HomeMy WebLinkAboutInvitation to BidCity o, f Miami Gardens
INVITATION TO BID
The City of Miami Gardens acting as lead City for the South East Florida Governmental
Purchasing Co -Operative Group is requesting sealed bids from qualified contractors for the
replacement and installation of new guardrails, on an as needed basis.
BID SUBMISSION:
Bids will be received by sealed envelope in the Procurement Department, City of Miami Gardens.
If Delivered by mail send to: Procurement Department, 1515 N.W. 167th Street; Bldg. 5, Suite
200, Miami Gardens, Florida 33169. If Delivered in person: Procurement Department location,
1515 NW 1671h Street; Bldg. 7, Suite 440 until 2:00 P.M. on Thursday, August 23, 2012, at
which time they will be opened and read in the Council Chambers by the Procurement
Manager. Bids received after this time will not be considered and no time extensions will be
permitted. Please clearly mark bids:
"ITB# 11-12-035— GUARDRAIL REPLACEMENT AND INSTALLATION"
Copies of this Proposal Document may be obtained by contacting DemandStar by Onvia at
www.demandstar.com or call toll free 1-800-711-1712 and request Document #11-12-035 or may
be found on the City's web site at www.miamigardens-fl.gov. Vendors who obtain specifications
and plans from other sources other than DemandStar.com are cautioned that the bid package
may be incomplete. All addendums will be posted and disseminated by DemandStar.
FOR INFORMATION
For information on this Invitation to Bid, contact the Procurement Department, (305) 622-8000.
ACCEPTANCE AND REJECTIONS
The City of Miami Gardens reserves the right to reject any or all Proposals with or without
cause; to waive any or all irregularities with regard to the specifications and to make the award to
the Consultant offering the greatest advantage to the City.
Please be advised that Pursuant to City Ordinance 2008-03-139 "Cone of Silence", public
notice is hereby given that a Cone of Silence is imposed concerning this City's competitive
purchasing process, which generally prohibits communications concerning the ITB until such time
as the City Manager makes a written communications concerning the competitive purchase
transaction. Please see the detailed specifications for the public solicitation for services for a
statement fully disclosing the requirements of the "Cone of Silence".
SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE GROUP
TO OUR PROSPECTIVE CONTRACTORS:
The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the
Southeast Florida Governmental Purchasing Cooperative Group.
For the past several years, approximately forty five (45) government entities have participated in
Cooperative Purchasing in Southeast Florida. The Southeast Florida Governmental Purchasing
Cooperative Group was formed in an effort to provide cost savings and cost avoidances to all entities by
utilizing the buying power of combined requirements for common, basic items.
The Government Agencies participating in this particular procurement and their respective delivery
locations are listed in the attached document.
Southeast Florida Governmental Purchasing Cooperative Group Procurement Operational Procedures:
• All questions concerning this procurement should be addressed to the issuing agency, hereinafter
referred to as the "lead agency". All responses are to be returned in accordance with the instructions
contained in the attached document. Any difficulty with participating agencies referenced in this
award must be brought to the attention of the lead agency.
• Each participating governmental entity will be responsible for awarding the contract, issuing its own
purchase orders, and for order placement. Each entity will require separate billings, be responsible for
payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as
required by the Contractor.
• The Contract/purchase order terms of each entity will prevail for .the individual participating entity.
Invoicing instructions, delivery locations and insurance requirements will be in accordance with the
respective agency requirements.
• Any reference in the documents to a single entity or location will, in fact, be understood as referring
to all participating entities referenced in the documents and cover letter unless specifically noted
otherwise.
• The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who
fail to place orders as a result of this award during the contract period.
• The Contractor(s) shall furnish the Lead Agency a detailed Summary of Sales semi-annually during
the contract period. Sales Summary shall include contract number(s), contractor's name, the total of
each commodity sold during the reporting period and the total dollar amount of purchases by
commodity.
• Municipalities and other governmental entities which are not members of the Southeast Florida
Governmental Purchasing Cooperative Group are strictly prohibited from utilizing any contract or
purchase order resulting from this bid award. However, other Southeast Florida Governmental
Purchasing Cooperative Group members may participate in their contract for new usage, during the
contract term, or in any contract extension term, if approved by the lead agency. New Southeast
Florida Governmental Purchasing Cooperative Group members may participate in any contract on
acceptance and approval by the lead agency.
• None of the participating governmental entities shall be deemed or construed to be a party to any
contract executed by and between any other governmental entity and the Contractor(s) as a result of
this procurement action.
"ITB# 11-12-035— GUARDRAIL REPLACEMENT AND INSTALLATION"
August 23, 2012
1.0 GENERAL CONDITIONS
1.1
SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be
returned in order for the Bid to be considered for award. All Bids are subject to
the .conditions specified herein and on the attached Special Conditions,
Specifications and Bid Form.
The completed Bid must be submitted in a sealed envelope clearly marked with
the Bid Title to the Procurement Department, City of Miami Gardens, 1515 N W
167th Street; Bldg 5 Suite 200, if by mail, and Bldg 7, Suite 440, if in person,
Miami Gardens, Florida 33169 until 2:00 p.m., local time on date due.
1.2 EXECUTION OF BID:
The Bid must contain a manual signature of an authorized representative in the
space provided on the Bid Form. Failure to properly sign Bid shall invalidate
same and it shall NOT be considered for award. All Bids must be completed in
pen or be typewritten. No erasures are permitted. If a correction is necessary
draw a single line through the entered figure and enter the corrected figure above
it. Corrections must be initialed by the person signing the Bid. Any illegible
entries, pencil Bids or corrections not initialed will not be tabulated. The original
Bid conditions and specifications together with bidder's response CANNOT be
changed or altered in any way after submitted to the City.
1.3 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and
extended total, when requested. Prices must be stated in units of quantity
specified in the Bid specifications. In case of discrepancy in computing the
amount of the Bid, the UNIT PRICE quoted will govern. All prices must be F.O.B.
destination, freight prepaid (unless otherwise stated in special conditions).
Bidders are to list discounts to be given the City for prompt payment. Award, if
made, will be in accordance with terms and conditions stated herein. Each item
must be proposed separately and no attempt is to be made to tie any item or
items in with any other item or items. Cash or quantity discounts offered will not
be a consideration in determination of award of Bid(s). All prices quoted shall be
guaranteed for 90 days from Bid date unless otherwise specified in Special
Conditions.
1.3.1 TAXES:
The City of Miami Gardens is exempt from all Federal Excise and State
taxes. The applicable tax exemption number is shown on the Purchase
Order.
1.3.2 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules,
Bid prices and extensions and all instructions pertaining to supplies and
services. Failure to do so will be at the bidder's risk.
1.3.3 UNDERWRITERS' LABORATORIES:
Unless otherwise stipulated in the Bid, all manufactured items and
fabricated assemblies shall be U.L. listed or re-examination listing where
such has been established by U.L. for the item(s) offered and furnished.
1.3.4 BID'S CONDITIONS:
The City reserves the right to waive irregularities in Bids or to reject all
Bids or any part of any Bid deemed necessary for the best interest of the
City of Miami Gardens, Florida.
1.4 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those
specified, it must be indicated in the Bid. Specific article(s) of
equipment/supplies shall conform in quality, design and construction with all
published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed,
are informational guides as to a standard of acceptable product quality level only
and should not be construed as an endorsement or a product limitation of
recognized and legitimate manufacturers. Bidders shall formally substantiate and
verify that product(s) offered conform with or exceed quality as listed in the
specifications.
Bidder shall indicate on the Bid form the manufacturers' name and number if
proposing other than the specified brands, and shall indicate ANY deviation from
the specifications as listed. Other than specified items offered requires complete
descriptive technical literature marked to indicate detail(s) conformance with
specifications and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE
CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model
number, the Bid will be considered as a Bid in complete compliance with the
specifications as listed on the attached form.
1.5 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Any item delivered, not
conforming to specifications, may be rejected and returned at bidder's expense.
These items and items not delivered as per delivery date in Bid and/or purchase
order may be purchased on the open market. Any increase in cost may be
charged against the bidder. Any violation of these stipulations may also result in
Bidder's Name being removed from the vendor list.
1.6 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not
destroyed, will, upon request, be returned at the bidder's expense. Bidders will
be responsible for the removal of all samples furnished within (30) days after Bid
opening. All samples will be disposed of after thirty (30) days. Each individual
sample must be labeled with bidder's name. Failure of bidder to either deliver
required samples or to clearly identify samples may be reason for rejection of the
Bid. Unless otherwise indicated, samples should be delivered to the
Procurement Department, 1515 N W 167th Street; Bldg. 5 Suite 200, if by mail
and Bldo 7, Suite 440 if in person, Miami Gardens, Florida 33169.
1.7 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met),
show number of days (in calendar days) required to make delivery after receipt of
purchase order, in space provided. Delivery time may become a basis for
making an award. Delivery shall be within the normal working hours of the City,
Monday through Friday, excluding holidays.
1.8 INTERPRETATIONS:
Unless otherwise stated in the Bid, any questions concerning conditions and
specifications should be submitted in writing to the Procurement Manager, 1515
N W 1671h Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169 Facsimile
(305) 474-1285.
1.9 AWARDS:
The City of Miami Gardens reserves the right to reject any and all Bids or any
portion of any Bid deemed necessary in the best interest of the City; to accept
any item or group of items; to acquire additional quantities at prices quoted on
the Bid Form unless additional quantities are not acceptable, in which case the
Bid Form must be noted "BID IS FOR SPECIFIED QUANTITY ONLY". The City
also reserves the right to award the contract on a split order basis, lump sum
basis, individual item basis, or such combination as shall best serve the interest
of the City. All awards made as a result of this Bid shall conform to applicable
Florida Statutes.
No bid will be accepted from, nor will any contract be awarded to any person or
firm which is in arrears to the City upon any debt or contract or which is a
defaulter as surety or otherwise upon any obligation to the City or who has failed
to perform faithfully any previous contract with the City.
1.10 BID OPENING:
Bids shall be opened and publicly read in the Council Chamber, 1515 N W 167th
Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169 on the date and at the
time specified on the Bid Form. All Bids received after that time shall be
returned, unopened.
INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be destination unless otherwise provided. Title
to/or risk of loss or damage to all items shall be the responsibility of the
successful bidder until acceptance by the City unless loss or damage result from
negligence by the City. If the materials or services supplied to the City are found
to be defective or not conform to specifications, the City reserves the right to
cancel the order upon written notice to the seller and return product at bidder's
expense.
1.12 PAYMENT:
Payment will be made by the City after the items awarded to a bidder have been
received, inspected, and found to comply with award specifications, free of
damage or defect and properly invoiced.
1.13 DISPUTES:
Any actual or prospective Bidder, Proposer, Offeror or Contractor who is
aggrieved in connection with a solicitation or award of a Bid or Contract may avail
themselves of the procedures contained in Ordinance 2007-25-131 in order to
resolve disputed matters or complaints.
