid bonds are subject to forfeiture any time Bidders refuse to honor their bids for
at least 90 days after bid opening. The Bid Guaranty of the successful bidder will be retained until
such bidder has executed a contract and furnished any payment and performance bonds, along
with all insurance policies, licenses, or other documentation that may be required by the City. If
the successful bidder fails to furnish the required payment and performance bonds, fails to
execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or
other documentation to the office of the purchasing agent within the time specified in the
instructions to bidders, the City may annul the notice of award and the entire sum of the Bid
Guaranty shall be forfeited to the City. All Bid Guarantees of unsuccessful Bidders will be
returned after the Contract is awarded and executed.
13 of 67 19
Bid Bonds shall be submitted to the City Clerk’s Office no later than the Submittal Due
Date:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
If the requirement for a Bid Guaranty/Bid Bond is waived, the City shall select this
box: ☐.
2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS.
Contractor shall conduct its operations in compliance with all applicable federal, State, County and City
laws and regulations in providing the Work required by this ITB.
2.11. ASSIGNMENT.
The Contractor shall not transfer or assign the performance of the Work required by this ITB and the
Agreement without the City’s prior written consent. Any award issued pursuant to this ITB and monies
which may be payable by the City, are not assignable except with the City’s prior written approval.
2.12. ATTORNEY’S FEES.
If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not,
Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest
and reasonable attorney’s fees.
2.13. CONTRACTOR’S RELATION TO THE CITY.
It is expressly agreed and understood that the Contractor is in all respects an independent contractor as
to all Work hereunder, and that the Contractor is in no respect an agent, servant or employee of the
City. This ITB specifies the Work to be performed by the Contractor, but the method to be employed
to accomplish the Work shall be the responsibility of the Contractor, unless otherwise provided in the
Agreement or by the City.
2.14. DISCRIMINATORY PRACTICES.
The Contractor shall not discriminate or deny service, deny access, or deny employment to any person
on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will
strictly adhere to the equal employment opportunity requirements and any applicable requirements
established by the State of Florida or the Federal Government.
2.15. CANCELLATION.
Failure on the part of the Contractor to comply with the conditions, specifications, requirements and
terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor
holding the City harmless.
2.16. INDEMNIFICATION.
The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from
and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act,
14 of 67 20
error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees,
in the performance of the Work pursuant to this ITB and/or from any procurement decision of the City
including without limitation, awarding the Agreement to a Contractor.
2.17. MULTIPLE /OTHER VENDORS.
The City reserves the right to select and award multiple Bidders to provide some or all of the Work. If
the selected contractors are unavailable, the City reserves the right to seek and obtain other sources.
2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION.
Pursuant to Section 287.133(3)(a), Florida Statute, all Bidders are advised as follows:
“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 publi c 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 and may not transact business with any public
entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.”
2.19. NO CONTINGENCY FEE.
Bidder shall warrant that it has not employed or retained any company or person, other than a bona fide
employee working solely for the Bidder, to solicit or secure the Agreement and that it has not paid or
agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee
working solely for the Bidder, any fee, commission, percentage, gift or other consideration contingent
upon or resulting from the award or making the Agreement. For the breach or violation of this provision,
the City shall have the right to terminate the Agreement, without liability, at its discretion.
2.20. PUBLIC RECORDS; CONFIDENTIALITY.
Bidders are hereby notified that all information submitted as part of or in support of Bid submitted
pursuant to this ITB are public records subject to public disclosure in accordance with Chapter 119,
Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this ITB, Florida
Law will govern and prevail.
All Bids submitted in response to this ITB shall become the property of the City. Unless the information
submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any
or all information, ideas, conceptions, or portions of any Bid in its best interest. Acceptance or rejection
of any Bid shall not nullify the City’s rights hereunder.
Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE BIDDER HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS:
Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM
Mailing address: 6130 Sunset Drive
South Miami, FL 33143
Telephone number: 305-663-6340
Email: NPayne@southmiamifl.gov
15 of 67 21
2.21. AMERICAN RESCUE PLAN ACT PROVISIONS.
Bidder acknowledges that the Work or Services may be fully or partially funded utilizing Coronavirus State
and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”).
The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and
guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines)
required by ARPA, as further detailed in the ARPA Addendum to this solicitation.
If compliance with this section is required, the City shall select this box: .
2.22. GRANT FUNDING.
By submitting a response to this solicitation, Bidders acknowledge that the Work or Services may be fully
or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a
response to this competitive solicitation, the Bidder warrants and represents that it has reviewed the
terms and conditions for each Grant and will perform the Work or Services in accordance with the terms
and conditions of the Grant(s).
Grant Title Grant Agreement Attachment No.
If the Work or the Services will be funded utilizing Grant funds, the City shall select this
box:.
END OF SECTION 2
16 of 67 22
SECTION 3.
SCOPE OF WORK, SPECIFICATIONS, AND REQUIREMENTS
3.1. GENERAL REQUIREMENTS.
The Work specified in this Invitation to Bid (ITB) consists of furnishing all goods, materials, supplies, and
services necessary to provide a completed project that meets all of the needs described in this Scope of
Services and as otherwise described in this ITB (the “Work”). The Work is to be performed in accordance
with specifications and the contract documents that are provided to the Contractor by the City herein,
as well as in accordance with those plans, drawings and specifications that are required to be produced
by the Contractor and that are approved by the City. The Work also includes but is not limited to keeping
the Project site clean and safe; the furnishing all labor of the Contractor and the labor of all allowable
subcontractors; providing dumpster(s) for cleanup and disposal; disposing of materials; providing all
necessary engineering and architectural plans, drawings and technical specifications; all permits; all
necessary equipment, including rental equipment, machinery, tools, transportation and freight;
coordination with any other City contractor, subcontractors and utility companies (i.e. power, gas, water);
erecting construction safety measures, including fencing, privacy screening and cones, and ensuring that
the safety measure are in place at the end of each working day; root pruning and sod restoration at
affected areas to the City’s satisfaction; cleaning the construction site at the end of each working day;
maintenance of traffic and hiring of off duty City police officer if required by the City; and any other goods
and services necessary to perform all of the Work.
Prior to any digging, Contractor must locate all underground utilities and other facilities as well as
contacting Sunshine 811 to coordinate the process between excavators and member utilities in Florida
so that the utilities can mark the approximate location of all their underground facilities, including power
lines, telephone lines, pipes, and cables on construction site.
In all cases, it is the responsibility of Contractor to obtain and pay for all licenses and other permits
(including tree permits), provide signed and seal footing and foundation specifications for permitting, as
well as all laboratory tests, engineering and architectural specifications, drawings and plans that are
necessary to secure any and all permits and licenses required to complete Work. In addition, Contractor
will be required to obtain, pay for and deliver to the City as-built plans for all of the Work. Permit fees
are waived for permits required to be issued directly by the City. Permit fees charged by other government
entities, if required, are the responsibility of the Bidder/Contractor; however, in all cases; it is the
responsibility of Bidder/Contractor to secure any and all permits that may be required for this project.
All work is to be completed in accordance with specifications, engineering construction drawings attached
hereto as Attachment C.
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m., on weekdays from
Monday through Friday pursuant to Section 7-15 and 7-16 of the City Code of Ordinances.
3.2. SPECIFIC REQUIREMENTS.
The City is soliciting proposals from highly qualified firms for the installation of speed humps at
various locations within the City of South Miami. All work must be completed within thirty (30)
calendar days from the issuance of a purchase order and building construction permit as per the
specifications, engineering construction drawings attached hereto as Attachment C.
Respondents shall review enclosed specifications, engineering construction plan documents, tree
survey details, if any. Respondents are required to follow all federal, state and local codes as well
as all rule compliance and guidelines with Americans with Disabilities Act (ADA).
17 of 67 23
3.3. SITE LOCATION.
The Project will be held at two locations: SW 59TH Avenue between 77th terrace & SW 76th
Street; and SW 59 Avenue between SW 76th Street & SW 74 terrace, South Miami, Fl
33143.
3.4. DESIGN PLANS & SPECIFICATIONS.
Design plans and specifications for the Project are attached to this solicitation as Attachment C,
“Design Plan and Construction Specifications” prepared by Stantec dated May 2023.
3.5. PROJECT DURATION.
After permit(s) have been secured/approved, the Bidder is responsible for completing this project within
thirty (30) calendar days from issuance of Notice to Proceed/Purchase Order/Email Notification from
the City’s Project Manager.
3.6. WARRANTY.
Bidder must include a warranty and/or guarantees of all material and labor that includes:
3.6.1. any conditions; and
3.6.2. guaranteed response time for repair; and
3.6.3. guaranteed replacement during the warranty period; and
3.6.4. life expectancy under normal use; and
3.6.5. Failures during the warranty period must be repaired or replaced to the satisfaction of the
City; and
3.6.6. the term of the warranty.
At a minimum, Bidder/Contractor must warrant their Work to be free of significant defects in
workmanship and materials for a period of one (1) year and if General Conditions are made part of the
contract documents for this project, at a minimum, Bidder/Contractor must warrant their Work in
accordance with the warranty requirements found in the General Conditions to the Contract.
If equipment is being provided, the standard manufacturer’s warranty information must be
provided in writing for all equipment being proposed and, if required by the warranty, such equipment
must be installed by an authorized installer before final payment is made. If the manufacturer’s warranty
is issued to the Bidder/contractor, Bidder/Contractor must assign it to the City.
3.7. DOCUMENTATION.
A prerequisite to final payment is the execution and delivery to the City of all documents required by any
governmental agency, including the City. Such documentation includes documentation for the conveyance
of any property or facilities that are the subject of this Project.
END OF SECTION 3
18 of 67 24
SECTION 4.
BID FORM PACKAGE
As provided in the ITB, the following items must be attached to this Bid:
FORMS STATUS
Form 1 – Bid Form Package Acknowledgement √
Form 2A. Bidder’s Certification (if Company or Corporation) √
Form 2B. Bidder’s Certification (if Partnership) √
Form 3. Single Execution Affidavits √
Form 4. Dispute Disclosure √
Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters
Primary Covered Transactions
√
Form 6. Bidder’s Qualifications Survey √
Form 7. Bid Form/Schedule of Values √
Form 8. Reference List √
Form 9. Bid Guaranty/Bid Bond √
ATTACHMENTS
This competitive solicitation incorporates the following attachments, which should be reviewed
thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation.
The City is attaching the following Attachments:
Attachment A. Sample Contract
Attachment B: Declaration /Affidavit of Representation
Attachment C: Design Plans & Specifications – “Installation of Various
Speed Humps” prepared by Stantec dated May, 20232
19 of 67 25
FORM 1
BID FORM PACKAGE ACKNOWLEDGEMENTS
I hereby propose to furnish the goods and services specified in the Invitation to Bid, ITB No.
PW2023-11. I agree that my Bid will remain firm for a period of 180 days after opened by the City in
order to allow the City adequate time to evaluate the Bid.
I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. I
further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing
Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement.
I further certify, under oath, that this Bid is made without prior understanding, agreement, connection,
discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee
or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify
that the undersigned executed this Bid Form with full knowledge and understanding of matters therein
contained and was duly authorized.
I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with
the ITB (Check the box next to each addendum received).
______ Addendum 1 Addendum 6
______ Addendum 2 Addendum 7
______ Addendum 3 Addendum 8
______ Addendum 4 Addendum 9
_______ Addendum 5 Addendum 10
Attached hereto are the following forms/documents which form a part of this Bid:
Form 1. Bid Form Package Acknowledgement.
Form 2A. Bidder’s Certification (if Company or Corporation)
Form 2B. Bidder’s Certification (if Partnership)
Form 3. Single Execution Affidavits
Form 4. Dispute Disclosure
Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters
Primary Covered Transactions
Form 6. Bidder’s Qualifications Survey
Form 7. Bid Form/Schedule of Values
Form 8. Reference List
Form 9. Bid Guarantee Bond
20 of 67 26
FORM 1
BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED)
___________________________________________
NAME OF BIDDER FIRM
____________________________________________
SIGNATURE OF BIDDER
____________________________________________
NAME & TITLE, TYPED OR PRINTED
MAILING ADDRESS
____________________________________________
____________________________________________
(____) ______________________________________
TELEPHONE NUMBER
State of Florida
County of
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
21 of 67 27
FORM 2A
BIDDER’S CERTIFICATION
(if Company or Corporation)
CERTIFICATE
STATE OF _____________ )
) SS
COUNTY OF ___________ )
I HEREBY CERTIFY that a meeting of the Board of Directors of
___________________________________________________________________
a corporation or company existing under the laws of the State of _________________________,
held on ______________________, 2023, the following resolution was duly passed and adopted:
RESOLVED, that, as _____________of the Corporation/Company, be and is hereby authorized
to execute the Bid dated, __________, 2023 to the City of South Miami for ITB No. 2023-XX
Marshall Williamson Monument Freestanding Display Project, and that this execution thereof,
attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal
affixed, shall be the official act and deed of this Corporation/Company.
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of
corporation/company on this the _____________ of ___________, 2023.
_______________________
Secretary
(SEAL)
22 of 67 28
FORM 2B
BIDDER’S CERTIFICATION
(if Partnership)
CERTIFICATE
STATE OF ____________ )
) SS
COUNTY OF __________ )
I HEREBY CERTIFY that a meeting of the Partners of ____________________
_____________________________________________________________________, a
partnership existing under the laws of the State of _________________________, held on
____________________, 2023, the following resolution was duly passed and adopted:
“RESOLVED, that _____________________________________________,
as_____________________________________________________________of the Partnership,
be and is hereby authorized to execute the Bid dated ______________, 2023, to the City of South
Miami for ITB No. PW2023-11 INSTALLATION OF SPEED HUMPS AT VARIOUS CITY
LOCATIONS from this partnership and that his execution of thereof, attested by the shall be the
official act and deed of this Partnership.”
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________, 2023.
_______________________
Secretary
(SEAL)
23 of 67 29
FORM 3
SINGLE EXECUTION AFFIDAVITS
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY
THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR
BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE
BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE
TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED
TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE:
By:
For (Name of Proposing or Bidding Entity):
Whose business address is:
And (if applicable) its Federal Employer Identification Number (FEIN) is:
(if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn
statement. SS#: )
Americans with Disabilities Act Compliance Affidavit
The above named firm, corporation or organization is in compliance with and agrees to continue to comply
with, and assure that any subcontractor, or third party contractor under this project complies with all
applicable requirements of the laws listed below including, but not limited to, those provisions pertaining
to employment, provision of programs and services, transportation, communications, access to facilities,
renovations, and new construction.
• The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC
1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public
Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV,
Telecommunications; and Title V, Miscellaneous Provisions.
• The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section
553.501-553.513, Florida Statutes:
• The Rehabilitation Act of 1973, 229 USC Section 794;
• The Federal Transit Act, as amended 49 USC Section 1612;
• The Fair Housing Act as amended 42 USC Section 3601-3631.
Bidder Initials
24 of 67 30
Public Entity Crimes Affidavit
I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including but not limited to, any bid or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States and involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations.
I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after
July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.
I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity and
who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in the management
of an affiliate. The ownership by one person of shares constituting a controlling interest in another person,
or a pooling of equipment or income among persons when not for fair market value under an arm’s length
agreement, shall be a prima facie case that one person controls another person. A person who knowingly
enters into a joint venture with a person who has been convicted of a public entity crime in Florida during
the preceding 36 months shall be considered an affiliate.
I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural
person or entity organized under the laws of any state or of the United States with the legal power to
enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term “person” includes those officers, directors, executives, and partners, shareholders,
employees, members, and agents who are active in management of an entity.
Based on information and belief, the statement, which I have marked below, is true in relations to the
entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to
July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, execut ives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida
, Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that
25 of 67 31
it was not in the public interest to place the entity submitting this sworn stateme nt on the convicted
vendor list (attach a copy of the final order).
I understand that the submission of this form to the contracting officer for the public entity identified in
paragraph 1 above is for that public entity only and that this form is valid through December 31 of the
calendar year in which it is filed. I also understand that I am required to inform the public entity prior to
entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes
for category two of any change in the information contained in this form.
Bidder Initials
No Conflict of Interest or Contingent Fee Affidavit
Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has
paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising
out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent,
representative nor family member has procured or attempted to procure this contract in violation of any
of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics
ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the
termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be
selected for the performance of this contract.
Bidder Initials
Business Entity Affidavit
Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of
South Miami (the " City”) shall have a financial interest directly or indirectly in this transaction or any
compensation to be paid under or through this transaction, and further, that no City employee, nor any
elected or appointed officer (including City board members) of the City, nor any spouse, parent or child
of such employee or elected or appointed officer of the City, may be a partner, officer, director or
proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer,
or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the
Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total
assets or capital stock of the Bidder. Any exception to these above described restrictions must be
expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder
recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of
the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as
applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public
Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which
the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for
goods or services to City.
Bidder Initials
Anti-Collusion Affidavit
1. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed
respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances
respecting the Bid/Bid;
26 of 67 32
2. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and
3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or
agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or
sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices
in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element
of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any
collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person
interested in the proposed Contract.
__________
Bidder Initials
Scrutinized Company Certification
1. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel
List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may
result from this ITB at its sole option if the Bidder or its subcontractors are found to have submitted
a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies
that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement.
2. If the Agreement that may result from this ITB is for more than one million dollars, the Bidder certifies
that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan,
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with
business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135,
F.S., the City may immediately terminate the Agreement that may result from this ITB at its sole
option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification;
or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with
Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector
List, or engaged with business operations in Cuba or Syria during the term of the Agreement.
3. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for
the performance of work under the Agreement that may result from this ITB. As provided in
Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions
then they shall become inoperative.
Bidder Initials
Drug-Free Workplace Affidavit
Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with
drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service.
Bidder understands that in order to qualify as a drug-free workplace, Bidder must:
a) 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.
b) Inform employees about the dangers of drug abuse in the workplace, the Bidder’s policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee
27 of 67 33
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
1) Give each employee engaged in providing commodities or contractual services under the
ITB a copy of the statement specified in subsection (1).
2) Notify employees that, as a condition of working on the commodities or contractual
services under the ITB, the employee must 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.
3) 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.
4) Make a good faith effort to continue to maintain a drug-free workplace through the
implementation of this section.
Based on information and belief, the statement, which I have marked below, is true in relations to the
entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the
requirements set forth under F.S. § 287.087.
The entity submitting this sworn statement is not a drug-free workplace.
Bidder Initials
City Non-Discrimination Requirements Affidavit
Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will
not enter into or award a contract to an entity engaged in a boycott.
Bidder understands that “Boycott” as defined under Section 3-1.1 of the Code of the City of South Miami
means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or
otherwise refuse to deal with a person or entity when the action is based on race, color, national origin,
religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a
discriminatory manner. The term boycott does not include a decision based upon business or economic
reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or
required by federal law or state law.
Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code
of the City of South Miami.
Bidder Initials
Acknowledgment, Warranty, and Acceptance
1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules
and regulations.
28 of 67 34
2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of
ITB No. PW2023-11 and any addendum/addenda related thereto.
3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement
without the prior written permission of the City Commission or City Manager, as applicable.
4. Contractor warrants that all information provided by it in connection with this Bid is true and
accurate.
Bidder Initials
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
29 of 67 35
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
30 of 67 36
FORM 4
DISPUTE DISCLOSURE
Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”,
please explain in the space provided, or on a separate sheet attached to this form.
1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the
Department of Professional Regulations or any other regulatory agency or professional associations within
the last five (5) years?
YES __________ NO __________
2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a
contract or job related to the services your firm provides in the regular course of business within the last
five (5) years?
YES __________ NO __________
3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests,
or litigation in the past five (5) years that is related to the services your firm provides in the regular course
of business?
YES __________ NO __________
If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and
state a brief description of the case, the outcome or status of the suit and the monetary amounts of
extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement or
misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of
this Bid or Bid for the City of South Miami.
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
31 of 67 37
FORM 5
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
PRIMARY COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal
Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small
Business Administration.
(1) The prospective primary participant certifies to the best of its knowledge and belief that
it and its principals:
(a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this application been convicted of or
had a civil judgment rendered against them for commission of fraud or a criminal offense
in connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction; violation of Federal or State
antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the offenses
enumerated in paragraph (1)(b) of this certification; and
(d) Have not within a three-year period preceding this application had one or more public
transactions (Federal, State, or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the statements
in this certification, such prospective primary participant shall attach an explanation to this
Statement of Qualifications.
Entity Name: _________________________________________________________
Date: _________________________ By:
Signature of Authorized Representative
Name and Title of Authorized Representative
32 of 67 38
FORM 6
BIDDER’S QUALIFICATIONS SURVEY
COMPANY QUALIFICATIONS QUESTIONNAIRE
Please complete this Company Qualifications Questionnaire. By completing this form and submitting a
response to the ITB, you certify that any and all information contained in the bid is true, that your response
to the ITB is made without prior understanding, agreement, or connections with any corporation, firm or
person submitting a response to the ITB for the same materials, supplies, equipment, or services, is in all
respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the
ITB, and certify that you are authorized to sign for the Bidder’s firm.
Some responses may require the inclusion of separate attachments. Separate attachments should be as
concise as possible, while including the requested information. In no event should the total page count of
all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such
instances, please insert “N/A”.
Firm Name
Principal Business Address
Telephone Number Facsimile Number
Email Address
Federal I.D. No. or Social Security Number
Municipal Business Tax/Occupational License No.
FIRM HISTORY AND INFORMATION
How many years has the firm has been in business under its current name and ownership?
Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm
registered/filed to conduct business in the State of Florida:
Document Number Date Filed
Please identify the Firm’s category with the Florida Department of Business Professional Regulation
(DBPR), DBPR license number, and date licensed by DBPR:
Category License No. Date Licensed
Please indicate the type of entity form of the Firm (if other, please describe):
□ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other
Please identify the Firm’s primary business:
33 of 67 39
Please identify the number of continuous years your Firm has performed its primary business:
Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key
Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the
name of the entity that issued the license or certification:
License/Certification
Type
Name of Entity Issuing
License or Certification
License No. License Issuance Date
Please identify the name, license number, and issuance date of any prior companies that pertain to your
Firm:
License/Certification
Type
Name of Entity Issuing
License or Certification
License No. License Issuance Date
Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their
signing authority:
Authorized Signor’s Name Title Signing Authority Threshold
(All, Cost up to $X-Amount, No Cost, Other)
Please identify the total number of Firm employees, managerial/administrative employees, and identify the
total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.):
Total No. of Employees
Total No. of Managerial/Administrative
Employees
Total No. of Trades Employees by Trade
INSURANCE INFORMATION
Please provide the following information about the Firm’s insurance company:
Insurance Carrier Name Insurance Carrier Contact Person
Insurance Carrier Address Telephone No. Email
Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the
type of claim and the amount paid out under the claim:
FIRM OWNERSHIP
Please identify all Firm owners or partners, their title, and percent of ownership:
Owner/Partner Name Title Ownership (%)
34 of 67 40
Please identify whether any of the owners/partners identified above are owners/partners in another entity:
□ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and percent
of ownership held by the stated owner/partner:
Owner/Partner Name Other Entity Name Ownership (%)
RECENT CONTRACTS
Please identify the five (5) most recent contracts in which your Firm has provided services to other public
entities:
Public Entity Contact Person Telephone No. Email Address Date Awarded
By signing below, Bidder certifies that the information contained herein is complete and accurate to the
best of Bidder’s knowledge.