The Procurement Manager shall post a tabulation of the Bid results with intended
award recommendations. Posting shall be in the front office of City Hall or on the
City's web site for public viewing.
Any actual or prospective bidder, proposer, offeror, or contractor who is
aggrieved in connection with the solicitation or award of contract may file a
written protest with the City Clerk and mailed by the protester to all responders to
the bid proposal within seventy-two hours (72) hours of the City's
recommendation for award or the City's actual award whichever comes first. The
written protest shall state all the particular grounds on which it is based, shall
include all pertinent documents and evidence. The protest letter to the City Clerk
shall include proof of mailing/receipt to other responders to the bid and shall be
accompanied by a cashier's check in the amount of $500.00 representing the
filing fee, plus a cost bond in the amount of $2,500.00 to reimburse the City for all
administrative costs associated with the appeal process. The $2,500.00 bond
shall be returned to the Protester if the Protester prevails in the hearing before
the hearing examiner/special master. If the Protester does not prevail the City
shall keep the bond. Any grounds not stated shall be deemed waived.
Failure to file atimely formal written protest within the time period specified shall
constitute a waiver by the vendor of all rights of protest under this Bid/Proposal
Protest Procedure.
In the event of a timely protest, the City Manager shall select a hearing examiner
or special master, who shall be a member of the Florida Bar, who shall hold a
hearing and submit written findings and recommendations within fifteen (15) days
of the filing of the protest. The hearing examiner shall consider the written
protests, supporting documents in evidence, the City's recommendations and
supporting documentation and all evidence presented at the hearing. Such
finding and recommendation shall be filed with the City Clerk.
The hearing examiner's findings and recommendations shall be final. Appeals of
a decision by the hearing examiner shall be to the Miami -Dade County Circuit
Court. The prevailing party in the appeal may be entitled to recover any and all
attorneys' fees and costs incurred in the appeal.
1.14 LEGAL REQUIREMENTS:
Federal, State, county and City laws, ordinances, rules and regulations that in
any manner affect the items covered herein apply. Lack of knowledge by the
bidder will in no way be a cause for relief from responsibility.
The individual executing this proposal on behalf of the Company warrant to the
City that the Company is a Florida corporation duly constituted and authorized to
do business in the State of Florida, is in good standing and that Company
possesses all of the required licenses and certificates of competency required by
the State of Florida and the County of Miami -Dade to perform the work herein
described.
1.15 INDEMNIFICATION:
To the fullest extent permitted by Laws and Regulations, Contractor shall
indemnify and hold harmless the City and their consultants, agents and
employees from and against all claims, damages, losses and expenses, direct,
indirect or consequential (including but not limited to fees and charges of
attorneys and other professionals and court costs) arising out of or resulting from
the performance of the work, provided that any such claim, damage, loss or
expense (a) is attributable to bodily injury, sickness, disease or death, or to
injury to or destruction of tangible property (other than the work itself) including
the loss of use resulting there from and (b) is caused in whole or in part by any
willful and wanton or negligent or gross negligent acts or omission of
Contractor, any subcontractor, any person or organization directly or indirectly
employed by any of them to perform or furnish any of the work or anyone for
whose acts any of them may be liable, regardless of whether or not it is
caused in part by a party indemnified hereunder or arises by or is imposed
by Law and Regulations regardless of the negligence of any such party.
In any and all claims against the City or any of their consultants, agents or
employees by any employee of Contractor, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish
any of the work or anyone for whose acts any of them may be liable, the
indemnification obligation under the above paragraph shall not be limited in any
way by any limitation on the amount or type of damages, compensation or
benefits payable by or for Contractor or any such Subcontractor or other
person or organization under workers or workman's compensation acts,
disability benefit acts or other employee benefit acts.
It is the specific intent of the parties hereto that the foregoing indemnification
complies with Florida Statute 725.06 (Chapter 725). It is further the specific intent
and agreement of the parties that all of the Contract Documents on this project
are hereby amended to include the foregoing indemnification and the "Specific
Consideration" therefore.
The official title of the City is "City of Miami Gardens". This official title shall be
used in all insurance, or other legal documentation. City of Miami Gardens is to
be included as "Additional Insured" with respect to liability arising out of
operations performed for City of Miami Gardens by or on behalf of Contractor or
acts or omissions of Contractor in connection with such operation.
1.16 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of
Miami Gardens, Florida and its employees from liability of any nature or kind,
including cost and expenses for, or on account of, any copyrighted, patented, or
unpatented invention, process, or article manufactured or used in the
performance of the contract, including its use by The City of Miami Gardens,
Florida. If the bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that
the Bid prices shall include all royalties or cost arising from the use of such
design, device, or materials in any way involved in the work.
1.17 OSHA:
The bidder warrants that the product and services supplied to the City of Miami
Gardens, Florida shall conform in all respects to the standards set forth in the
Occupational Safety and Health Act of 1970, as amended, and the failure to
comply with this condition will be considered as a breach of contract. Any fines
levied because of inadequacies to comply with these requirements shall be borne
solely by the bidder responsible for same.
1.17A SAFETY PRECAUTIONS:
The bidder shall, if required, maintain suitable and sufficient guards and barriers
and, at night, suitable and sufficient lighting for the prevention of accidents and
all minimum safety standards required by Municipal, County, State and Federal
ordinances and laws shall be strictly met by the bidder
1.18 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall
have precedence.
1.19 ANTI -DISCRIMINATION:
The bidder certifies compliance with the non-discrimination clause contained in
Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race,
color, religion, sex or national origin.
1.20 QUALITY:
All materials used for the manufacture or construction of any supplies, materials
or equipment covered by this Bid shall be new. The items Bid must be new,
unless recycled materials are certified by bidder, the latest model, of the best
quality, and highest grade workmanship.
1.21 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Gardens property to
deliver materials or perform work or services as a result of a Bid award, the
successful bidder will assume the full duty, obligation and expense of obtaining
all necessary licenses, permits and insurance and assure all work complies with
all Miami -Dade County and City of Miami Gardens building requirements and the
Florida Building Code. The bidder shall be liable for any damages or loss to the
City occasioned by willful, wanton or gross negligence of the bidder (or agent) or
any person the bidder has designated in the completion of the contract as a
result of the Bid.
1.22 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE:
Bid Bonds, when required, shall be submitted with the Bid in the amount
specified in Special Conditions. After acceptance of Bid, the City will notify the
successful bidder to submit a performance bond and certificate of insurance in
the amount specified in Special Conditions.
1.23 DEFAULT/FAILURE TO PERFORM:
The City shall be the sole judge of nonperformance, which shall include any
failure on the part of the successful bidder to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time
stipulated.
Upon default by the successful bidder to meet any terms of this agreement, the
City will notify the bidder three (3) days (weekends and holidaysexcluded) to
remedy the default. Failure on the contractor's part to correct the default within
the required three (3) days shall result in the contract being terminated and upon
the City notifying in writing the contractor of its intentions and the effective date of
the termination. The following shall constitute default:
A) Failure to perform the work required under the contract and/or within the time
required or failing to use the subcontractors, entities and personnel as
identified and set forth, and to the degree specified in the contract.
B) Failure to begin the work under this contract within the time specified.
C) Failure to perform the work with sufficient workers and equipment or with
sufficient materials to ensure timely completion.
D) Neglecting or refusing to remove materials or perform new work where prior
work has been rejected as non conforming with the terms of the contract.
E) Becoming insolvent, being declared bankrupt, or committing act of
bankruptcy or insolvency, or making an assignment renders the successful
bidder incapable of performing the work in accordance with and as required
by the contract.
F) Failure to comply with any of the terms of the contract in any material
respect.
In the event of default of a contract, the successful bidder shall pay all attorney's
fees and court costs incurred in collecting any damages. The successful bidder
shall pay the City for any and all costs incurred in ensuing the completion of the
project.
1.24 CANCELLATION:
The City of Miami Gardens reserves the right to cancel this contract by written
notice to the contractor effective the date specified in the notice should any of the
following apply:
A) The contractor is determined by the City to be in breach of any of the terms
and conditions of the contract and/or to have failed to perform his/her
services in a manner satisfactory to the City. In the event the contractor is
found to be in default, the contractor will be paid for all labor and materials
provided as of the termination date. No consideration will be given for
anticipated loss of revenue or the canceled portions of the contract.
B) The City. has determined that such cancellation will be in the best interest of
the City to cancel the contract for its own convenience.
C) Funds are not available to cover the cost of the services. The City's
obligation is contingent upon the availability of appropriate funds.
1.25 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers; work
order number and/or quotation number, if applicable; details of service(s)
performed including service date, brief description, and shall be submitted in
DUPLICATE to Accounts Payable, City of Miami Gardens, 1515 N W 167th
Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169.
1.26 SUBSTITUTIONS:
The City of Miami Gardens, Florida WILL NOT accept substitute shipments of
any kind. Bidder(s) is expected to furnish the brand quoted in their Bid once
awarded. Any substitute shipments will be returned at the bidder's expense.
1.27 FACILITIES:
The City reserves the right to inspect the bidder's facilities at any time with prior
notice.
1.28 BID TABULATIONS:
Bidders desiring a copy of the Bid tabulation may request same by enclosing a
self-addressed stamped envelope with the Bid.
1.29 APPLICABLE LAW AND VENUE:
The law of the State of Florida shall govern the contract between the City of
Miami Gardens and the successful bidder and any action shall be brought in
Miami -Dade County, Florida. In the event of litigation to settle issues arising
hereunder, the prevailing party in such litigation shall be entitled to recover
against the other party its costs and expenses, including reasonable attorney
fees, which shall include any fees and costs attributable to appellate proceedings
arising on and of such litigation.
1.30 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Invitation for Bid is in
doubt as to the true meaning of the specifications or other Bid documents or any
part thereof, the Bidder must submit to the City of Miami Gardens Procurement
Manager at least seven (7) calendar days prior to scheduled Bid opening, a
request for clarification. All such requests for clarification must be made in
writing and the person submitting the request will be responsible for its timely
delivery.
Any interpretation of the Bid, if made, will be made only by Addendum duly
issued by the City of Miami Gardens Procurement Manager. The City shall issue
an Informational Addendum if clarification or minimal changes are required. The
City shall issue a Formal Addendum if substantial changes which impact the
technical submission of Bids is required. A copy of such Addendum will be sent
to each Bidder receiving the Invitation for Bid. In the event of conflict with the
original Contract Documents, Addendum shall govern all other Contract
Documents to the extent specified. Subsequent addendum shall govern over
prior addendum only to the extent specified.
1.31 CONTRACT:
A) A contract may be awarded to the lowest responsive, responsible Bidder(s)
whose Bid(s), conforming to the Invitation for Bid, is most advantageous to the
City of Miami Gardens. The lowest responsive, responsible Bidder(s) will be
determined in conjunction with the method of award which is described in the
Special Conditions. Tie Bids will be decided as described herein.