Firm:
Authorized Signature: Date:
Print or Type Name: Title:
35 of 67 41
FORM 7
BID FORM/SCHEDULE OF VALUES
ITB No. PW2023-11
Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials,
contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will
be based upon completion of the entire project as a Lump Sum contract.
ITEM
NO. ITEM QTY UN UNIT PRICE TOTAL
AMOUNT
1.00 Milling Exist. Asph Pavt 1-1/2" Avg Depth 213 SY $ $
2.00 Type S-III Asphalt 18 TON $ $
3.00 Adjus Existing Valve Box, Meter Box, Fire Hydrant,
Manhole cover, and Catch Casins 2 EA $ $
4.00 Marker Pavement Retro-Reflective (Yellow/Yellow) 20 EA $ $
5.00 Thermoplastic, white, solid 6" 936 LF $ $
6.00 Thermoplastic, white, solid 12" 248 LF $ $
7.00 Thermoplastic, yellow, solid 6" 808 LF $ $
8.00 Speed Hump Sign W17-1 8 EA $ $
9.00 Arrow Sign W16-7P 4 EA $ $
10.00 Ahead Sign W16-9P 4 EA $ $
11.00 Asphalt traffic humps 2 EA $ $
SUB-TOTAL $
12.00
General conditions including mobilization, clearing
and grubbing, barricades, maintenance of traffic,
traffic control officer, bonds, insurance and permits
(10%)
1 L.S. $ $
12.00 Traffic Control Officer 60 HR $ 52.00 $ 3,120.00
13.00 Contingency (5%) 1 L.S. $ $
TOTAL:
$
36 of 67 42
SUBMITTED THIS
DAY OF 20____.
PROPOSAL SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit
Proposal
Fax Number
Signature Email Address
Title
37 of 67 43
FORM 8
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #1
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Work/Complexity)
Is the Contract still Active? Yes No
38 of 67 44
REFERENCE #2
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Work/Complexity)
Is the Contract still Active? Yes No
39 of 67 45
REFERENCE #3
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Work/Complexity)
Is the Contract still Active? Yes No
END OF SECTION 4
40 of 67 46
FORM 9
BID GUARANTY/BID BOND
ITB #PW2023-11
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal and Bidder, and
Hereinafter called Surety, are held and firmly bound unto the City of South Miami, a municipality
within the State of Florida, and represented by its City Manager, in the sum of five percent of the
proposed annual base bid amount of: $
(Written Dollar Amount) dollars ($______________________) lawful money of the
United States of America, 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 Principal contemplates submitting or has submitted, a bid to the City of South
Miami for the furnishing of all labor, materials (except those to be specifically furnished by the
City), equipment, machinery, tools, apparatus, means of transportation for, and the performance
of the work covered in the bid and solicitation, entitled:
IN WITNESS WHEREOF, the said as Principal herein, has
caused these presents to be signed in its name by its
and attested by its
under its corporate seal, and the said
as Surety herein, has caused these presents
to be signed in its name by its
and attested in its name by its
under its corporate seal, this day of
, 20___.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Principal/Firm:
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Attorney-In-Fact:
(Power of Attorney to be attached)
Witness #2 Print Name: Resident Agent
41 of 67 47
ATTACHMENT A
SAMPLE OF CONTRACT
CONTRACT FOR CONSTRUCTION
THIS CONTRACT FOR CONSTRUCTION (this “Contract”) is made effective as of the
day of , 2023 (the “Effective Date”), by and between the CITY OF
SOUTH MIAMI, FLORIDA, a Florida municipal corporation (hereinafter referred to as "City"), and
NAME OF ENTITY, a Florida [type of entity], (hereinafter, the “Contractor”).
WHEREAS, the City desires certain; and
WHEREAS, the Contractor will perform services on behalf of the City, all as further set forth
in the Proposal dated , 2023, attached hereto as Exhibit “A” (the “Services”);
and
WHEREAS, the Contractor and City, through mutual negotiation, have agreed upon a fee for
the Services; and
WHEREAS, the City desires to engage the Contractor to perform the Services and provide the
deliverables as specified below.
NOW, THEREFORE, in consideration of the mutual covenants and conditions contained
herein, the Contractor and the City agree as follows:
ARTICLE 1
SCOPE OF WORK
1.1 Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals
necessary to perform all of the work described in the Contract Documents (the “Work” or the
“Project”) including, without limitation as described in the approved plans, drawings and/or
specifications for the following Project:
INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
and in accordance with the Technical Specifications incorporated herein by reference and made a
part of this Contract.
ARTICLE 2
CONTRACT TIME
2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a
Notice to Proceed providing a commencement date and issued by the City Engineer. The Notice to
Proceed will not be issued until Contractor's submission to City of all required documents and after
execution of this Contract.
42 of 67 48
2.2 Time is of the essence throughout this Contract. The Contractor shall prosecute the Work with
faithfulness and diligence and the Work shall be substantially completed within thirty (30) calendar
days from the date specified in the Notice to Proceed (“Substantial Completion”). Substantial
Completion shall be defined for this purpose as the date on which City receives beneficial use of the
Project. The Work shall be fully completed in accord with the Contract Documents within fifteen
(15) calendar days from the date certified by the City as the date of Substantial Completion (‘Final
Completion”) and on the date agreed to by the City when all Work has been completed in
accordance with the Contract Documents.
2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time,
Contractor shall pay to City the sum of Two Hundred Dollars ($200.00) for each
calendar day after the time specified in Section 2.2 above for Substantial Completion.
After Substantial Completion, should Contractor fail to complete the remaining Work within the
time specified in Section 2.2 above for final completion and readiness for final payment, Contractor
shall pay to City the sum of Two Hundred Dollars ($200.00) for each calendar day after
the time specified in Section 2.2 for final completion and readiness for final payment.
These amounts are not penalties but are liquidated damages payable by Contractor to City for the
failure to provide full beneficial occupancy and use of the Project as required. Liquidated damages
are hereby fixed and agreed upon between the parties who hereby acknowledge the difficulty of
determining the amount of damages that will be sustained by City as a consequence of Contractor’s
delay and failure of Contractor to complete the Contract on time. The above-stated liquidated
damages shall apply separately to each phase of the Project for which a time for completion is given.
2.4 City is authorized to deduct the liquidated damages from monies due to Contractor for the Work
under this Contract. In case the liquidated damage amount due to City by Contractor exceeds monies
due Contractor from City, Contractor shall be liable and shall immediately upon demand by City pay
to City the amount of said excess.
ARTICLE 3
CONTRACT PRICE
3.1 Each Pay Application shall include an affidavit or partial release or waiver of lien by Contractor
indicating that partial payments received from CITY for the Work have been applied by
Contractor to discharge in full all of Contractor’s obligations, including payments to
subcontractors and material suppliers. City shall pay to Contractor for the performance of the
Contract, the total lump sum of $__________________________. This sum (“Contract Price”)
shall be full compensation for all services, labor, materials, equipment and costs, including overhead
and profit, associated with completion of all the Work in full conformity with the Contract
Documents and adjusted only by written change orders signed by both parties and approved as
required by local law.
City shall make progress payments, deducting the amount from the Contract Price above on the basis
of Contractor’s Applications for Payment on or before twenty (20) days after receipt of the Pay
Application. Rejection of a Pay Application by the City shall be within twenty (20) days after receipt
of the Pay Application. Any rejection shall specify the applicable deficiency and necessary corrective
action. Any undisputed portion shall be paid as specified above. All such payments will be made in
accordance with the Schedule of Values established in the Contract Documents or, in the event there
is no Schedule of Values, as otherwise provided in the Contract Documents. In the event the
Contract Documents do not provide a Schedule of Values or other payment schedule, Applications
43 of 67 49
for Payment shall be submitted monthly by Contractor on or before the 10th of each month for the
prior month. Progress payments shall be made in an amount equal to the percentage of Work
completed, but, in each case, less the aggregate of payments previously made and less such amounts
as City shall determine or City may withhold taking into account the aggregate of payments made
and the percentage of Project completion in accordance with the Contract Documents and Schedule
of Value, if any. The Contractor agrees that five percent (5%) of the amount due for each progress
payment or Pay Application (the “Retainage”) shall be retained by City until final completion and
acceptance of the Work by City. In the event there is a dispute between Contractor and City
concerning a Pay Application, dispute resolution procedures shall be conducted by City commencing
within 45 days of receipt of the disputed Payment Application. The City shall reach a conclusion
within 15 days thereafter and promptly notify Contractor of the outcome, including payment, if
applicable.
3.2 The payment of any Application for Payment by City, including the final request for payment, does
not constitute approval or acceptance by City of any item of the Work reflected in such
Application for Payment, nor shall it be construed as a waiver of any of the City’s rights hereunder
or at law or in equity.
3.3 Upon Final Completion of the Work by Contractor in accordance with the Contract Documents
and acceptance by the City, and upon receipt of consent by any surety, City shall pay the
remainder of the Contract Price and Retainage as recommended by the City’s Project Consultant.
Final payment is contingent upon receipt by City from Contractor of at least one complete set of
as-built plans, reflecting an accurate depiction of Contractor’s Work.
3.4 This Contract is subject to the condition precedents that: (i) City funds are available and budgeted
for the Contract Price; (ii) the City secures and obtains any necessary grants or loans for the
accomplishment of this Project pursuant to any borrowing legislation adopted by the City Council
relative to the Project; and (iii) City Council enacts legislation which awards and authorizes the
execution of this Contract, if such is required.
ARTICLE 4
CONTRACT DOCUMENTS
4.1 The Contract Documents, which comprise the entire agreement between the City and the
Contractor concerning the Work, consist of this Contract for Construction (including any change
orders and amendments thereto), any and all drawings, plans and specifications approved by City
(including the Plans), the bidding documents or procurement documents for the Project, the
Contractor’s bid or proposal for the Project, the Bonds (defined herein), Insurance Certificates, the
Notice of Award, and the Notice to Proceed, all of which are deemed incorporated into and made
a part of this Contract by this reference and govern this Project. In the event of any conflict among
the foregoing, the documents shall govern in the order listed herein. Contractor is reminded and
hereby recognizes that all Work under this Contract must comply with all applicable federal, state
and local law. Any mandatory clauses which are required by applicable law shall be deemed to be
incorporated herein.
4.2 This Contract incorporates and includes all prior negotiations, correspondence, conversations,
agreements, or understandings applicable to the matters contained herein and the parties agree that
there are no commitments, agreements, or understandings concerning the subject matter of these
44 of 67 50
Contract Documents that are not contained herein. Accordingly it is agreed that no deviation from
the terms hereof shall be predicated upon any prior representations or agreements, whether oral or
written.
4.3 The Contract Documents shall remain the property of the City. The Contractor shall have the right
to keep one record set of the Contract Documents upon completion of the Project; however in no
circumstances shall the Contractor use, or permit to be used, any or all of such Contract Documents
on other projects without the City's prior written authorization.