B) The City shall award a contract to a Bidder through action taken by the City
Council or the City Manager of the City of Miami Gardens, Florida.
C) The General Terms and Conditions, the Special Conditions, the Technical
Specification, and the Bidder's Bid are collectively and integral part of the
contract between the City of Miami Gardens and the successful Bidder.
D) While the City of Miami Gardens may determine to award a contract to a
Bidder(s) under this Invitation to Bid, said award may be conditional on the
subsequent submission of other documents as specified in the Special
Conditions. The Bidder shall be in default of any conditional award if any of
these documents are not submitted in a timely mariner and in the form required
by the City. If the Bidder is in default, the City, through the Procurement
Manager, will void its acceptance of the Bidder's offer and may determine to
select the second lowest responsive, responsible Bidder or re -solicit Bids. The
City may, at its sole option, seek monetary restitution from the defaulting Bidder
as a result of damages or excess costs sustained and/or may prohibit the Bidder
from submitting future Bids for a period of one year.
E) The City reserves the right to exercise the option to renew a term contract of
any successful Bidder(s) to a subsequent optional period; provided that such
option is stipulated in the Special Conditions and is contained in any contract
ultimately awarded in regard to this Bid.
F) The City reserves the right to automatically extend any contract for a
maximum period not to exceed ninety (90) calendar days in order to provide City
departments with continual service and supplies while a new contract is being
solicited, evaluated and/or awarded, in regard to this Bid.
G) The Bidder agrees and understands that the contract may not be construed
as an exclusive arrangement and further agrees that the City may, at any time,
secure similar or identical services at its sole option.
1.32 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of
any contract, including any or all of its right, title, or interest therein, or his or its
power to execute such contract to any person, company or corporation without
prior written consent of the City of Miami Gardens, which consent may be
withheld.
1.33 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees
required for this project; and shall comply with all laws, ordinances, regulation
building code requirements applicable to the work contemplated herein.
1.34 OPTIONAL CONTRACT USAGE:
Other State agencies, and/or Governmental Entities in the State of Florida may
purchase from the resulting contract. Contractors shall sell these commodities or
services to the other State agencies and/or Governmental Entities in the State of
Florida at the agencies' and/or entities option or as otherwise provided by law.
1.35 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this Bid from
the selected bidder. However, items that are to be "Spot Market Purchased" may
be purchased by other methods, i.e. Federal, State or local contracts.
1.36 WARRANTIES OF USAGE:
Any estimated quantities listed are for information and tabulation purposes only.
No warranty or guarantee of quantities needed is given or implied. It is
understood that the Contractor will furnish the City's needs as they arise.
1.37 PUBLIC ENTITY CRIMES:
As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who
has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a Bid on a contract to provide any goods or services
to a public entity, may not submit a Bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit Bids on
leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor or consultant under a contract with any
public entity, and my not transact business with any public entity in excess of the
threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
1.38 CODE OF ETHICS:
As provided in Article 9 Ethics in Public Contracting of the City of Miami Gardens
Ordinance No. 2005-10-28 and Ordinance 2008-03-139 "Cone of Silence", from
the time of advertising until the City Council deliberates on the making of an
award, there is a prohibition on communication with the City Manager and his
staff and Mayor and City Council. The ordinance does not apply to oral
communications at pre-bid/proposal conference, oral presentations before
selection committees, contract negotiations, public presentations made to the
City Council during any duly noticed public meeting or communications in writing
at any time with any City employee, official or member of the City Council unless
specifically prohibited by the applicable RFP, RFQ or bid documents. A copy of
all written communications must be filed with the City Clerk.
1.39 NON -COLLUSION:
By submitting this bid, Bidder certifies that this offer is made without prior
understanding, agreement, or connection with any corporation, firm or person
submitting an offer for the same materials, services, supplies, or equipment and
is in all respects fair and without collusion or fraud.
No premiums, rebates or gratuities are permitted, either with, prior to or after any
delivery of material or provision of services. Any violation of this provision may
result in the Contract cancellation, return of materials or discontinuation of
services and the possible removal from the vendor bid list(s).
1.40 PROHIBITION OF INTEREST:
No contract will be awarded to a bidding firm who has City elected officials,
officers or employees affiliated with it, unless the bidding firm has fully complied
with current Florida State Statutes and City Charter relating to this issue. Bidders
must disclose any such affiliation. Failure to disclose any such affiliation will
result in disqualification of the bidder and may result in removal from the vendor
bid list(s).
1.41 FLORIDA PUBLIC RECORDS ACT:
All material submitted regarding this bid becomes the property of the City. Bids
may be reviewed by any person ten (10) days after the public opening. Bidders
should take special note of this as it relates to any proprietary information that
might be included in their offer.
Any resulting contract may be reviewed by any person after the contract has
been executed by the City. The City has the right to use any or all
information/material submitted in response to this bid and/or any resulting
contract from same. Disqualification of a bidder does not eliminate this right.
1.42 UNBALANCED BIDS:
When a unit price bid has variable or estimated quantities, and the bid shows
evidence of unbalanced bid pricing, such bid may be rejected.
1.43 TIED BIDS:
In the event of an identical tied bid or proposal, preference will be given to local
vendors. If none of the vendors are local, preference will be given to a vendor
with a Drug -Free Workplace Program in accordance with Section 287.087,
Florida Statutes.
1.44 LOCAL PREFERENCE:
In accordance with the City of Miami Gardens Code of Ordinances Sec. 16,
regarding preference to local business, when evaluation percentages are used to
evaluate, and when a non -local business is the highest ranked proposer, and the
ranking of a local proposer is within 10% of the ranking, then the local proposer
shall proceed to negotiate. When a local business's price is within 10% of the
lowest non -local business, then the local business can offer a best and final bid,
within five days of bid opening, equal to or lower than the amount of the low bid
submitted by the non -local business.
1.45 PREFERENCE MONETARY CONTRIBUTIONS TO LOCAL SCHOOLS:
In accordance with the City of Miami Gardens Code of Ordinance regarding
preference to businesses that make monetary contributions to local public
schools, when evaluation percentages are used to evaluate, and when a non-
contributing business is the highest ranked proposer, and the ranking of a
contributing proposer is within 5% of the ranking, then the contributing proposer
shall proceed to negotiate. When a contributing business's price is within 5% of
the non-contributing business, then the contributing business can offer a best
and final bid within five days of bid opening, equal to or lower than the amount of
the low bid submitted by the non-contributing business. Lists of local schools
and complete ordinance can be viewed on the City's web page
www. m i a m igardens-fl.gov.
1.46 DRUG FREE WORKPLACE AFFIDAVIT:
Pursuant to Section 893.02(4), Florida Statutes, each bidder shall complete the
form on Drug Free Workplace Affidavit and submit same with any bid response.
1.47 MINORITY BUSINESSES:
The City of Miami Gardens encourages Minority Business Enterprises to
participate in this solicitation.
Ordinance 2011-01-243, establishes a program enabling the City to collect
relevant data to determine if MBE's that are eligible and qualified to perform
services on behalf of the City, are being given the opportunity to provide these
services.
The City of Miami Gardens encourages prime contractor, if subcontractors are to
be let, when economically feasible, to take affirmative steps to assure that
Minority Businesses are used when possible. Affirmative steps shall include:
• Placing qualified minority businesses on solicitation lists;
• Assuring that minority businesses are solicited whenever they are
potential sources;
Dividing total requirements, when economically feasible, into smaller
tasks or quantities to permit maximum participation by minority
businesses;
• Establishing delivery schedules, where the requirement permits, which
encourage participation of minority businesses;
• Using the services and assistance of the Minority Business Development
Agency of the Department of Commerce.
"ITB# 11-12-035 GUARDRAIL REPLACEMENT AND INSTALLATION"
August 23, 2012
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this contract is to repair and replace damaged or obsolete guardrail and
to install new guardrail at previously unprotected sites on existing roads. Most of the work
performed under this contract will be of a non -emergency nature allowing for advanced
planning. Emergency work may also be required to repair or install guardrail in the event
a crash or other unforeseen problem causes a hazard that requires guardrail protection
2.2 . .TERM OF CONTRACT:
It is requested that bidders quote fixed prices that will be guaranteed for an initial period
of two (2) years. The City of Miami Gardens reserves the right to exercise the option to
renew (subject to the appropriation of funds), for an additional two (2) year term.
Contract renewal shall be the City's prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of
the City. This contract may not be an exclusive contract. The successful bidder shall
notify the City in writing not less than ninety (90) days prior to renewal date of any
adjustment in the contract amount.
2.3 METHOD OF AWARD:
The City reserves the right to award this contract to a primary and secondary bidder(s) by
Group, if it is deemed to be in the best interest of the City. The City will, however, select
the primary bidder to order upon availability at the time, as required during the contract
period. Award based on price, and qualifications of responsive, responsible bidder.
2.4 PAYMENT:
Payment for work shall be authorized upon completion of all work specified in the
specifications.
The contractor shall submit a list of the areas repaired during the billing cycle, along with
the date it was performed. The total sum of areas serviced and their invoice prices shall
concur with the company's bid. Invoices shall be submitted for processing on a monthly
basis and payable in accordance with the Florida Prompt Payment Act.
PURCHASING CARD PROGRAM:
The City has implemented a purchasing card program through Sun Trust Bank, using the
VISA network. Contractors will receive payment from the purchasing card in the same
manner as other Visa purchases. The City can only accept VISA, however, the
purchasing card is not the exclusive method of payment. Please indicate your ability to
accept Visa purchasing card on Bid Form.
2.5 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the bidder is awarded a contract under this solicitation, the prices quoted by the bidder
on the Proposal Form shall remain fixed and firm during the term of this contract;
provided, however, that the bidder may offer incentive discounts from this fixed price to
the City at any time during the contractual term.
2.6 INSURANCE:
Bidders must submit with their bid, proof of insurance meeting or exceeding the
following requirements or a letter of intent to provide the following requirements if
awarded the contract:
2.6.1 Worker's Compensation Insurance — as required by law and Employer's
Liability Insurance - $1,000,000
The City of Miami Gardens will not accept filed certificates of exemption
forms for Worker's Compensation Insurance.
2.6.2 General Liability Insurance - $1,000,000 Combined Single Limit for bodily
injury and property damage
2.6.3 Automobile Liability Insurance for owned vehicles, non -owned vehicles &
hired vehicles - $100,000 Combined Single Limit or Split Limits of
25/50/50
The required insurance coverage shall be issued by an insurance company
authorized and licensed to do business in the State of Florida, with the minimum
rating of B+ or better, in accordance with the latest edition of A.M. Best's
Insurance Guide.
The successful bidder must submit, no later than ten (10) days after award and
prior to commencement of any work, a Certificate of Insurance naming the City of
Miami Gardens as additional insured.
2.7 CONTACT PERSON:
For any additional information regarding the specifications and requirements of this
proposal, contact: William Garviso, Facsimile: (305) 474-1285, e-mail:
wgarvisoPmiamigardens-fl.gov
2.8 PROPOSAL CLARIFICATION:
Any questions or clarifications concerning this Proposal shall be submitted in writing by
mail or facsimile to the Procurement Department, 1515 NW 167th Street; Bldg. 5 Suite
200, Miami Gardens, Florida 33169, FAX: (305) 474-1285, e-mail:
wgarviso@miamigardens-fl.gov The proposal title/number shall be referenced on all
correspondence. All questions must be received no later than seven (7) calendar days
before the due date. All responses to questions/clarifications will be sent to all
prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED
VERBALLY OR AFTER SAID DEADLINE.
. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.9 SUB -CONTRACTORS QUALIFICATIONS:
As part of its Bid Proposal, the Bidder is required to identify any and all Subcontractors
that will be used in the performance of the proposed contract, their capabilities and
experience, and the portion of the work to be done by the subcontractor. The
competency of the Subcontractor(s) with respect to experience, skill, responsibility and
business standing shall be considered by the City when making the award in the best
interest of the City. If the bidder fails to identify any and all sub -contractors in the Bid
Proposal, the bidder may be allowed to submit this documentation to the City during the
bid evaluation period if such action is in the best interest of the City.
2.10 REFERENCES:
Each proposal must be accompanied by a list of five (5) references, of prior experience
and similar work, which shall include contact person and telephone number and email
address. It is the responsibility of the bidder to ascertain that the contact person will be
responsive. NO PROPOSAL WILL BE CONSIDERED WITHOUT THIS LIST.
2.11 WARRANTY:
The successful bidder will be required to warranty all work performed. Bidder shall
warrant its products and/or service against faulty labor and/or defective material for a
period of one year
The bidder shall promptly correct any deficiency, at no charge to the City, within five (5)
calendar days after the bidder is notified of such deficiency in writing. If the bidder fails to
honor the warranty and/or fails to correct or replace the defective work or items within the
period specified, the City may, at its discretion, procure the products or services from
another vendor and charge the bidder for any additional costs that are incurred by the
City for this work or items.
2.12 COMPLETE PROJECT REQUIRED:
These specifications describe the various items or classes of work required, enumerating
or defining the extent of same necessary, but failure to list any items or classes under
scope of the several sections shall not relieve the contractor from furnishing, instating or
performing such work where required by any part of these specifications, or necessary to
the satisfactory completion of the project.
2.13 PROPOSAL SUBMITTAL:
All proposals submitted shall include the completed Proposal Form and all required
product information and any other items as indicated on the Proposal Form. Proposals
will be considered "Non -Responsive" if the required information is not submitted by the
date and time specified.
Before submitting proposal, each bidder shall make all investigations and examinations
necessary to ascertain if any addendums were issued by the Purchasing Department.
2.14 BIDDER QUALIFICATIONS: -
In order for proposals to be considered, bidders must submit with their proposal,
evidence that they are qualified to satisfactorily perform the specified work. Evidence
shall include all information necessary to certify that the bidder: maintains a permanent
place of business; has technical knowledge and practical experience in the type of
equipment included in this scope of work; has available the organization and qualified
manpower to the work and has adequate financial status to meet the financial obligations
incident to the work.
2.15 LATE PROPOSALS:
The City of Miami Gardens cannot accept proposals received after opening time and
encourages early submittal.
2.16 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Proposal Form and shall reference
the section. Any exceptions to the General or Special Conditions shall be cause for the
proposal to be considered non -responsive.
2.17 COMPLETE INFORMATION REQUIRED ON PROPOSAL FORM:
All proposals must be submitted on the attached Proposal Form and all blanks filled in.
To be considered a valid proposal, the ORIGINAL AND TWO COPIES of the Invitation for
Proposal and Proposal Form pages must be returned, properly completed, in a sealed
envelope as outlined in the first paragraph of General Conditions.
2.18 SOUTHEAST FLORIDA GOVERNMENTAL CO-OPERATIVE PURCHASING GROUP:
The bidder understands and agrees if any of the governmental entities or municipalities
who are members of the Southeast Florida Governmental Co -Op Purchasing Group may
participate in the resulting contract with the same terms and conditions through the
renewal periods.
Each governmental entity will be responsible for awarding the contract, issuing its own
purchase orders, and for order placement. Each entity will require separate billings, be
responsible for payment to the successful bidder and issue its own tax exemption
certificate as required by the bidder.
2.19 PARTICIPATING AGENCIES:
Each participating governmental City will be responsible for issuing its own Purchase
Obligations/ Task Orders. Each City will require separate billings, be responsible for
payment to the awarded contractor and issue its own tax exemption certificates as
required by the contractor. Invoicing instructions, site locations, and bonding
requirements, if applicable, will be in accordance with the respective City's requirements.
Any reference in this document to a single City will be understood as referring to all
participating agencies referenced in this bid.
Municipalities and other governmental agencies which are not members of the Southeast
Florida Governmental Co-operative Purchasing Group are strictly prohibited from utilizing
any contract or purchase order resulting from this bid award. However, other Co -Op
members may participate in this contract for new usage, during the contract term, or on
any contract extension term, if approved by the lead City. New Co -Op members may
participate in any contract, on acceptance and approval of the lead City.
Name & Address
Contact
Phone
City of Miami Gardens
1515 NW 167 Street, Ste 200
Miami Gardens, Florida 33169
Pam Thompson
(305) 622-8000
Town of Davie
6591 Orange Drive
Davie, Florida 33314
Herb Hyman
(954) 797-1016
City of Margate
570 Margate Boulevard
Margate, Florida 33063
Lynn A Clavette
(954) 935-5340
City of Oakland Park
3650 NE 12 Ave
Oakland Park, Florida 33334
Maggie Turner
(954) 630-4433
City of Tamarac
7525 NW 88'h Ave
Tamarac, Florida 33321
Keith Glatz
(954) 597-3567
City of Cooper City
PO Box 290910
Cooper City, Florida 33329
Kerri Anne Fisher
(954) 434-4300
City of Miami
444 SW 2nd Ave, 6 floor
Miami, Florida 33130
Terry Byrnes
(305) 416-1917
"ITB# 11-12-035— GUARDRAIL REPLACEMENT AND INSTALLATION"
August 23, 2012
3.1 Purpose:
The purpose of this contract is to repair and replace damaged or obsolete guardrail
and to install new guardrail at previously unprotected sites on existing roads. Most
of the work performed under this contract will be of a non -emergency nature
allowing for advanced planning. Emergency work may also be required to repair or
install guardrail in the event a crash or other unforeseen problem causes a hazard
that requires guardrail protection.
3.2 Task Order Time frames:
3.2.1 Emergency Repairs: When the City determines that a guardrail needs
.immediate repair, the.Contractor will respond by visiting the site and providing the
cost and timeframe estimate within 48 hours of the issuance of the request. In
addition, the Contractor must begin on site work within 48 hours of the issuance of
the task order. Mobilization costs will only be applicable to emergency repair
invoices. No invoices will be processed and/or paid until project site(s) have been
inspected and approved/accepted by the City.
3.2.2 Non -Emergency Repairs and Installations: Most repairs and installations
will be non -emergency, allowing 5 working days after the issuance of the request to
provide the cost and timeframe estimate, and 15 working days after issuance of the
task order to begin on -site work. Work at each site will be completed within 5
working days of work commencement, unless the installation of more than 1000 feet
of guardrail is required -in which case 1 additional day for every 200 feet of guardrail
is acceptable. No separate payment will be made for mobilization on non -
emergency repairs or installations. No invoices will be processed and/or paid until
project site(s) have been inspected and approved/accepted by the City.
3.3 Specifications and Standards:
Unless otherwise specified, all traffic safety devices by this specification shall meet
all requirements in the 2008 edition of the Florida DOT Roadway and Traffic Design
Standers (hereinafter called "Design Standards") and the Florida DOT Standard
Specifications for Road and Bridge Construction 2007 edition (hereinafter called
"Standard Specifications"). All supports and fasteners (including steel trailing end -
anchorage rods) will be Galvanized per ASTM A153.
Contractor must comply with all Dade and Broward County, OSHA, and Department
of Environmental Protection, safety, environmental, permitting, and other
regulations.
3.4 Task Order:
Changes from the authorized work described in the task order for each site must be
approved in advance by the City before the contractor performs the work. Final
payment will be based on actual authorized work performed.
3.5 Repairs:
For each repair task order, the City will designate the site, the Contractor will visit
the site to assess the damage and condition and submit a proposal listing materials,
costs and timeframes to complete the work. The proposal will separate repair items
into ones that can be reset and ones that must be replaced. The City will review,
verify, and approve the Contractor's proposal and issue a task order. Salvage
guardrail material whenever possible.
3.6 Maintenance of Traffic:
The Contractor is responsible for the Maintenance of Traffic in accordance with the
Design Standards (index 600). These requirements are to be considered as
minimum and the Contractor's compliance will in no way relieve the Contractor of
final responsibility for providing adequate traffic control devices for the protection of
the public and the Contractor's employees throughout the work area. Maintenance
of traffic compensation will be included in the contract unit prices. No separate
payment will be made for maintenance of traffic.
3.7 Utilities:
The Contractor is required to make the Sunshine State One Call (800 432-4770) to
flag any underground utilities. The Contractor is also responsible for contacting the
owners of any overhead utilities that could pose unsafe working conditions.
3.8 Clearing/Grubbing:
The Contractor is responsible for the guardrail site preparation. However the City
will remove any trees with diameters greater than three (3) inches as necessary.
3.9 Re -galvanization:
The City will allow spot re -galvanization of salvageable materials on a limited basis
_at its discretion. The re -galvanization process will be considered as incidental to the
contract.
3.10 Cleanup:
The Contractor will remove all debris, including original guardrail materials from the
right-of-way at the end of each workday. The Contractor will haul off and dispose of
all unsalvageable material. All costs for removing, transporting, un-loading, or
disposing of material will be included in the contract unit price of item. Site cleanup
will not be paid for separately but will be considered incidental to the work being
performed.
3.11 Damage:
All items damaged as a result of the Contractor's operations (such as mail boxes,
drainage structure, items of landscaping, fences, etc.) will be either repaired or
replaced by the Contractor, at the Contractor's expense, in a manner prescribed by
the City's representative, prior to any payment for that site.
3.12 Guardrail Installation
3.12.1 Guardrail Type. Guardrail to be installed pursuant to this contract is in
accordance with Design Standards and Standard Specifications unless otherwise
specified by the City.
3.12.2 Permissible Post and Off -Set Combinations. Permissible post and offset
block combinations are as provided in the Design Standards (index 400).
3.12.3 Guardrail Reflectors. Guardrails shall have acrylic plastic reflectors
mounted on the rail. The reflector color shall conform to the color of the near lane
edge line. The galvanized -steel or aluminum, shall be in accordance with Design
Standards (Index 400) or as called for on the City.
3.13 Posts:
3.13.1 General: The posts shall be timber or steel. The particular type selected
shall conform to the Design Standards (Index 400).