ARTICLE 5
INDEMNIFICATION
5.1 Contractor shall defend, indemnify, and hold harmless the City, its officers, agents and employees,
from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or
damages, including legal fees and costs and through appeal, arising out of or, related to, or in any
way connected with Contractor’s performance or non-performance of this Contract or with
Contractor’s obligations or the Work related to the Contract, including by reason of any damage
to property, or bodily injury or death incurred or sustained by any party. Contractor shall defend,
indemnify, and hold the City harmless from all losses, injuries or damages and wages or overtime
compensation due its employees in rendering services pursuant to this Contract, including
payment of reasonable attorneys’ fees and costs in the defense of any claim made under the Fair
Labor Standards Act, Title VII of the Civil Rights Act of 1964, the Age Discrimination in
Employment Act, the Americans with Disabilities Act or any employment related litigation or
worker’s compensation claims under federal or state law. The provisions of this section shall
survive termination of this Contract.
ARTICLE 6
INSURANCE AND BONDS
6.1 Insurance. Contractor shall secure and maintain throughout the duration of this Contract
insurance of such types and in such amounts not less than those specified below as satisfactory to
City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by
Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be
provided to the City, reflecting the City as an Additional Insured, no later than ten (10) days after
award of this Contract and prior to the execution of this Contract by City and prior to
commencing any Work. Each certificate shall include no less than (30) thirty-day advance written
notice to City prior to cancellation, termination, or material alteration of said policies or
insurance. The insurance coverage shall be primary insurance with respect to the City, its officials,
employees, agents and volunteers naming the City as additional insured. Any insurance maintained
by the City shall be in excess of the Contractor’s insurance and shall not contribute to the
Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set
forth in this Section 6.1.
(a) Commercial General Liability coverage with limits of liability of not less than a $1,000,000
per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability
Insurance shall also include Completed Operations and Product Liability coverages and eliminate the
exclusion with respect to property under the care, custody and control of Contractor. The General
45 of 67 51
Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of
$2,000,000.
(b) Workers Compensation and Employer’s Liability insurance, to apply for all employees for
statutory limits as required by applicable State and Federal laws. The policy(ies) must include
Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee,
subcontractor or agent of the Contractor shall be allowed to provide Work pursuant to this
Contract who is not covered by Worker’s Compensation insurance.
(c) Business Automobile Liability with minimum limits of $1,000,000 per Occurrence,
combined single limit for Bodily Injury and Property Damage. 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 the Insurance Services Office, and must include
Owned, Hired, and Non-Owned Vehicles.
(d) Contractor acknowledges that it shall bear the full risk of loss for any portion of the Work
damaged, destroyed, lost or stolen until Final Completion has been achieved for the Project, and
all such Work shall be fully restored by the Contractor, at its sole cost and expense, in accordance
with the Contract Documents.
(e) Certificate of Insurance. On or before the Effective Date of this Contract, the
Contractor shall provide the City with Certificates of Insurance for all required policies. The
Contractor shall be responsible for assuring that the insurance certificates required by this Section
remain in full force and effect for the duration of this Contract, including any extensions or
renewals that may be granted by the City. The Certificates of Insurance shall not only name the
types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that
such insurance is as required by this Contract. The City reserves the right to inspect and return
a certified copy of such policies, upon written request by the City. If a policy is due to expire
prior to the completion of the Work, renewal Certificates of Insurance shall be furnished thirty
(30) calendar days prior to the date of their policy expiration. Each policy certificate shall be
endorsed with a provision that not less than thirty (30) calendar days’ written n otice shall be
provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the
Certificate(s) is subject to approval of the City.
(f) Additional Insured. The City is to be specifically included as an Additional Insured for
the liability of the City resulting from Work performed by or on behalf of the Contractor in
performance of this Contract. The Contractor’s insurance, including that applicable to the City
as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the
City shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s
insurance shall contain a severability of interest provision providing that, except with respect to
the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for
applicable policies) in the same manner as if separate policies had been issued to each.
(g) Deductibles. All deductibles or self-insured retentions must be declared to and be
reasonably approved by the City. The Contractor shall be responsible for the payment of any
deductible or self-insured retentions in the event of any claim.
(h) The provisions of this section shall survive termination of this Contract.
46 of 67 52
6.2 Bonds. Prior to performing any portion of the Work and within three (3) days of the Effective
Date hereof, the Contractor shall deliver to City the Bonds required to be provided by
Contractor hereunder. (The bonds referenced in this Section are collectively referred to herein
as the “Bonds”). Pursuant to and in accordance with Section 255.05, Florida Statutes, the
Contractor shall obtain and thereafter at all times during the performance of the Work maintain
a separate performance bond and labor and material payment bond for the Work, each in an
amount equal to one hundred percent (100%) of the Contract Price and each in the form provided
in the Contract Documents or in other form satisfactory to and approved in writing by City and
executed by a surety of recognized standing with a rating of B plus or better for bonds up to Two
Million Dollars. The surety providing such Bonds must be licensed, authorized and admitted to
do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury,
Circular 570). The cost of the premiums for such Bonds is included in the Contract Price. If
notice of any change affecting the Scope of the Work, the Contract Price, Contract Time or any
of the provisions of the Contract Documents is required by the provisions of any bond to be
given to a surety, the giving of any such notice shall be Contractor’s sole responsibility, and the
amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt
or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet
applicable law or regulations, the Contractor shall, within five (5) days of any such event, substitute
another bond (or Bonds as applicable) and surety, all of which must be satisfactory to City.
ARTICLE 7
CONTRACTOR’S REPRESENTATIONS AND WARRANTIES
In order to induce the City to enter into this Contract, the Contractor makes the following
representations and warranties:
7.1 Contractor Represents the following:
7.1.1 Contractor has examined and carefully studied the Contract Documents and the other
data identified in the bidding documents, including, without limitation, the “technical data” and
plans and specifications and the Plans.
7.1.2 Contractor has visited the Project site and become familiar with and is satisfied as to the
general and local conditions and site conditions that may affect cost, progress, performance or
furnishing of the Work.
7.1.3 Contractor is familiar with and is satisfied as to all federal, state and local laws, regulations
and permits that may affect cost, progress, performance and furnishing of the Work. Contractor
agrees that it will at all times comply with all requirements of the foregoing laws, regulations and
permits.
7.1.4 Contractor has made, or caused to be made, examinations, investigations, tests and/or
studies as necessary to determine surface and subsurface conditions at or on the site. Contractor
acknowledges that the City does not assume responsibility for the accuracy or completeness of
information and data shown or indicated in the Contract Documents with respect to underground
or ground facilities at, contiguous or near the site or for existing improvements at or near the
site. Contractor has obtained and carefully studied (or assumes responsibility for having done so)
all such additional supplementary examinations, investigations, explorations, tests, studies and data
concerning conditions (surface, subsurface and underground facilities and improvements) at,
47 of 67 53
contiguous or near to the site or otherwise which may affect cost, progress, performance or
furnishing of the Work or which relate to any aspect of the means, methods, techniques,
sequences and procedures of construction to be employed by Contractor and safety precautions
and programs incident thereto. Contractor does not consider that any additional examinations,
investigations, explorations, tests, studies or data are necessary for the performance and furnishing
of the Work at the Contract Price, within the Contract Time and in accordance with the other
terms and conditions of the Contract Documents.
7.1.5 Contractor is aware of the general nature of Work to be performed by the City and
others at the site that relates to the Work as indicated in the Contract Documents.
7.1.6 Contractor has correlated the information known to Contractor, information and
observations obtained from visits to the site, reports and drawings identified in the Contract
Documents and all additional examinations, investigations, explorations, tests, studies and data
with the Contract Documents.
7.1.7 Contractor has given City written notice of all conflicts, errors, ambiguities or
discrepancies that Contractor has discovered in the Contract Documents and the written
resolution thereof by City is acceptable to Contactor, and the Contract Documents are generally
sufficient to indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
7.1.8 The Contractor agrees and represents that it possesses the requisite skills to perform the
Work and that the Work shall be executed in a good and workmanlike manner, free from defects,
and that all materials shall be new and approved by or acceptable to City, except as otherwise
expressly provided for in the Contract Documents. The Contractor shall cause all materials and
other parts of the Work to be readily available as and when required or needed for or in
connection with the construction, furnishing and equipping of the Project.
7.2 Contractor warrants the following:
7.2.1 Anti-Discrimination: Contractor agrees that it will not discriminate against any
employees or applicants for employment or against persons for any other benefit or service under
this Contract because of race, color, religion, sex, national origin, or physical or mental handicap
where the handicap does not affect the ability of an individual to perform in a position of
employment, and agrees to abide by all federal and state laws regarding non-discrimination.
7.2.2 Anti-Kickback: Contractor warrants that no person has been employed or retained to
solicit or secure this Contract upon an agreement or understanding for a commission, percentage,
brokerage or contingent fee, and that no employee or officer of the City has any interest,
financially or otherwise, in the Project. For breach or violation of this warranty, the City shall
have the right to annul this Contract without liability or, in its discretion, to deduct from the
Contract Price or consideration, the full amount of such commission, percentage, brokerage or
contingent fee.
7.2.3 Licensing and Permits: Contractor warrants that it shall have, prior to commencement
of Work under this Contract and at all times during said Work, all required licenses and permits
whether federal, state, County or City. Contractor acknowledges that it is the obligation of
Contractor to obtain all licenses and permits required for this Project.
48 of 67 54
ARTICLE 8
DEFAULT AND TERMINATION
8.1 If Contractor fails to timely begin the Work, or fails to perform the Work with sufficient workers
and equipment or with sufficient materials to insure the prompt completion of the Work within the
Contract Time as specified in Article 2, or shall perform the Work unsuitably, or cause it to be
rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to
the accepted schedule or if the Contractor shall fail to perform any material term set forth in the
Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit
any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from
any other cause whatsoever shall not carry on the Work in an acceptable manner, City may, upon
seven (7) days written Notice of Termination, terminate the services of Contractor, exclude
Contractor from the Project site, provide for alternate prosecution of the Work, appropriate or use
any or all materials and equipment on the Project site as may be suitable and acceptable, and may
finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be
entitled to receive any further payment until the Project is completed. All damages, costs and charges
incurred by City, together with the costs of completing the Project, shall be deducted from any
monies due or which may become due to Contractor. In case the damages and expenses so incurred
by City shall exceed monies due Contractor from City, Contractor shall be liable and shall pay to
City the amount of said excess promptly upon demand therefore by City. In the event it is adjudicated
that City was not entitled to terminate the Contract as described hereunder for default, the Contract
shall automatically be deemed terminated by City for convenience as described below.
8.2 This Contract may be terminated by the City for convenience upon seven (7) calendar days’
written notice to the Contractor. In the event of such a termination, the Contractor shall incur
no further obligations in connection with the Project and shall, to the extent possible, terminate
any outstanding subcontractor obligations. The Contractor shall be compensated for all services
performed to the satisfaction of the City. In such event, the Contractor shall promptly submit to
the City its Application for Payment for final payment which shall comply with the provisions of
the Contract Documents.
ARTICLE 9
MISCELLANEOUS
9.1 No Assignment.
Neither party shall assign the Contract or any sub-contract in whole or in part without the written consent
of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without
the previous written consent of the City.
9.2 Contractor's Responsibility for Damages and Accidents:
9.2.1 Contractor shall accept full responsibility for the Work against all loss or damage of any
nature sustained until final acceptance by City, and shall promptly repair any damage done from any
cause.
9.2.2 Contractor shall be responsible for all materials, equipment and supplies pertaining to the
Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or
destroyed prior to final acceptance by City, Contractor shall replace same without cost to City.
49 of 67 55
9.3 Defective Work. Warranty and Guarantee:
9.3.1 City shall have the authority to reject or disapprove Work which the City finds to be
defective. If required by the City, Contractor shall promptly either correct all defective Work or
remove such defective Work and replace it with nondetective Work. Contractor shall bear all direct,
indirect and consequential costs of such removal or corrections including cost of testing laboratories
and personnel.