3.13.2 Special Steel Posts: Used in areas of construction where guardrail systems
in the presence of culverts, pier footings or other structures preclude normal post
installation and shall be applied in accordance with the Design Standards (Index
400).
3.13.3 Setting Posts: The posts shall be set vertically to the appropriate depth and
shall be accurately lined and relined in accordance with Design Standards
(Index 400) section 536-3 as necessary. Where the posts are not set in concrete
structures, the postholes shall be backfilled with suitable material, which shall be
thoroughly tamped. As an alternate method, the Contractor may use a post -
driving machine meeting the approval of the City and capable of driving the
posts without damaging.
3.14 Anchor Blocks:
Anchor blocks shall be of Class 1 concrete and shall be constructed and placed in
accordance with the requirements shown, or as directed by the City.
3.15 Offset Blocks:
Guardrail offset blocks shall be in accordance with the Design Standards (Index
400) and Standard Specifications of the sizes and type called for by the City.
3.16 End Anchorage Assemblies:
Guardrail end anchorage assemblies shall be in accordance with the Design
Standards (Index 400).
3.17 Bridge Anchorage Assemblies:
Guardrail bridge anchorage assemblies shall be in accordance with the Design
Standards (Index 400).
3.18 Miscellaneous Paving:
Guardrail paving will be a minimum three (3) feet wide and a minimum two (2)
inches thick. Other widths of Guardrail Paving will be required in accordance with
Design Standards (Index 400).
3.19 Method of Measurement:
3.19.1 Guardrail Assembly: The quantity to be paid for will be the plan quantity, in
feet, constructed, in place and accepted. Unless specified separately guardrail
assemblies will include posts, special posts, panels, blocks, hardware, reflectors
and Incidental items. The plan length of a run of guardrail will be determined as a
multiple of the nominal panel lengths plus the nominal lengths of terminal sections,
unless payment for the terminal sections are included in the end anchorage or
bridge anchorage assemblies.
3.19.2 End Anchorage Assemblies: The quantity to be paid for will be the number
of each type as designated, constructed, in place and accepted.
3.19.3 Special Guardrail Posts: If specified separately, the quantity to be paid for
will be the number of each, constructed, in place and accepted. The designation
"Special Guardrail Posts" will include only such posts as require special fabrication,
for installation at locations where the normal setting would conflict with concrete
structures, such as approach slabs, culvert slabs, footings, inlets, etc. Special posts,
however, will not include posts for double -face median guardrail, regardless of
whether they are embedded in or attached to concrete.
3.19.4 Bridge Anchorage Assemblies: The quantity to be paid for will be the
number of each, constructed, in place and accepted.
3.19.5 Guardrail Anchorage (Concrete Barrier Wall): The quantity to be paid for
will be the number of each, constructed, in place and accepted.
3.19.6 Special Length Guardrail Posts: If specified separately, the quantity to be
paid for will be the number of each, constructed, in place and accepted.
3.19.7 Removal of Existing Guardrail Assemblies: The quantity to be paid for will
be the length, in feet, measured prior to removal.
3.19.8 Special Steel Guardrail Posts with Accessories: If specified separately,
the quantity to be paid for will be the number of each, constructed, in place and
accepted.
3.20 Basis of Payment:
3.20.1 Guardrail . Assembly: Price and payment will be full compensation for all
work specified under this Section, including the furnishing and installing of the
acrylic plastic reflectors and all other materials as specified. Payment will be made
under the items as follows.
a. Where the Contactor furnishes all materials for the guardrail, and the Engineer
does not require shop -bent rails, payment will be made under the basic item of
Guardrail Assembly.
b. Where the radius of the guardrail installation is such as to require shop bending
of the guardrail panels, payment will be made under the item of Guardrail Assembly
(Shop -bent Panels).
All component parts of the complete guardrail installation will be included in the
price per foot for the above items except for the separate payments to be made
under the special items listed below.
3.20.2 End Anchorage Assemblies: Price and payment will include all
components specified on the plans and Roadway and Traffic Design Standards.
3.20.3 Special Guardrail Posts: If specified separately, price and payment will
include all costs for furnishing and installing the special posts that are over and
above the costs for the normal posts, which are replaced by such special posts.
3.20.4 Bridge Anchorage Assemblies: When the plans provide for direct payment
for Bridge Anchorage Assemblies, price and payment will include furnishing and
Installing the special End Shoes, Wood Blocks or Retrofit Wing Posts, Concrete
Anchor Posts and necessary hardware. When the plans do not provide for direct
Payment for Bridge Anchorage Assemblies, the Contractor shall include the cost for
the assemblies in the Contract price per foot for the guardrail.
3.20.5 Guardrail Anchorage (Concrete Barrier Wall): Price and payment will be
included on installing connections to concrete barrier walls, as shown on the
Roadway and Traffic Design Standards, (Index No.'s 400 and 410).
3.20.6 Special Length Guardrail Posts: If specified separately, price and payment
will include all costs for furnishing and installing the special posts that are over and
above the costs for the normal posts, which are replaced by such special posts.
3.20.7 Removal of Existing Guardrail Assemblies: Price and payment will be full
compensation for all work specified in this Section, including all labor and
equipment required for removal and disposition of the existing guardrail, as
specified in the plans. No additional payment will be made for the removal of the
back rail on double face guardrail, thrie beam guardrail, nested rail, safety pipe rail,
rub rail or end anchorages.
3.20.8 Special Steel Guardrail Posts with Accessories: If specified separately,
price and payment will include all components specified on the plans and Roadway
and Traffic Design Standards.
3.20.9 Payment Items: Payment will be made under:
Item No. 1 Miscellaneous Paving for Standard Guardrail Sections -per Sq. Yd.
Item No. 2 Guardrail Assembly (W — Beam)* — per foot.
Item No. 3 Guardrail Assembly (Thrie Beam)* - per foot.
Item No. 4 Guardrail Assembly (Shop Bent W - Beam)* - per foot.
Item No. 5 Guardrail Assembly (Shop Bent Thrie Beam)* - per foot.
Item No. 6 Special Guardrail Posts — each.
Item No. 7 Bridge Anchorage Assemblies — each.
Item No. 8 Special Steel Guardrail Posts with Accessories — each.
Item No. 9 Special Length Guardrail Posts — each.
Item No. 10 Guardrail Anchorage (Concrete Barrier Wall) - each.
Item No. 11 End Anchorage Assemblies (Type 1I) — each.
Item No. 12 End Anchorage Assemblies (MELT) — each.
Item No. 13 End Anchorage Assemblies (CRT) — each.
3.21 Repair Guardrail:
3.21.1 Description: The work specified in this Section consists of the removal and
disposal of existing damaged guardrail material and/or the resetting of salvaged
guardrail along with necessary new materials. Unless otherwise authorized by the
City Engineer the replacement of parts or materials shall be replaced with like
materials. The guardrail shall be repaired or reset at locations in accordance with
the Design Standards (Index 400) for guardrail construction or as directed by the
City.
3.21.2 Materials: The Contractor shall use caution in removing existing guardrail so
as to prevent damage to materials to be reused.
1. The Contractor shall furnish new materials as required to complete the
guardrail repair.
2. All offset blocks, and hardware on repaired sections of guardrail shall be
new.
3. Steel post with no damage may be reset with prior approval from the
Town, timber posts in damaged sections will be replaced.
4. Only the use of new reflectors where replacement or resetting is required
is authorized.
3.21.3 Construction Methods:
1. Set posts in accordance with the requirements of the Design Standards
(Index 400) Section 536-3
2. Erect guardrail panels, anchors, and hardware in accordance with design
standards for guardrail construction or as modified by the detailed plans.
3. Replace any salvageable materials damaged by operations at no
expense to the City.
4. Use a consistent type of post and rail throughout a run of guardrail.
3.22 Method of Measurement:
3.22.1 Replace Panels: The quantity to be paid for will be the length, in feet,
removed and replaced measured in place.
3.22.2 Reset Existing Guardrail: The quantity to be paid for will be the length, in
feet reset, measured in place.
3.22.3 Reset Steel Posts: The quantity to be paid for will be the number of each
reset.
3.22.4 Replace Posts: The quantity to be paid for will be the number of each
replaced.
3.22.5 Replace Special Guardrail Posts: The quantity to be paid for will be
the number of each replaced.
3.22.6 Replace Special Steel Guardrail Posts with Accessories: The quantity to
be paid for will be the number of each replaced.
3.22.7 Replace Special Length Guardrail Posts: The quantity to be paid for
will be the number of each replaced.
3.22.8 Replace End Anchorage Assemblies: The quantity to be paid for will be
the number of each replaced.
3.22.9 Replace Incidentals: This item (offset blocks, reflectors, brackets, fasteners,
etc) is normally incidental to another item. In the event only the incidental item is
replaced, this item should be used. The quantity to be paid for will be the number of
each replaced when only the incidental item is replaced.
3.22.10 Removal of Existing Guardrail Assemblies: The quantity to be paid for
will be the length, in feet, measured prior to removal. Removal will include all items
making up a guardrail assembly.
3.22.11 Replace Bridge Anchorage Assemblies: The quantity to be paid for
will be the number of each replaced.
3.22.12 Replace Guardrail Anchorage (Concrete Barrier Wall): The quantity to
be paid for will be the number of each replaced.
3.22.13 Emergency Mobilization: The quantity to be paid for will be the number of
sites on which emergency mobilization is performed.
3.22.14 Replace Posts (Steel in Concrete): The quantity to be paid for will be
the number of each replaced.
3.22.15 Replace Ends: The quantity to be paid for will be the number of each
replaced.
3.22.16 Cold Patch for Posts: The quantity to be paid for will be the number of
each replaced.
3.23 Basis of Payment:
3.23.1 Replace Panels: Price and payment will include all labor, materials,
and equipment required for removal and disposal of existing guardrail panels
and replacement with new panels.
3.23.2 Reset Existing Guardrail: Prices and payments for resetting guardrail will
be full compensation for all work specified in this Section, including furnishing all
required new hardware.
3.23.3 Reset Steel Posts: Prices and payments for resetting steel posts will be full
compensation for all work specified in this Section, including furnishing all required
new hardware.
3.23.4 Replace Posts: Price and payment will include all labor, materials, and
equipment required for removal and disposal of existing posts in areas pro-
vided by the Contractor, backfilling and compacting existing holes, and re-
placement with new posts.
3.23.5 Replace Special Guardrail Posts: Price and payment will include all labor,
materials, and equipment required for removal and disposal of existing posts in
areas provided by the Contractor, backfilling and compacting existing holes, and
replacement with new posts.
3.23.6 Replace Special Steel Guardrail Posts with Accessories: Price and
payment will include all labor, materials, and equipment required for removal and
disposal of existing posts in areas provided by the Contractor, backfilling and
compacting existing holes, and replacement with new posts.
3.23.7 Replace Special Length Guardrail Posts: Price and payment will include
all labor, materials, and equipment required for removal and disposal of existing
posts in areas provided by the Contractor, backfilling and compacting existing holes,
and replacement with new posts.