9.3.2 Should Contractor fail or refuse to remove or correct any defective Work or to make any
necessary repairs in accordance with the requirements of the Contract Documents within the time
indicated in writing by City's Engineer, City shall have the authority to cause the defective Work to
be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any
expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any
monies due or which may become due to Contractor. In the event of failure of Contractor to make
all necessary repairs promptly and fully, City may declare Contractor in default.
9.3.3 The Contractor shall unconditionally warrant and guarantee all materials and equipment
furnished and Work performed for a period of one (1) year from the date of substantial completion.
If, within one (1) year after the date of substantial completion, any of the Work is found to be
defective or not in accordance with the Contract Documents, Contractor, after receipt of written
notice from City, shall promptly correct such defective or nonconforming Work within the time
specified by City without cost to City. Nothing contained herein shall be construed to establish a
period of limitation with respect to any other obligation which Contractor might have under the
Contract Documents including but not limited to any claim regarding latent defects. Contractor shall
provide and assign to City all material and equipment warranties upon completion of the Work
hereunder.
9.3.4 Failure to reject any defective Work or material shall not in any way prevent later rejection
when such defect is discovered.
9.4 Legal Restrictions and Hours of Work.
Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to
labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its
operations so as not to interfere with or close any thoroughfare, without the written consent of the
City or governing jurisdiction. Work is anticipated to be performed Monday through Friday in
accordance with the requirements and limitations of applicable law. Unless authorized by the City
otherwise, the Contractor shall not perform Work beyond the time and days provided above
without the prior written approval of the City.
9.5 Ownership and Access to Records and Audits.
9.5.1 Contractor acknowledges that all inventions, innovations, improvements, developments,
methods, designs, analyses, drawings, reports, compiled information, and all similar or related
information (whether patentable or not) which relate to Services to the City which are conceived,
developed or made by Contractor during the term of this Agreement (“Work Product”) belong
to the City. Contractor shall promptly disclose such Work Product to the City and perform all
actions reasonably requested by the City (whether during or after the term of this Agreement)
50 of 67 56
to establish and confirm such ownership (including, without limitation, assignments, powers of
attorney and other instruments).
9.5.2 Contractor agrees to keep and maintain public records in Contractor’s possession or
control in connection with Contractor’s performance under this Agreement. The City Manager
or her designee shall, during the term of this Agreement and for a period of three (3) years from
the date of termination of this Agreement, have access to and the right to examine and audit any
records of the Contractor involving transactions related to this Agreement. Contractor
additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes.
Contractor shall 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 Agreement, and following completion of the Agreement until the records are
transferred to the City.
9.5.3 Upon request from the City’s custodian of public records, Contractor shall provide the
City 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 by Chapter 119, Florida
Statutes, or as otherwise provided by law.
9.5.4 Unless otherwise provided by law, any and all records, including but not limited to reports,
surveys, and other data and documents provided or created in connection with this Agreement
are and shall remain the property of the City.
9.5.5 Upon completion of this Agreement or in the event of termination by either party, any
and all public records relating to the Agreement in the possession of the Contractor shall be
delivered by the Contractor to the City Manager, at no cost to the City, within seven (7) days.
All such records stored electronically by Contractor shall be delivered to the City in a format
that is compatible with the City’s information technology systems. Once the public records have
been delivered upon completion or termination of this Agreement, the Contractor shall destroy
any and all duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements.
9.5.6 Any compensation due to Contractor shall be withheld until all records are received as
provided herein.
9.5.7 Contractor’s failure or refusal to comply with the provisions of this section shall result in
the immediate termination of this Agreement by the City.
9.5.8 Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. 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 AGREEMENT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS.
Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM
51 of 67 57
Mailing address: 6130 Sunset Drive
South Miami, FL 33143
Telephone number: 305-663-6340
Email: NPayne@southmiamifl.gov
9.6 No Damages for Delay:
No claim for damages or any claim, other than for an extension of time shall be made or asserted
against City by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price
or payment or compensation of any kind from City for direct, indirect, consequential, impact or other
costs, expenses or damages, including but not limited to, costs of acceleration or inefficiency, arising
because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay,
disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or
avoidable or unavoidable or whether or not caused by City. Contractor shall be entitled only to
extensions of the Contract Time as the sole and exclusive remedy for such resulting delay.
Notwithstanding the above Contractor may be granted an extension of time and suspension of liquidated
damages for any delay beyond the control of the Contractor. Should any delay, disruption, interference
or hindrance be intentionally caused by the City, for a continuous period or cumulative period of thirty (30)
days, the Contractor may terminate the Contract upon seven days written notice to the City.
9.7 Authorized Representative.
9.7.1 Before commencing the Work, Contractor shall designate a competent, authorized
representative (“Authorized Representative”) acceptable to City to represent and act for
Contractor and shall inform City, in writing, of the name and address of such representative
together with a clear definition of the scope of his authority to represent and act for Contractor.
Contractor shall keep City informed of any subsequent changes in the foregoing. Such
representative shall be present or duly represented at the Project site at all times when Work is
actually in progress. All notices, determinations, instructions and other communications given to
the authorized representatives of Contractor shall be binding upon the Contractor.
9.7.2 The Authorized Representative, project Citys, superintendents and supervisors for the
Project are all subject to prior and continuous approval of City. If, at any time during the term of
this Contract, any of the personnel either functionally or nominally performing any of the positions
named above, are, for any reasonable cause whatsoever, unacceptable to City, Contractor shall
replace the unacceptable personnel with personnel acceptable to City.
9.8 Taxes.
Contractor shall pay all taxes, levies, duties and assessments of every nature which may be
applicable to any Work under this Contract. The Contract Price and any agreed variations thereof shall
include all taxes imposed by law at the time of this Contract. Contractor shall make any and all payroll
deductions required by law. Contractor herein indemnifies and holds Owner harmless from any liability
on account of any and all such taxes, levies, duties and assessments.
9.9 Utilities.
Contractor shall, at its expense, locate all utilities in the Work area, in accordance with all
requirements of applicable law. Contractor shall further arrange for, develop and maintain all utilities at
52 of 67 58
the Project to perform the Work and meet the requirements of this Contract. Such utilities shall be
furnished by Contractor at no additional cost to City. Prior to final acceptance of the Work, Contractor
shall, at its expense, satisfactorily remove and dispose of all temporary utilities developed to meet the
requirements of this Contract.
9.10 Safety.
Contractor shall be fully and solely responsible for safety and conducting all operations under this
Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to
property. Contractor shall continually and diligently inspect all Work, materials and equipment to discover
any conditions which might involve such risks and shall be solely responsible for discovery and correction
of any such conditions. Contractor shall have sole responsibility for implementing its safety program. City
shall not be responsible for supervising the implementation of Contractor's safety program, and shall not
have responsibility for the safety of Contractor's or its subcontractor’s employees. Contractor shall
maintain all portions of the Project site and Work in a neat, clean and sanitary condition at all times.
Contractor shall assure that subcontractors performing Work comply with the foregoing safety
requirements.
9.11 Cleaning Up.
Contractor shall, at all times, at its expense, keep its Work areas in a neat, clean and safe condition.
Upon completion of any portion of the Work, Contractor shall promptly remove all of its equipment,
construction materials, temporary structures and surplus materials not to be used at or near the same
location during later stages of Work. Upon completion of the Work and before final payment is made,
Contractor shall, at its expense, satisfactorily dispose of all rubbish, unused materials and other equipment
and materials belonging to it or used in the performance of the Work and Contractor shall leave the
Project in a neat, clean and safe condition. In the event of Contractor's failure to comply with the
foregoing, the same may be accomplished by City at Contractor's expense.
9.12 Rights and Remedies.
The duties and obligations imposed by the Contract Documents and the rights and remedies
available thereunder and in accordance with this Contract shall be in addition to and not a limitation of
any duties, obligations, rights and remedies otherwise imposed or available by law.
9.13 Public Entity Crimes Affidavit
Contractor shall comply with Section 287.133, Florida Statutes, (Public Entity Crimes Statute)
notification of which is hereby incorporated herein by reference, including execution of any required affidavit.
9.14 Capitalized Terms.
Capitalized terms shall have their plain meaning as indicated herein.
9.15 Independent Contractor.
The Contractor is an independent Contractor under the Contract. This Contract does not create
any partnership nor joint venture. Services provided by the Contractor shall be by employees of the
Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the
City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits,
53 of 67 59
purchasing policies and other similar administrative procedures, applicable to services rendered under the
Contract shall be those of the Contractor.
9.16 Payment to Sub-Contractors.
Certification of Payment to Subcontractors: The term “Subcontractor”, as used herein,
includes persons or firms furnishing labor, materials or equipment incorporated into or to be incorporated
into the Work or Project. The Contractor is required to pay all Subcontractors for satisfactory performance
of their contracts as a condition precedent to payment to Contractor by the City. The Contractor shall also
return all retainage withheld to the Subcontractors within 30 days after the subcontractor’s work is
satisfactorily complete and accepted by the City.
9.17 Liens.
Contractor shall not permit any mechanic’s, laborer’s or materialmen’s lien to be filed against the
Project site or any part thereof by reason of any Work, labor, services or materials supplied or claimed to
have been supplied to the Project. In the event such a lien is found or claimed against the Project,
Contractor shall within ten (10) days after notice of the lien discharge the lien or liens and cause a
satisfaction of such lien to be recorded in the public records of Miami-Dade County, Florida, or cause
such lien to be transferred to a bond, or post a bond sufficient to cause the Clerk of the Circuit Court of
Miami-Dade County, Florida, to discharge such lien pursuant to Chapter 713.24, F.S. In the event
Contractor fails to so discharge or bond the lien or liens within such period as required above, City shall
thereafter have the right, but not the obligation, to discharge or bond the lien or liens. Additionally, City
shall thereafter have the right, but not the obligation, to retain out of any payment then due or to become
due Contractor, one hundred fifty percent (150%) of the amount of the lien and to pay City’s reasonable
attorneys' fees and costs incurred in connection therewith.
9.18 Governing Law.
This Contract shall be construed in accordance with and governed by the laws of the State of Florida.
Venue for any litigation arising out of this Contract shall be proper exclusively in Miami-Dade County, Florida.
9.19 Waiver of Jury Trial.
City and Contractor knowingly, irrevocably, voluntarily and intentionally waive any right either may
have to a trial by jury in State and or Federal court proceedings in respect to any action, proceeding, lawsuit
or counterclaim based upon the Contract for Construction, arising out of, under, or in connection with the
Construction of the Work, or any course of conduct, course of dealing, statements or actions or inactions
of any party.
9.20 Prevailing Party; Attorneys' Fees.
In the event of any controversy, claim, dispute or litigation between the parties arising from or relating
to this Contract (including, but not limited to, the enforcement of any indemnity provisions), the prevailing
party shall be entitled to recover reasonable costs, expenses and attorneys' fees including, but not limited to,
court costs and other expenses through all appellate levels.
9.21 Notices/Authorized Representatives.
54 of 67 60
Any notices required by this Contract shall be in writing and shall be deemed to have been properly
given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt
requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed
on the signature page of this Contract or such other address as the party may have designated by proper
notice.
ARTICLE 10
SPECIAL CONDITIONS
10.1 The following provisions supersede any provisions contained in this Contract only to the extent
of any conflict with same. These provisions are particular to a given transaction and are
transaction specific: None
[Remainder of page intentionally left blank.
Signature page and E-Verify Affidavit follows.]
55 of 67 61
E-VERIFY AFFIDAVIT
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business
with the City to register with and use the E-Verify system to verify the work authorization status of all
newly hired employees. The City will not enter into a contract unless each party to the contract
registers with and uses the E-Verify system.
The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on
how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit:
https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify
By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes
and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-
Verify affidavits from subcontractors.