3.23.8 Replace End Anchorage Assemblies: Price and payment will include all
labor, materials, and equipment required for removal and disposal of existing
assemblies in areas provided by the Contractor and replacement with new
assemblies.
3.23.9 Replace Incidentals: When the proposal includes a separate item of
payment for this item (normally included as an incidental on another item), price and
payment will include all labor, materials, and equipment required for removal,
disposal, and replacement of the incidental.
3.23.10E Removal of Existing Guardrail Assemblies: Price and payment will
include all labor and equipment required for removal and disposition of the existing
guardrail, as specified in the plans. No additional payment will be made for the
removal of the back rail on double face guardrail, thrie beam guardrail, nested rail,
safety pipe rail, rub rail or end anchorages.
3.23.11 Replace Bridge Anchorage Assemblies: Price and payment will include
all labor, materials, and equipment required for removal and disposal of existing
assemblies in areas provided by the Contractor and replacement with new
assemblies.
3.23.12 Replace Guardrail Anchorage (Concrete Barrier Wall): Price and
payment will include all labor, materials, and equipment required for removal and
disposal of existing anchorages in areas provided by the Contractor and
replacement with new anchorages.
3.23.13 Emergency Mobilization: When the proposal includes a separate item of
payment for this work, the work and incidental costs specified as being covered
under this Section will be paid for the item of Emergency Mobilization.
3.23.14 Replace Posts (Steel in Concrete): Price and payment will include all
labor, materials, and equipment required for removal and disposal of existing posts
in areas provided by the Contractor, replacement with new posts, and replacement
of existing concrete.
3.23.15 Replace Ends: Price and payment will include all labor, materials, and
equipment required for removal and disposal of existing ends and replacement with
new ends.
3.23.16 Cold Patch for Posts: The quantity to be paid for will be the number of
posts replaced requiring cold patching.
3.23.17 Payment Items: Payment will be made under:
Item
Item
Item
Item
Item
Item
Item
foot.
Item
Item
Item
Item
Item
each
Item
Item
No. 1 Emergency Mobilization — each.
No. 2 Reset Existing Guardrail — per foot.
No. 3 Reset Steel Post — each.
No. 4 Replace Panels (W — Beam Straight Sections) — per foot.
No. 5 Replace Panels (Thrie Beam Straight Sections) — per foot.
No. 6 Replace Panels (W — Beam Shop Bent Sections) — per foot.
No. 7 Replace Panels (Thrie Beam Shop Bent Sections) — per
No. 8 Replace Special Guardrail Posts — each.
No. 9 Replace Bridge Anchorage Assemblies —each.
No. 10 Replace Incidentals (Offset Block)*** — each.
No. 11 Replace Incidentals (Reflector Only)*** — each.
No. 12 Replace Special Length Guardrail Posts with Accessories -
No. 13 Replace Special Length Guardrail Posts — each.
No. 14 Replace Guardrail Anchorage (Concrete Barrier Wall) -
each.
Item N
Item N
Item N
Item No
Item No
Item No
Item No
Item No
Item No
Item No
3.24 PROTECTION:
3.24.1
o. 15 Replace Posts — each.
o. 16 Replace Posts (Steel in Concrete) — each.
o. 17 Replace End Anchorage Assemblies (Type II) — each.
. 18 Replace End Anchorage Assemblies (MELT) — each.
. 19 Replace End Anchorage Assemblies (CRT) — each.
. 20 Replace Ends Buffered - each.
. 21 Replace Ends Flared — each.
. 22 Cold Patch for Posts — per post.
. 23 Removal of Guardrail Assembly (W — Beam) — per foot
. 24 Removal of Guardrail Assembly (Thrie Beam) — per foot
The contractor shall be solely responsible for pedestrian and vehicular
safety and control within the work site and shall provide the necessary
warning devices, barricades and ground personnel needed to give
safety, protection, and warning to persons and vehicular traffic within the
area. All minimum safety standards required by Municipal, County, State
and Federal ordinances and laws shall be strictly met by the contractor.
3.24.2 Contractor shall make all necessary arrangements with the utility
companies concerned for protection of their lines during the work period.
Contractor shall exercise extreme caution to eliminate any possibility of
damage to any utilities. Prior to commencing of any work at each site the
contractor shall locate and mark any existing gas lines, water lines,
sprinkler heads, fire hydrants, sewers, septic tanks, drain fields, wells,
drainage structures, telephone and power cables, buried markers and
other utilities that may be endangered by or be a hazard to the tree
removal operations (Sunshine One State Call of Florida 1800-432-4770.)
Inspection of the site shall include seeking any downed power or
telephone lines which may be hidden in the undergrowth. If any is found
Contractor shall provide a report to the City for notification of the proper
authority immediately. No work shall be performed at the site until after
such utility damage has been repaired.
3.24.3 Contractor shall have "on -site" supervisor fully conversant in the safety
procedures to be followed in case of injury and/or accident.
3.24.4 All work must be performed following EPA requirements and OSHA safety
standards and regulations.
3.25 EMPLOYEES:
3.25.1 Contractor shall be responsible for the appearance of all working
personnel assigned to the project (clean and appropriately dressed at all
times). Personnel must be able to supply proper identification at all
times.
3.25.2 All employees of the contractor shall be considered to be at all times the
sole employees of the contractor, under the contractor's sole direction,
and not an employee or agent of the City of Miami Gardens. The
contractor shall supply competent and physically capable employees and
the City may require the contractor to remove any employee it deems
careless, incompetent, insubordinate or otherwise objectionable and
whose presence on work site is not in the best interest of the City. City
shall not have any duty to implement or enforce such requirements.
3.25.3 Contractor shall assign an "On Duty" supervisor who speaks and reads
English.
3.26 STORAGE OF MATERIALS:
The contractor must provide for own storage of material and equipment,
if needed. No on -site storage is permitted at the work area or other
public areas.
3.27 REMOVAL OF DEBRIS AND CLEANING UP:
Prior to acceptance of the work by the City, the contractor shall remove
from site all trash and debris and shall dispose of such materials at
approved dump sites
3.28 BID CHECK LIST
YES NO_ 1. Copy of appropriate Permits/License
YES NO_ 2. Proof of ability to obtain insurance
YES NO 3. Bid Submittal Price
YES NO 4. Bid signed by authorized representative
YES NO 5. Vendor Representative Contact information
YES_ NO 6. References with Phone & Fax Numbers, E-mail Address
YES NO 7. List of Similar Contracts
YES NO 8. Bid prepared in duplicate
YES NO 9. City Business Tax Receipt (if applicable)
YES NO 10. MBE Certification
YES NO 11. Accept VISA Credit Card for payment
YES NO 12. Equipment List
The blank spaces in the Bid submittal form must be filled in, and no change shall be
made either in the phraseology of or in the items mentioned in the Bid form. A
vendor must bid on complete sections of this bid. Sections will not be subdivided for
award. Any bid containing a "NO BID" in any portion of a section will not be
considered for that section award.
BID SUBMITTAL
Submit Proposal to:
CITY OF MIAMI GARDENS
PROCUREMENT DEPARTMENT
1515 N W 167th Street
Mail to: Bldg. 5 Suite 200
Deliver to: Bldg. 7 suite 440
Miami Gardens, Florida 33169
BID #11-12-035
Title: GUARDRAIL
REPLACEMENT AND
INSTALLATION
Date: August 23, 2012
(Vendor)
agrees to supply labor, equipment, supplies required to perform Guardrail replacement
and installation services as defined in this Bid in accordance with the requirements of the
Specifications, Drawing and Bid Documents.
Gentlemen:
The undersigned Bidder has carefully examined the Specification requirements,
Bid/Contract Documents and is familiar with the nature and extent of the Work and any
local conditions that may in any manner affect the Work to be done.
The undersigned agrees to provide the services called for by the Specifications, and Bid
Documents, in the manner prescribed therein and to the standards of quality and
performance established by the City for the unit Bid price stated in the spaces herein
provided.
The undersigned agrees the right of the City to hold all Bids and Bid guarantees for a
period not to exceed ninety (90) days after the date of Bid opening stated in the Invitation
to Bid.
The undersigned accepts the invoicing and payment policies.
Upon award of this Bid the City and Contractor each binds himself, his partners,
successors, assigns and legal representatives to the other party hereto in respect to all
covenants, agreements and obligations contained in the Bid Documents.
The Contractor, by signing the Bid Submittal pages, acknowledges and agrees to abide by
all the terms, conditions and specifications contained in this Bid Document. If this bid is
accepted, the undersigned bidder agrees to enter into and execute the contract and accept
the bid rates as full compensation for Guardrail replacement and installation services
under this contract.
All costs for materials, equipment, labor, maintenance, etc. required to Furnish, Deliver,
Install Trees and Palms shall be included in this price.
SERVICE REQUIREMENTS OF THE CONTRACT VENDOR:
Vendor shall insure adequate personnel and equipment to provide specified levels of YES NO
service.
Vendor shall work with City of Miami Gardens personnel to insure satisfactory YES NO
service.
Authorized Signature(Manual) Authorized Signature (Printed)
Date
Corporate Seal
Submit Proposal to:
CITY OF MIAMI GARDENS
PROCUREMENT DEPARTMENT
1515 N W 167th Street
Mail to: Bldg. 5 Suite 200
Deliver to: Bldg. 7 suite 440
Miami Gardens, Florida 33169
BID #11-12-035
Title: Guardrail Replacement
and Installation
Date: August 23, 2012
To be opened and publicly read, Thursday, August 23, 2012 at 2:00 P.M. in
Council Chambers.
Vendor Name:
Terms: Proposer see Paragraph 1.2
Vendor Mailing Address:
F.E.I.D. No:
City, State, Zip Code:
Cashier's Check/Proposal Bond is
attached, when required, in the
amount of $ N/A
Telephone :( )
Fax:( ) Toll Free: (800)
Proposal Contact Person (Please print clearly):
Supplier Qualification Statement
Proposer declares that there has been an examination of the specifications
of the work and is informed fully in regard to all conditions pertaining to
the scope of services to be provided in accordance with the proposal
documents.
All costs for materials, equipment, labor, supervision etc. required to complete the project(s) shall be included in this price.
SUBMITTAL DOCUMENTS
Guardrail Installation, Maintenance and Repair
BID FORM - PAGE 1 of 2
w
o_
r
Item
#
Description Group i
,,;
Quantity
Unit
Unit Price
Numerical
Extended Price
Numerical
Extended Price
Written (Includes
all Materials &
Labor)
Guardrail New Installation
1
Misc Paving for Standard Guardrail Sections
200
Sq.
Yd.
$
$
2
Uai. lAssettlties,WeamM- E,SQ
60
Fool,
MID .
a�
3
Guardrail Assemblies (Thrie-Beam)"
400
Foot
.$
$
d' ,'
tdtriMt Afaiii lieSIWW Bent W.Bea m t
$~'
5
Guardrail Assemblies (Shop Bent Thrie-Beam)'
100
Foot
$
$
:&..