☐ Check here to confirm proof of enrollment in E-Verify has been attached to this
Affidavit.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Entity Name:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online
notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath.
56 of 67 62
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year as first stated above.
CITY OF SOUTH MIAMI
By:
Genaro “Chip” Iglesias
City Manager
Attest:
By:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
Approved as to form and legal sufficiency:
By:
Weiss Serota Helfman Cole & Bierman, P.L.
City Attorney
Addresses for Notice:
Genaro “Chip” Iglesias
City of South Miami
Attn: City Manager
6130 Sunset Drive
South Miami, FL 33143
305-668-2510 (telephone)
305-663-6345 (facsimile)
chip@southmiamifl.gov (email)
With a copy to:
Weiss Serota Helfman Cole & Bierman, P.L.
Attn: Lillian Arango, Esq.
City of South Miami Attorney
2800 Ponce de Leon Boulevard, Suite 1200
Coral Gables, FL 33134
larango@wsh-law.com (email)
CONTRACTOR
By:
Name:
Title:
Entity:
Addresses for Notice:
(telephone)
(email)
With a copy to:
(telephone)
(email)
57 of 67 63
NOTICE TO PROCEED
Dated: , 20
To: `
Project Name: INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
You are hereby notified that the Contract Times under the above Contract will commence to run on
___________, 2023. By that date, you are to start performing your obligations under the Contract
Documents. In accordance with Article 2 of the Contract, the dates of Substantial Completion and
completion and readiness for final payment are , 2023 and
__________________, 2023, ____/____ days respectively.
Before you may start any Work at the site, Article 6 provides that you must deliver to the City (
check here if applicable, with copies to and other identified additional insureds)
Certificates of Insurance in accordance with the Contract Documents.
In addition, before you may start any Work at the site, you must: (add any additional requirements)
CITY OF SOUTH MIAMI
By:
Genaro “Chip” Iglesias
City Manager
ACCEPTANCE OF NOTICE TO PROCEED
[INSERT NAME OF CONTRACTOR].
By:
Name:
Title:
Date:
58 of 67 64
ATTACHMENT B
DECLARATION/AFFIDAVIT OF REPRESENTATION
This Affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review, or similar committee, must list on an
affidavit provided by the City staff, all individuals who may make a presentation. The Affidavit must be
filed by with the City Clerk's office at the time the a bid or proposal is submitted to the City. For the
purpose of this solicitation only, the members listed for the presentation team, with the exception of any
person otherwise required to register as a lobbyist, shall not be required to pay any registration fees. No
person may appear before any committee on behalf of an anyone unless he or she has been listed as part
of the firm's presentation team pursuant to this Affidavit or unless he or she is registered with the City
Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to Section 92.525(2), Florida Statutes, the undersigned, ________________, makes the
following declaration under penalties of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents.
NAME TITLE
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in
it are true and specifically, that the persons listed above are the members of the presentation team of the
entity listed below.
59 of 67 65
ATTACHMENT C
“DESIGN PLANS AND CONSTRUCTION SPECIFICATIONS”
Prepared by:
Stantec
901 Ponce de Leon Blvd
Suite 900
Coral Gables, FL 33134
Ph: 305/445-2900
Fax: 305/445-3344
60 of 67 66
PERMITNUMBERDATEAPPROVALDATESUBMITTALAGENCYAPPROVALSSPEED HUMPS IMPROVEMENTSCITY OF SOUTH MIAMICAPITAL IMPROVEMENTS PROGRAMINDEX OF SHEETSSHEET NO.SHEET DESCRIPTIONwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134Tel. 305-445-2900Fax. 305-445-3344THE SCALE OF THESE DRAWINGS MAY HAVE CHANGEDDUE TO REPRODUCTIONLOCATION MAPNScale: NTSSOUTH MIAMI, FLORIDADEVELOPED FOR:MAY 2023PROJECT No. 215618010100% SUBMITTALCITY COMMISSION:MAYOR: PHILLIPS SALLYCOMMISSIONER: LUIS GILCOMMISSIONER: JOSH LIEBMANCOMMISSIONER: BRIAN COREYCOMMISSIONER: WALTER HARRISPROFESSIONALENG
INEER
L
I
CENSEFLORIDA NoST TA E FO47660 C
A
RLOS HERDOCIA(2) SW 59TH AVE (C-01 & C-02)PROJECT LOCATIONC-00COVER SHEETC-01- C-02PLAN SHEETS AND PAVEMENT MARKINGSG-02SUMMARY OF PAY ITEMSG-01GENERAL NOTESC-03DETAILSM.61 of 6767
N.T.S.Drawing No.ScaleProject No.SheetofRevisionSealwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134215618010Issue/Revision215618010_GENERAL NOTES.dwgMSCHCH05-08-2023ByAppd.YYYY.MM.DD-CITY OF SOUTH MIAMISPEED HUMPS IMPROVEMENTSSOUTH MIAMI, FLORIDAG-01GENERAL NOTES62 of 6768
SUMMARY OF QUANTITIESDrawing No.ScaleProject No.SheetofRevisionSealwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134215618010Issue/Revision215618010_pay items_details_updated.dwgMSCHCH05-08-2023ByAppd.YYYY.MM.DD-CITY OF SOUTH MIAMISPEED HUMPS IMPROVEMENTSSOUTH MIAMI, FLORIDAG-02SUMMARY OF PAY ITEMS69
C-01SW 59TH AVE - SOUTH OF 76TH STDrawing No.ScaleProject No.SheetofRevisionSealwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134215618010Issue/Revision215618010_Site Plan.dwgMSCHCH07-18-2022ByAppd.YYYY.MM.DD-CITY OF SOUTH MIAMISPEED HUMPS IMPROVEMENTSSOUTH MIAMI, FLORIDANSW 59TH AVESW 77TH TER
SW 76TH ST
5887 SW 77TH TER
7611762176315888 SW 77TH TER 772077107640763076207600SW 59TH AVESW 77TH TER
SW 76TH ST
5887 SW 77TH TER
7611762176315888 SW 77TH TER 772077107640763076207600GEOMETRY PLANPAVEMENT MARKINGS PLAN64 of 6770
C-02SW 59TH AVE - NORTH OF 76TH STDrawing No.ScaleProject No.SheetofRevisionSealwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134215618010Issue/Revision215618010_Site Plan.dwgMSCHCH07-18-2022ByAppd.YYYY.MM.DD-CITY OF SOUTH MIAMISPEED HUMPS IMPROVEMENTSSOUTH MIAMI, FLORIDANSW 59TH AVESW 76TH ST7563
5880 SW 74TH TER SW 59TH AVESW 59TH AVESW 74TH ST
SW 74TH TER7515
5875 SW 74TH TER
5900
SW
74TH
STN/A75005901 SW 76TH STSW 59TH AVESW 76TH ST7563
5880 SW 74TH TER SW 59TH AVESW 59TH AVESW 74TH ST
SW 74TH TER7515
5875 SW 74TH TER
5900
SW
74TH
STN/A75005901 SW 76TH ST GEOMETRY PLANPAVEMENT MARKINGS PLAN65 of 6771
Drawing No.ScaleProject No.SheetofRevisionSealwww.stantec.comThe Contractor shall verify and be responsible for all dimensions. DO NOT scale thedrawing - any errors or omissions shall be reported to Stantec without delay.The Copyrights to all designs and drawings are the property of Stantec. Reproductionor use for any purpose other than that authorized by Stantec is forbidden.901 Ponce de Leon Blvd. Suite 900Coral Gables, Florida 33134215618010Issue/Revision215618010 DETAILS.dwgMSCHCH07-18-2022ByAppd.YYYY.MM.DD-CITY OF SOUTH MIAMISPEED HUMPS IMPROVEMENTSSOUTH MIAMI, FLORIDADETAIL 1 - SPEED HUMP ADVANCE WARNING MARKINGSN.T.S.DETAIL 2 - SPEED HUMP PAVEMENT MARKINGSN.T.S.DETAIL 3 - PAVEMENT MARKINGS FOR SPEED HUMPSN.T.S.WITHOUT CROSSWALKSC-03DETAILS66 of 6772
END OF DOCUMENT
67 of 67 73
74SECTION 4. BID FORM PACKAGE As provided in the 1TB, the following items must be attached to this Bid: FORMS STATUS Form I -Bid Form Package Acknowledgement ✓ Form 2A. Bidder's Certification (if Company or Corporation) ✓ Form 2B. Bidder's Certification (if Partnership) ✓ Form 3. Single Execution Affidavits ✓ Form 4. Dispute Disclosure ✓ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters ✓ Primary Covered Transactions Form 6. Bidder's Qualifications Survey ✓ Form 7. Bid Form/Schedule of Values ✓ Form 8. Reference List ✓ Form 9. Bid Guaranty/Bid Bond ✓ ATTACHMENTS This compet1t1ve solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Attachment B: Attachment C: Sample Contract Declaration /Affidavit of Representation Design Plans & Specifications -"Installation of Various Speed Humps" prepared by Stantec dated May, 20232 19 of 67
75FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS hereby propose to furnish the goods and services specified in the Invitation to Bid, 1TB No. PW2023-1 I • I agree that my Bid will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Bid. I certify that all information contained in this Bid is truthful to the best of my knowledge and belief. further certify that I am duly authorized to submit this Bid on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Bid; no officer, employee or agent of the City of South Miami or any other Bidder has an interest in said Bid. Furthermore, I certify that the undersigned executed this Bid Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Bidder acknowledges receipt of all Addenda issued by the City in connection with the 1TB (Check the box next to each addendum received). ✓ Addendum I V Addendum 2 ✓ Addendum3 ___ Addendum 4 ___ Addendum S ___ Addendum 6 ___ Addendum 7 ___ Addendum 8 ___ Addendum 9 ___ Addendum I 0 Attached hereto are the following forms/documents which form a part of this Bid: Form I. Form 2A. Form 2B. Form 3. Form 4. Form S. Form 6. Form 7. Form 8. Form 9. Bid Form Package Acknowledgement. Bidder's Certification (if Company or Corporation) Bidder's Certification (if Partnership) Single Execution Affidavits Dispute Disclosure Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Bidder's Qualifications Survey Bid Form/Schedule of Values Reference List Bid Guarantee Bond 20 of 67
76FORM I BID FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) SIGNA REOF BIDDER Wk r/dc/t6 /c.euv/a~ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS/ , ~ ~ ~/ z:o: &16L?P7~n 4 er~ . ..;i,1-re (30Sf 3Cf? -5.568 TELEPHONE NUMBER V Personally known to me; or 113 ___ Produced identification (Type of Identification:. _____________ _, ___ Did take an oath; or ....,--------~~:"I -__ Did not take an oath ' No.tary Public State of Florida , • Felix R Clavelo Lopez I ;::--My commission HH 320-488 • : lllililllllillil,l,I Expires 101101202s 21 of 67
77FORM 2A BIDDER'S CERTIFICATION (if Company or Corporation) CERTIFICATE ~ STATE OF r-L.. ) COUNTY OF Ve;. df2_ ) ss HEREBY CERTIFY that a meeting of the Board of Directors of a corporation or c mpany existi under th H0/'4' 5 held on ;;:Fv;-r.e_ /'{ , 2023, the following resolution was duly passed and adopted: (SEAL) RESOLVED, that. as ~ of the Corporation/Company, be and is hereby authorized to execute the Bid dated,_~~""""""---"-""'---' 2023 to the City of South Miami for 1TB No. 2023-XX Marshall Williamson Monument Freestanding Display Project, and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the / 'I of f t1:1:(.. , ~_d.. V ~ Secri( 22 of 67
78FORMJ SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE BIDDER OR BIDDER AND NOTARIZED BELOW. IN THE EVENT THE BIDDER OR BIDDER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE BIDDER OR BIDDER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A BID/BID. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By:_~E.~e&~'/Z~' -f/4_Ut~~-_s _____________ _ For (Name of Proposing or Bidding Entity): V El-'1t; /~hr ~A:..L'.7. r T , Whose business address is: 75'-15 -5W :3Z 1-1c/ 6£ Monvl FL-3.3/SS-And (ifapplicable) its Federal Employer Identification Number (FEIN) is: B?-391/0 "?'f (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: _______________ -4-Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L IO 1-336, I 04 Stat 327, 42 USC 1210 I 122 I 3 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title 111, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.5 I 3, Florida Statutes: • The Rehabilitation Act of I 973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. pu Bidder Initials 24 of 67
79Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133( I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133( I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133( I )(a), Florida Statutes, means: I. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima fade case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133( I )(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) ef Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July I, 1989. 0 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. 0 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that 25 of 67
80it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I understand that the submission of this form to the contracting officer for the public entity identified in paragraph I above is for that public entity only and that this form is valid through December 3 I of the calendar year in which it is filed. I also understand that I am required to inform the public entity prior to entering into a contract in excess of the threshold amount provided in Section 287.017, Florida Statutes for category two of any change in the information contained in this form. Bidder Initials No Conflict of Interest or Contingent Fee Affidavit Bidder warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Bidder also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Bidder acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Bidder should the Bidder be selected for the performance of this contract. Fe/ Bidder Initials Business Entity Affidavit Bidder hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Bidder or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Bidder. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Bidder. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Bidder recognizes that with respect to this transaction or bid, if any Bidder violates or is a party to a violation of the ethics ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter I 12, part Ill, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Bidder may be disqualified from furnishing the goods or services for which the bid or Bid is submitted and may be further disqualified from submitting any future bids or Bid for goods or services to City. ,=v Bidder Initials Anti-Collusion Affidavit I. Bidder/Bidder has personal knowledge of the matters set forth in its Bid/Bid and is fully informed respecting the preparation and contents of the attached Bid/Bid and all pertinent circumstances respecting the Bid/Bid; 26 of 67
812. The Bid/Bid is genuine and is not a collusive or sham Bid/Bid; and 3. Neither the Bidder/Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder/Bidder, firm, or person to submit a collusive or sham Bid/Bid, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder/Bidder, firm, or person to fix the price or prices in the attached Bid/Bid or of any other Bidder/Bidder, or to fix any overhead, profit, or cost element of the Bid/Bid price or the Bid/Bid price of any other Bidder/Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. Bidder Initials Scrutinized Company Certification I. Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this 1TB at its sole option if the Bidder or its subcontractors are found to have submitted a false certification; or if the Bidder, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this 1TB is for more than one million dollars, the Bidder certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this 1TB at its sole option if the Bidder, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Bidder, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this 1TB. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Bidder Initials Dru1:-Free Workplace Affidavit Bidder hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two bids/Bid are equal with respect to price, quality, and service. Bidder understands that in order to qualify as a drug-free workplace, Bidder must: a) 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. b) Inform employees about the dangers of drug abuse in the workplace, the Bidder's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee 27 of 67
82assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. I) Give each employee engaged in providing commodities or contractual services under the 1TB a copy of the statement specified in subsection (I). 2) Notify employees that, as a condition of working on the commodities or contractual services under the 1TB, the employee must 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. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) ~The entity submitting this sworn statement is a drug-free workplace and is in full compliance with the requirements set forth under F.S. § 287.087. D The entity submitting this sworn statement is not a drug-free workplace. =re/ Bidder Initials City Non-Discrimination Requirements Affidavit Bidder understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Bidder understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Bidder certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1. I of the Code of the City of South Miami. Bidder Initials Acknowledgment, Warranty, and Acceptance I. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 28 of 67
832. Contractor warrants that it has read, understands, and is willing to comply with all requirements of 1TB No. PW2023-1 I and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Bid is true and accurate. pJ Bidder Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 29 of 67
84In the presence of: Signed~nd ~ver~d by: .d,_·~~--Witness #I Print Name: ______ _ Print Title: __ ..;_;=~=-=-<,;~.,__ _____ _ Witness #2 Print Name: ______ _ ACKNOWLEDGMENT State of Florida ... ~ ~ County of __ V"'_tO.~~----The foregoing instrument was acknowledged before me by means of 0h~icaj,presence o online notarization, this _ZQ day of_--=:~....._ ___ _. 207'.3, by -:..e-?;i (/c;:A .,(,name of person) as __ ____.::;~t!,f::.'/C.d.'.k!!I.~~-------(type of authority) for 'Chftr~ t#?r Cbrz,a. (name of party on behalf of wh instrument is executed). 7 / V Notary Publi / Commissioned) -~-=-----PPeersonally known to me; or ___ Produced identification (Type of Identification:. _______________ ), ___ Did take an oath; or ___ Did not take an oath Notary Public State of Florida • Felix R Clavelo Lopez _;Ill._ My Commission HH 320488 1'11111111~ Expires 1011012026 30 of 67
85FORM4 DISPUTE DISCLOSURE Answer the following questions by placing an "X" after "Yes" or "No". If you answer "Yes", please explain in the space provided, or on a separate sheet attached to this form. I . Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES ___ NO tL 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? ✓ YES _____ NO_...;._ __ _ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? V YES _____ NO ____ _ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Bid or Bid for the City of South Miami. State of Florid~ _/A County of PC?~· ACKNOWLEDGMENT The foregoing instrument was acknowledged before me by means of 0"':'=iq) presen~e 'ilf !.] online notarization, this 20 day of .;;rU>tf_ . 2oz~ by L-e.u-i? f.A;;i.,l"~s . j,n~~.: of person) as ~~7ho (type of authority) for t7 e Tnd:?/Z/~r ~ (name of party on behalf of horn instrument is executed). / ~ersonally known to me; or Notary Publ rin , Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ___________ _,) ___ Did take an oath; or;:; ,;:::;;.:;.;-N ... ot .. ary_P ... ub•ll ... c•s ... ta•ta"'"••f~Fl .. or~i~~a't ___ Did not take an oath ◄ • Felix R Claveto L•pez 4 -~ My Commission HH 321-411 , ~1111W,,U,1 Expires 101101202, 31 of 67
86FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211 ). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (I) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph ( I )(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Entity Name: __ t/ __ 8_7....,,.._1_~--~-j~<--~----·---------,,,,.......---=--?.£ V ~--6/co/ajZ3 IZ_ Date: -7---,---------By: __ ..,.S._ig-n-at_u_r_e_o_f_A_u_th_o_r-iz_e_d_R_e_p_r-esentative 32 of 67
87FORM6 BIDDER'S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the 1TB, you certify that any and all information contained in the bid is true, that your response to the 1TB is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the 1TB for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the 1TB, and certify that you are authorized to sign for the Bidder's firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (S) pages. Some information may not be applicable; in such instances, please insert "N/A". V eMCj'/~r~< UZ>(lf?. Firm Name r } 751/.5 .Sw :9Z ncl 5/-4-" /{../r;;,n/ l FC. . :;;J.3155 Principal Business Address Telephone Number Facsimile Number ../.e,);e,(9VettcorPo n.e:f-E'rnaiiA<ldress ' 87-39'/167<-/ Federal I.D. No. or Social Security Number EZZ00/3/S-Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Z Please identify the Firm's document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: p21000102<rso Document Number 7 l Date Filed Please identify the Firm's category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership ~orporation □ LLC □ LLP □ Other __________ _ Please identify the Firm's primary business:._~Ccu~-~-6~Pt_/UJ __ cJ7. __ t'M_· ___________ _ 33 of 67
88Please identify the number of continuous years your firm has performed its primary business: _ Please list all professional licenses and certifications held by the firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Name of Entity Issuing License No. License Issuance Date Type Lice~se ,or Certification L g-;;?,?OVl't'C /? /o? / 2'n f E,,,71~,~ P,'vt:H<Jl-1 f c;;r/le{/1~ , • 1 · Please identify the name, license number, and issuance date of any prior companies that pertain to your firm: License/Certification License Issuance Date Type 137 f~I/ Name of Entity Issuing License No. License or Certific!~,,./4 . -O/v15·1ai:,,z °r CJ.,~-__ V1?J I:: -ZZ. a::> I~ C-Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor's Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) All /fl/I Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the firm's insurance company: Insurance Carrier Name / ~~ /ti~ Insurance Carrier Contact Person Insurance Carrier Address Telephone No. Has the firm filed any insurance claims in the last five (5) yearsl ~o □ Yes If yes, please identify the type of claim and the amount paid out under the claim: ________ _ FIRM OWNERSHIP Please identify all firm owners or partners, their title, and percent of ownership: Owner/Partner Name Titl~ Ownership (%) ?ae'~l~T 5::f7
89Pl~se identify whether any of the owners/partners identified above are owners/partners in another entity: ctNo □ Yes If yes, please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded By signing below, Bidder certifies that the information contained herein is complete and accurate to the best of Bidder's knowledge. Firm: t/ Etµ;~ Ce>"f'? · Authorized Signature: r ~ ,;z_;,, ,,,..C:. Print or Type Name: Ee/4:., /a/ ct!~· 35 of 67 Title:
90
LIST OF BUSINESS REFtKt',NCES
This list of references is an integral part of the Contractor's Bid, and must be completed. All references and information shall be current and
traceable.
NAMEOFBIDDER V G,71~/h~ Cbre-r T ,
List all the projects which your organization has completed, during at least the last five years, and which demonstrate qualifications to perform the
work of this Contract.
COMPLETION
DATE
CONTRACT
PRICE
TYPE OF
CONSTRUCTION
LOCATION OF
WORK
NAME AND PHONE
NUMBEROF
OWNER/CLIENT AND
ENGINEER OR ARCIDTECT
ADDRESS OF
OWNER/CLIENT AND
ENGINEER OR ARCIDTECT 1 I 1--;, --~ ~A-/ pw v6 6': # r"~o~ e-~,rn:.~ 71~ 39~-~~--:,E 331'1'£
PROJECT NO. 2022-017-R
~
13✓0(X)· c.e> IR:f ,=-osy-z.
,,CJOd. . ., --/4,(e;,v'
MAY2023
4197
PAGE 15
-7~?"?
~£,-~
.s-6/-74-l-S"?t:e> I :fv..o /, ~l.. • ._...-.......