SpeclaI Guardrail Posts, .;..
, -50
r ,Eaoh
$ t
",:$,
7
Bridge Anchorage Assemblies
20
Each
$
$
r,.fi, a:
t.evs 4 wxc Z
'NSpediai?Steel eGuacdraliPiasts wt#h Accessones-�t. - �
,�a *`
, .:� �504.�,
.Da S
;,Each �
y
_'$` � , m ��;';,>�:
,�$
9
Special Length Guardrail Posts
50
Each
$
$
i3O
,.Gua`r'dra(Anshorage.,(Goncrete.Bgiier W atl}ttryg
2
tEach
,4
.s.��
11
End Anchorage Assemblies (Type II)
12
Each
$
$
1
End.Anchorage=Assemblies:.(MELTwarz,�,
�10,i
Each
$'��,�`.
13
End Anchorage Assemblies (CRT)
10
Each
$
$
Guardrail New Installation Total
• Must submit a bid for all items
• • Guardrail Assemblies consist of labor and components for a complete guardrail installation/removal.
• " Quantities are provided for bidding purposes only and are not guaranteed - amounts could increase/decrease based upon the needs of the Town.
SUBMITTAL DOCUMENTS
Guardrail Installation, Maintenance and Repair
BID FORM - PAGE 2 of 2
TYPE
Item
#
Description Group 1
'"
Quantity
Unit
Unit Price
Numerical
Extended
Price
Numerical
Extended Price
Written (Includes
all Materials &
Labor)
Guardrail Repair/Reset
1
Emergency Mobilization
1
Each
$
$
= _2
Resetez stirs :Guardrail" ;
9° � . , ��;� �.u., �
� �f,40 �;..
W+ +
Foci#�
1
� $�,
<' r
$ ,���-� _ fir.
g
�} .�, ,.:��.� -,_
3
Reset Steel Post
25
Each
$
$
`4 �:�
_ l-e_.
�F,ieplace::Panets;(1/V BeamStraight;Section)�n�� �
�?� s450AV
iFoti
MIME
11$4�"
5
Replace Panels (Thrie Beam, Straight Section)
150
Foot
$
$
6
Replace Panels (W-8eam, Shop Bent Section)„?,Z
eg70 wcz
Foot.',;
,$,
..:$-
7
Replace Panels (Thrie Beam, Shop Bent Section)
50
Foot
$
$
8
Replace Special Guardrait=Past . w _,
1.0 6
Each
9
Replace Bridge Anchorage Assemblies
10
Each
$
$
*ION
Fieplacet'ncrtientalsroffsetaBlocktOnly).�„����, r�,
103.E
Each
$
11
Replace Incidentals (Reflector Only)***
125
Each
$
$
k 1,2,,.'':Re
lace-S tai")Steel.GuardraUi,Post:with.Accessoness
x1'20 . il)Each=
13
Replace Special Length Guardrail Posts
20
Each
$
$
,1,
.Replace GuardrailrAnchorage (Goner'° y � . � '� ete1Barne r,UVall)rg
0..: >
: Each
s-� "-:_; ��:�
u$,... ,., 10
15
Replace Posts
30
Each
$
$
1,6
ReplaceP sts;(Steel in70onc ete)
10
Each
$
:« k =
17
Replace End Anchorage Assemblies (Type II}
11
Each
$
$
1 �fi
8��;Replace;,EndAnchorage_Assemtiiies{(MELT,}�d*..u��o.
wA s;. .
,:, � �a x_�.� �
10, '
..._ ���
Each �t
19
Replace End Anchorage Assemblies (CRT)
10
Each
$
$
'. 20.K
ReplaceEnd (Buffered) " .' ?
11
Each
$
$
}�
21
Replace End (Flared)
10
Each
$
$
li421
ilt51810i1KfalKigts
10.
Each;
$.. ..
$
Guardrail Replace/Reset TOTAL ===>
$
I
Removal
23
Removal of Guardrail Assembly (W-Beam)
200
Foot
$
$
t �
24
*AVT5x'- s -f—,. , £�
;Removalrof Guardrail Assembly,.(Thne Beam).ro�
`200.< ...
F,00t.
$
. `$
4
M
x
`
F
Guardrail Removal TOTAL =__>
$
Group I Total
$
Description Group II
25
Furnish and install guardrail (roadway) end anchorage
assembly parallel type
2
Each
$
$
26�
Furnish and Install Guardro roadwa *pa nteedGreen 1
y)
--(forestrGr`,"sent$81,0"n',6058}vwrth;wood.blocktand:steel.Post, �
�„.250�a�;,r,Foof-
"
���
$";�`�`
£
r T
27 "
Repair and Replace green (Forest Green 8810-6058)
painted Guardrail Roadway) wood, block and steel post.
250
Foot
$
$
28p.,:wldeand;Pfpe.raiirnasneeded�+�s�a,.250
Repairi.oiti .Replace Guards (roaaddway)'andhwootl bloc
and steel post with asphaltlmowing,,strip 2 thick by aft
yd ,,, in .,eeded. xr
x
s �
u
t
Foot
s
$-
p
��
f
29
Furnish and Install Guardrail, shop bent with wood, block
and steel post in asphalt with asphalt mowing strip 2" thick
by 3 Feet wide.
50
Foot
$
$
u30. _
Furrnsh and Insttali Guardrail (roadway.) with wood block
and steeliposttiri asphalt with -asphalt mowstriping 2Frtliick
by 3,Feet=:wide_ and':optiorialirarlmq:„,
*..K300
�
Foat
;
;
* fi
F
Group II TOTAL
Must submit a bid for all items
• -•' As the cost of offset blocks and reflectors are included in the hardware portion of the cost for repair/reset of other items, the
1 only be used when only offset blocks or reflectors are replaced.
Will accept VISA purchase card as payment Yes No
Dated this day of
(Month) (Year)
Signature
Print
Phone: Fax:
E-Mail:
The Contractor, certifies that the Bid Submittal is made without prior understanding, agreement, or
connection with any corporation, firm, or person submitting a Bid for the same materials, supplies or
equipment, or services and is in all respects fair and without collusion or fraud. 1 agree to abide by
all conditions of this Bid Submittal and certify that 1 am authorized to sign this Bid for the bidder and
that the bidder is in compliance with all requirements of the Bid, including but not limited to,
certification requirements. 1 certify that I have read and agree to all General Conditions:
Authorized Signature (Manual) Authorized Signature (Printed)
Date
Corporate Seal
Bidder acknowledges the receipt of Addenda No.'s: (please list the date
received in the square below)
2 3
4 5 6
7 8 9
10
SER\
•SE
IVE INFOGRNIA
The following individuals are the designated contacts assigned to the
City:
REGULAR WORK HOURS:
Name:
Address:
Telephone: ( )
AFTER WORK HOURS, WEEKEND & HOLIDAYS:
Name:
Address:
Telephone: ( )
JNI)IV:ID
TNERSHIP
By:
(Signature)
(Print name)
Address:
Telephone: ( ) Fax: ( )
E-Mail:
Social Security Number (OR) Taxpayer Identification Number (TIN):
ORPORATIO.
By:
(Print name)
(Signature)
Address:
Telephone: ( ) Fax: ( )
E-Mail:
Taxpayer Identification Number (TINIEIN):
State Under Which Corporation Was Chartered:
Corporate President:
(Print Name)
Corporate Secretary:
(Print Name)
Corporate Treasurer:
(Print Name)
CORPORATE SEAL Attest By:
Secretary
DRUG FREE WORKPLACE
Preference shall be given to businesses with drug -free workplace programs. Whenever
two or more Bids which are equal with respect to price, quality, and service from
businesses that are not located within the City of Miami Gardens are received by the City
for the procurement of commodities or contractual services, a Bid received from a
business that certifies that it has implemented a drug -free workplace program shall be
given preference in the award process. In order to have a drug -free workplace program, a
business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation,
and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under Bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition
of working on the commodities or contractual services that are under Bid, the employee
will abide by the terms of the statement and will notify the employer of any conviction of,
or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace
no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's community, by
any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Vendor's Signature
Proposer's Name:
Principal Office Address:
QUESTIONNAIRE
Official Representative:
Individual
Partnership (Circle One)
Corporation
If a Corporation, answer this:
When Incorporated:
In what State:
If Foreign Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice President's Name:
Treasurer's Name:
Members of Board of Directors:
If a Partnership:
Date of Organization:
General or Limited Partnership*:
Name and Address of Each Partner:
Name Address
2.
3.
*Designate general partners in Limited Partnership
1. Number of years of relevant experience in operating similar business:
2. Have any similar agreements held by proposer for a similar project to the
proposed project ever been canceled?
Yes ( ) No ( )
If yes, give details on a separate sheet.
3. Has the proposer or any principals of the applicant organization failed to
qualify as a responsible proposer, refused to enter into a contract after an
award has been made, failed to complete a contract during the past five
(5) years, or been declared to be in default in any contract in the last five
(5) years?
If yes, please explain:
4. Has the proposer or any of its principals ever been declared bankrupt or
reorganized under Chapter 11 or put into receivership?
If yes, give date, court jurisdiction, action taken, and any other explanation
deemed necessary.
5. Person or persons interested in the proposal and Questionnaire Form
(have) (have not) been convicted by a Federal, State,
County or Municipal Court of any violation of law, other than traffic
violations. To include stockholders over ten percent (10%). (Strike our
inappropriate words).
Explain any convictions on a separate sheet.
6. Lawsuits (any) pending or completed involving the corporation,
partnership or individuals with more than ten percent (10°A) interest:
A. List all pending lawsuits:
B. List all completed lawsuits:
C. List all judgments from lawsuits in the last five years:
D. List any criminal violations and/or convictions of the proposer and/or
any of its principals:
7 Conflicts of Interest. The following relationships are the only potential,
actual or perceived conflicts of interest in connection with this proposal:
(If none, so state).
8. List the work you will perform with your own forces on this project: List
any Sub -Contractors for this project:
The proposer understands that information contained in this Questionnaire will be
relied upon by the City of Miami Gardens in awarding the proposed Agreement
and such information is warranted by the proposer to be true. The undersigned
proposer agrees to furnish such additional information, prior to acceptance of any
proposal relating to the qualifications of the proposer, as may be required by the
City Manager.
The proposer further understands that the information contained in this
questionnaire may be confirmed through a background investigation conducted
by the Miami Gardens Police Department. By submitting this questionnaire, the
proposer agrees to cooperate with this investigation, including but not necessarily
limited to fingerprinting and providing information for credit check.
I certify that the information and responses provided on this Questionnaire are
true, accurate and complete. The Owner of the Project or its representatives
may contact any entity or reference listed in this Questionnaire. Each entity or
reference may make any information concerning the Contractor available to the
Owner.