'/Qnt✓; i7e.
l'-)',6
. 5Jj'l7'/
91ITEM NO. 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 I 1.00 12.00 12.00 13.00 FORM7 BID FORM/SCHEDULE OF VALUES 1TB No. PW2023-1 I Bid prices stated in this Form shall include all costs and expenses for labor, equipment, materials, contractor's overhead, profit, bond and insurance, and general conditions. Payment for this project will be based upon completion of the entire project as a Lump Sum contract. ITEM QTY UN UNIT PRICE TOTAL AMOUNT Milling Exist. Asph Pavt 1-1/2" Avg Depth 213 SY $ /C}o(}Z) $ Z.//31). cZ) Type S-111 Asphalt 18 TON $/60-CO $ 0880o~ Adjus Existing Valve Box, Meter Box, Fire Hydrant, 2 EA $ Z60. CV $ GclZ>· crt) Manhole cover, and Catch Casins Marker Pavement Retro-Reflective (Yellow/Yellow) 20 EA $ /0,(2) $ ZcJ?J· cfD Thermoplastic, white, solid 6" 936 LF $ fcD $ 9'8'· OZ) Thermoplastic, white, solid 12" 248 LF $ z.OD $ ~96· ~ Thermoplastic, yellow, solid 6" 808 LF $ ':1'.oD $ 806. dD Speed Hump Sign WI7-I 8 EA $ ZGO.~ $ Z.1~-t}Z) Arrow Sign W I6-7P 4 EA $ z70.cfl) $ /,,Oo(). ® Ahead Sign Wl6-9P 4 EA $ zso.@ $ I I c)OO •cJc) Asphalt traffic humps 2 EA $ 3;t,tt,.(V $ 7,. za,. cl> SUB-TOTAL $/~ /,5C). ()t) General conditions including mobilization, clearing and grubbing, barricades, maintenance of traffic, I LS. $ f; o/ 15 · dJ $ It <Jl.5. t?l) traffic control officer, bonds, insurance and permits (10%) Traffic Control Officer 60 HR $ 52.00 $3,120.00 Contingency (5%) I LS. $ 75?. 50 $ 'ft:"?. 50 TOTAL: $ Z51 l'-/"Z. 50 36 of 67
92SUBMITTED THIS -----PROPOSAL SUBMITTED BY: U>/t..P . v Name of Person .AY.toorize~ Sub_!11it Proposal r L . L/ .,..c Signature DAY OF Telephone Number Fax Number ~ G?V'eecor-.,p. n-e:f-IEmaitAddress v 37 of 67
93FORMS REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, BIDDER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS. REFERENCE #I Public Entity Name: C/!f F' ~/4 ~ ~ rn; Reference Contact Person/Title/Department: Avd Ca,,rz,(",W-6~5 , ? E · Contact Number & Email 9C5S --f (53 .-20 "? 2 4Co/2.;nen~Rs{2G<:n1~,,-n1'c;rn1·P, XJV· / 7 Public Entity Size/Number of Residents/Square Mileage: C.f-'1 ;( 5~,4 /l.//c.-H11 · / Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) f"».t .3<if!l. 70 · ~9«.k c:4y£ct:x:,cf~o,i.~. &tt: ~;dc&:t7 Is the Contract still Active? Yes ___ No 38 of 67
94REFERENCE #2 Public Entity Name: -'-,/4,f-'-"t)'-------M_~--=0=-----------------------Reference Contact Person/Title/Department: Gery C:/4 ~/4.e · JP /4-( Contact Number& Email 78~ -5'~2'-~Cf/8 qc;o/· cbrzkf] ,n/<:rffJ/# ~ . 5CJV. r / Public Entity Size/Number of Residents/Square Mileage: ,::t,/,c,;.,-,/ -J:b o/? 'o c1nj. Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) I~/ 750,. C)c)t). ~ t<.)~ /f/f/41i-, e...::tk..c,,jh Is the Contract still Active? Yes ___ No t/ 39 of 67
95REFERENCE #3 Public Entity Name: AAD.P /2.05 Reference Contact Person/Title/Department: _l/2_._v_fi_·,z..e __ /c-_...._--=o,r;.44p-=--·----------/' ? (1-RJ.ed Nee //IC. ,;e,,z . / Contact Number & Email '3cJS-~ 75.S--~'-153;, Public Entity Size/Number of Residents/Square Mileage: ~CrrrJt ·.-Oa~ G U>7 3/· Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) _,f..,,,__~_B--'-~,,,_,, _~_0 __ . _2--'/ _______________ _ /U&,u ~,/4T ~ -=;'Y6ku-t. Is the Contract still Active? Yes ___ No END OF SECTION 4 40 of 67
Tabulation Sheet
Agency Name City of South Miami
Bid Number ITB-(ITB) No. PW2023-11-0-2023/SK
Bid Name INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
Bid Due Date 06/20/2023 10:00:00 Eastern
Bid Opening Closed
7 responses found.online, offline, not submitting, not received
Company Responded Address Bid Amount Alt Bid Amount Declared
Attributes Documents Sent
Complete
1 .Florida Blacktop Inc.
06/19/2023
11:54:58
Eastern
1287
WEST
ATLANTIC
BLVD,
POMPANO
BEACH, FL
33069,
Pompano
Beach, FL,
33069
$67523.8200 0.0000 Small
Business
Bidding Document
Bid Bond
2 .M&J GENERAL CONTRACTORS
06/20/2023
09:44:55
Eastern
300
PALERMO
AVENUE,
2 FLOOR,
CORAL
GABLES,
FL, 33134
$99543.3900 0.0000
Hispanic
Owned,
Small
Business,
Woman
Owned
Bidding Document
Bid Bond
3 .Maggolc Inc.
06/20/2023
09:22:40
Eastern
12060 SW
80 ST ,
Miami, FL,
33183
$30115.7500 0.0000 Bidding Document
Bid Bond
4 .Perrin International Services, Inc.
06/19/2023
22:33:41
Eastern
12491 SW
134 Court,
Unit 20,
Miami, FL,
33186
$39969.0000 0.0000 Bidding Document
Bid Bond
5 .TCSEmpire, Inc.
06/19/2023
19:16:30
Eastern
13818 SW
152nd St,
Suite 374,
Miami, FL,
33177
$41429.1000 0.0000 Bidding Document
Bid Bond
6 .V Engineering and Consulting Corp
06/20/2023
09:55:28
Eastern
2050
Coral Way,
Suite 303,
Miami, FL,
33145
$25142.5000 0.0000 Bidding Document
Bid Bond
7 .V&G Construction Solutions, Corp.
06/20/2023
09:06:43
Eastern
9183 SW
152nd
Path,
Miami, FL,
33196
$46457.8100 0.0000 Bidding Document
Bid Bond
96
Bidder Bid Price Bid
CERT
Bid
Bond
FORM
7 SOV
Bidder
Qualif.Ref.ADA
Public
Entity
Crimes
and
Conflicts
Non Coll.
Affidavit
BUS
ENTITY
ANTI
COLUSION
SCRUTINIZED
COMPANY
Drug free
Workplace
NON-
DISCRIMINA
TION
WARRANTY
ACCEPT
DISPUTE
DISCOLSURE DEBAR
V-Eng.$25,142.50 X X X X X X X X X X X X X X X X
Maggolc $30,115.75 X X X X X X X X X X X X X X X X
Perrin Int'l $39,969.00 X CK X N/A N/A X X X X X X X X X X X
TCS Empire $41,429.10 X CK X N/A X X X X X X X X X X X X
V&G
Consulting $46,457.81 X X X X X X X X X X X X X X X X
Fla. Blacktop $67,523.82 X X X X X X X X X X X X X X X X
M&J
Contrcators $99,543.39 X X X X X X X X X X X X X X X X
ITB PW 2023-11
PROOF OF INSURANCE IS A CONDITION OF AWARD
NOTE: RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER
97
Member Name City of South Miami
Bid Number ITB-(ITB) No. PW2023-11-0-2023/SK
Bid Name INSTALLATION OF SPEED HUMPS AT VARIOUS CITY LOCATIONS
15 Planholder(s) found
647 NOTIFIED
SupplierName FullNameEmail Address1 City State Postal DeclaredAttributes
ConstructConnect ConstructConnect Bid Opportunitiescontent@constructconnect.com3825 Edwards Rd Cincinnati OH 45209
Coreland Construction
Corp.Nestor Hernandeznhern@corelandconstruction.com
13611 South Dixie
Highway Miami FL 33176
Dodge Data Bonny Mangolddodge.docs@construction.com
4300 Beltway Place,
Ste 150 Arlington TX 76018
Florida Blacktop Inc.Lee Shaouyleeshaouy@gmail.com1287 W. Atlantic Blvd.Pompano Beach FL 33069 Small Business
Green Alliance Inc.Ramon Duarterduarte@greenalliancecorp.com
14996 SW 20th
Terrace Miami FL 33185
Hispanic Owned, Small
BusinessM & M Asphalt
Maintenance, Inc. DBA All
County Paving Denisse Camineropublicworks@allcountypaving.com1180 SW 10th Street Delray Beach FL 33444
M&J GENERAL
CONTRACTORS CESAR DE LUNAcesar@mjgeneralcontractors.com300 Palermo Avenue CORAL GABLES FL 33134
Hispanic Owned, Small
Business, Woman
Owned
Miliani Construction Corp Adolfo Milianiamiliani@milianiconstruction.com11012 NW 73 ST Miami FL 33178
Hispanic Owned, Small
Business, Woman
Owned
Neubert Construction
Services, Inc Tyler Neubertestimating@neubertconstruction.comPO Box 2503 Fort Myers FL 33902 Woman Owned
Onvia, Inc. - Content
Department Content Source Managementsourcingsupport@deltek.com
509 Olive Way, Suite
400 Seattle WA 98101
PIMENTEL
CONSTRUCTION GROUP JONATHAN PIMENTELJONATHAN@THEPIMENTELGROUP.COM
4490 SW 154TH
AVENUE MIAMI FL 33185
Praing Associates Inc JUAN MORENOjuancarlos@praing.com
2490 centergate drive
# 201 Miramar FL 33025
Hispanic Owned, Small
Business, Woman
Owned
rj engineering
construction corp Alvaro AlejosRJENGINEERINGFL@GMAIL.COM
2101 vista parkway
suit 133 West Palm BeachFL 33411
SC Contractors, LLC SANDRA CHACONchacon.sandra@gmail.com20431 SW 1 STREET Pembroke Pines FL 33029
Hispanic Owned,
Woman Owned
TCSEmpire, Inc.Angel ParejaInfo@tcsempire.com16961 SW 213th LN Miami FL 33187
4 Document(s) found for this bid
98
6/20/23, 3:21 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=VENGINE…1/2
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Profit Corporation
V ENGINEERING CORP
Filing Information
P21000102450
87-3911074
12/07/2021
12/02/2021
FL
ACTIVE
Principal Address
275 ALHAMBRA CIR
MIAMI, FL 33134
Changed: 04/28/2023
Mailing Address
275 ALHAMBRA CIR
MIAMI, FL 33134
Changed: 04/28/2023
Registered Agent Name & Address
VALDES, FELIX G
7545 SW 32 STREET
MIAMI, FL 33155
Officer/Director Detail
Name & Address
Title P
VALDES, FELIX G
7545 SW 32 STREET
MIAMI, FL. 33155, FL 33155
Title SECRETARY
VALDES, FELIX
D C Florida Department of State
99
6/20/23, 3:21 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=VENGINE…2/2
2000 NE 124 STREET
MIAMI, FL 33181
Annual Reports
Report Year Filed Date
2022 03/11/2022
2023 03/02/2023
Document Images
03/02/2023 -- ANNUAL REPORT View image in PDF format
03/11/2022 -- ANNUAL REPORT View image in PDF format
12/07/2021 -- Domestic Profit View image in PDF format
Florida Department of State, Division of Corporations
100
7545 SW 32 STREET
MIAMI, FL 33155
Current Principal Place of Business:
Current Mailing Address:
7545 SW 32 STREET
MIAMI, FL 33155 US
Entity Name: V ENGINEERING CORP
DOCUMENT# P21000102450
FEI Number: 87-3911074 Certificate of Status Desired:
Name and Address of Current Registered Agent:
VALDES, FELIX G
7545 SW 32 STREET
MIAMI, FL 33155 US
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE:
Electronic Signature of Registered Agent Date
Officer/Director Detail :
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE:
Electronic Signature of Signing Officer/Director Detail Date
FILED
Mar 02, 2023
Secretary of State
5694855723CC
FELIX G VALDES P 03/02/2023
2023 FLORIDA PROFIT CORPORATION ANNUAL REPORT
No
Title P
Name VALDES, FELIX G
Address 7545 SW 32 STREET
City-State-Zip:MIAMI, FL. 33155 FL 33155
Title SECRETARY
Name VALDES, FELIX
Address 2000 NE 124 STREET
City-State-Zip:MIAMI FL 33181
101