Dated ,20
REFERENCES
As specified in the Special Conditions of this Bid Document, Bidders are to present the
details of a minimum of five (5) references of similar work. (Additional references may be
submitted on a separate sheet)
COMPANY NAME, ADDRESS, CITY, STATE, ZIP
PHONE & FAX NUMBER
Company Name:
Address:
Contact Name:
Phone:
E-mail:
Fax:
Company Name:
Address:
Contact Name:
Phone:
E-mail:
Fax:
Company Name:
Address:
Contact Name:
Phone:
E-mail:
Fax:
Company Name:
Address:
Contact Name:
Phone:
E-mail:
Fax:
LIST OF EQUIPMENT AVAILABLE
FOR THIS CONTRACT
List all equipment which will be dedicated to the Guardrail Replacement and Installation as
listed in this bid document. (Additional equipment may be submitted on a separate sheet in
this format)
EQUIPMENT
NUMBER
AVAILABLE
EMPLOYEES & EXPERIENCE
ASSIGNED TO OPERATE THIS
EQUIPMENT
1.
2.
4.
5.
6.
7.
8.
9.
10.
SERVICE CONTRACTS EXPERIENCE
As specified in the Special Conditions of this Bid Document, Bidders are to present the
details of service contract experience. It is mandatory that all service contracts for
governmental entities be included (Additional contracts may be submitted on a separate
sheet in this format)
CONTRACTING COMPANY NAME, ADDRESS,
CITY, STATE, ZIP
PHONE & FAX NUMBER
DATE OF CONTRACT, LOCATION AND BRIEF
DESCRIPTION OF WORK PERFORMED
1. Company Name:
1.
Address:
Contact Name:
Phone:
Fax:
Email
2. Company Name:
2.
Address:
Contact Name:
Phone:
Fax:
Email
3. Company Name:,
3.
Address:
Contact Name:
Phone:
Fax:
Email
4. Company Name:
4.
Address:
Contact Name:
Phone:
Fax: Email
LIST OF SUBCONTRACTORS
The Undersigned states that the following is a full and complete list of the proposed subcontractors on this
Project and the class of Work to be performed by each, and that such list will not be added to nor altered
without written consent to the City through the City Representative.
SUBCONTRACTOR AND ADDRESS CLASS OF WORK TO BE PERFORMED
(1)
(2)
(3)
(4)
(5)
(6)
DATE PROPOSER
BY:
City of Miami Gardens
Procurement Department
Ordinance 2011-01-243, establishes a program enabling the City to collect relevant data to determine if
MBEs that are eligible and qualified to perform services on behalf of the City, are being given the
opportunity to provide these services. MBE Certification must be submitted with this form(s)
A Good Faith Effort
A Good Faith Effort shall be shown on each project or purchase regardless of the dollar amount. Good
Faith Effort to secure MBE participation shall be documented and shall include, but not necessarily be
limited to, the following actions:
1. Advertisement in general circulation media, trade association publications and minority
business enterprise media to provide notice of subcontracting opportunities;
2. Provide notice to a reasonable number of specific MBEs that their interest in the contract
is being solicited. Notice shall be given in sufficient time to allow the MBEs to participate
effectively;
3. Providing interested MBEs with adequate information about the plans, specifications and
requirements of the contract in a timely manner;
4. Negotiating in good faith with qualified MBEs for specific sub -bids, including reasons for
rejection of any such sub -bids offered.
Contractor Name: Address:
Federal ID Phone Email
Minority Business Certified? YES NO
MBE Certification Attached? YES NO
Contractor Official a Minority YES NO
Black Hispanic Asian Native American
( ) No Sub -Contracting Opportunities existed for this contract
() No Firms were contacted because:
This schedule must be submitted with the bid or proposal
Company Name, Address, Phone &
Email
Type of
Ownership
BM — African Am
HM — Hispanic
AM — Asian
NM — Native Am.
Trade or
performed
Services
to
be
Contact
Method
Page 46 of 49
Collusion
The City will not accept collusion among the prime bidders, an MBE or any other individual business or
joint venture, or evidence of undue influence on an MBE to alter the committed quantities or its quotation.
Certification: It is hereby certified that the following information is true and accurate account of contacts
and responses for sub -contracting opportunities on this contract
Signed Name/Title
Date
Page 47 of 49
Fens 9
Visa Annoy 4011)
Dwaine al no Toothy
letso Rom.
Request for Taxpayer
Identification N umber and Certification
QiY9 Form t0 the
nequaster, Do not
Sand to the IRS.
of
iQ
re
Lem
Name he elven an you Yea 00 tearoom)
9SInMe rpny6uegyMrxi eMityrremrti P deferent tort aleora
Clt�k ypvpro a box rat fe6mel tetr
xFv arrca on (mqunwp ❑ IredhceNlr9st proprietor 0 C em:mu:An p 9 C orooreaa,
anted Ifebttb company. Enter tholes ciesreation1 Cmrpau6a% See twptaeeon,P•panerehtpte
❑ Otha (me aisvwl:orm e
❑ FertnerstPo ❑ Tangos:we
❑FFbrtitx DaYsa
Addles IUn*lit, atom!, and apt. create n0
RoSursmra rents and eddrem (cptbneq
....�
Qy, daCft aria LP adrk
L61 accoure rurrnaRcl hma (fit
Taxpayer Identification Number (TIN)
Enos you TIN in the appropriate box The IN provided must match the name gtmn on Iho'Nsme" lice
to mold backup elltholdng. For individuals, this is your social security numhnr'ABM. HOwnvor, lot e
resident alien, ode prspriatnt, or disregarded amity, see the Pad I Instructions on page 3. For Other
sorties, U Is your nnFlcyor Idenlilcal'mn number (F1N). n you do nor have a number, see Hoe to gate
PMartpope3.
Koh. II the account ie M moth than a11e name, am the cher% on page 4 for guider kilo 03 whose
number to enter.
I
on nur for
Port II
Certification
Under pernitba of perjury, l coldly that:
1. The number shown an this mom Is my arrant taxpayer Identification minter (or I fun wailing bra number to be Issued to mei, and
2. ram not filthier/ tG hed0lp wt andalrq booattta (a) I am exempt from backup wthlesitttng, or NI have not been nailed by the Internal Revenue
Strobe (IR9) fie[ I eon attest ro backunWIlthorrilnp to a r0w0 of a Wire to report ell Intense or dnk:ends, or (c) the IRS hs0 corned me that I an
no Iangat subject to hookup vetrlh:lkliu} and
9. 1 am a U.S. Plzen or Other US. person Napped below).
Cartlncrtton Instructions. You must Cr= out tram 2 above if you have teen nouf'od by tho IPE that you are currently attbie1.1 to beriatp valsholdng
bemuse you thou Wed to report all Imenn! and 0Mdmtda an your tax mh+n. For rwr estate transactions, Cam 2 doe: not apply. For merope
interest paid, acquisition err abandonment of Secured property, cancellation of debt, caNlbulions to en Individual ranternd eireiigernert IIlth end
ganoralb, psymcts other than Interest erM dNder0ta, you ova not ragoted to aeon the cerercaron, but you mica provide your cama0t T1N. See tha
Metrttclbns on page 4,
Sign
Here
91 ,oa. re of
U.9. persons
come
General Instructions
Section references are to the Internal F4ivemts Cods unites otherwise
round.
Purpose of Form
A person who, is :required to the an In1omweon rotum with the IRS must
o btain your correct taxpayer identification number MN) to report, for
✓ PumPlo, income paid to you; rat melte lrensec1uts, mortgage htwuat
you mod, eccaisiticn or abandonment of seared property, cOrtodlalbn
of dab1, Oraon3ltsakne you made to an IRA,
Use Form W9 only I you are a U.S. person prdarjng a P...1' Idant
anent to pravido y sec correct TIN b the paean requesting It Ms
mquesler) and. Meier appicabia ter:
1. Certify that the TN you are giving Is domed (or you ono waning for a
number to be Issued),
2 Certify that you era rot Wiwi to rasa ip wiUthcIding, co
3. Gann sramption from berSam •alllhcienp Y you ere a U.S. exempt
payee. if apf1lratlu, you are a1ea certifying that as a U.S pere0n, your
elorablo share ut airy p arlor:mirip root:m* 11cm a U.0. trade or Ovalness
to not s11l^-ct to the voithinolang tar. on famdgn partners' share of
elktcllvaly connected Income.
Nora. if a negvos 01 gives you t term other than Form W-9 to request
your TIN, you must use oho nsquomraro Irvin 1 it Is substantially sinter
to Mei Fenn W-0.
Dennhlon of a U.S. person. For federal ter purrnses, Y%% wo
corrad0rod 0 U.B. pesos If you ore:
• An hdhetuol vAhc td a US, thtioon or U.B. resident idien,
• A pa/tranship, corporation, carnpeny, or easceisticn crested or
organized In the Unaod Slates or ull'}N the revs trite United Stales
• An nets* (other there a toceon mute), or
• • A dome:S0 roue`. (as defined In Sim Wallace sodiian SDI .TY01-7).
Spsdal rules for porinarshlps. Psrtnerffidpe that i•..tniu1 a boob a'
butlers In the United Sanaa are genaroly regulmU to pay a wltltioldIng
tax on any torsion partners' share or Malmo from such telecom
Further, in certain cases whore a Faro W-9 M e not been 1CNvad, a
pomrerethp lc required to presume that a planer d e foreign parson,
end pay the withholding tux ThereM1ore, if you aro a U.S. psr/an that h a
patinae In a rxerterhhip 1x2x;ur: Ly a nude tit ln¢Moa In ere United
States, prcvlda Pone W-A to the partnsrahlp to earatiidh your U.S.
status end weld withholding on your share al putt eadap hoarse.
CAL No. 102231X
Page 48 of 49
Ferro W-8 (FLrv. 1-4011)
PROJECT: Guardrail Replacement and Installation
OWNER: CITY OF MIAMI GARDENS
CONSULTANT:
INSTRUCTIONS
A. All questions are to be answered in full, without exception. If copies of
other documents will answer the question completely, they may be
attached and clearly labeled. If additional space is, needed, additional
pages may be attached and clearly labeled.
B. The City of Miami Gardens shall be entitled to contact each and every
person/company listed in response to this questionnaire. The
proposer, by completing this questionnaire, expressly agrees that any
information concerning the proposer in possession of said entities may
be made available to the City.
Only complete and accurate information shall be provided by the
proposer. The proposer hereby warrants that, to the best of its
knowledge and belief, the responses contained herein are true,
accurate, and complete. The proposer also acknowledges that the
City is relying on the truth and accuracy of the responses contained
herein. If it is later discovered that any material information given in
response to a questions was provided by the proposer, knowing it was
false, it shall constitute grounds for immediate disqualification,
termination, or rescission by the City of any subsequent agreement
between the City and the proposer.
D. If there are any questions concerning thecompletionof this form, the
proposer is encouraged to contact Pam Thompson, CPPO,
Procurement Manager, facsimile: (305) 474-1285.
Page 49 of 49