Loading...
HomeMy WebLinkAboutInvitation for BidCity of Miami Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement Number: Title: Issue Date/Time: Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: 616404 Invitation for Bid to Furnish & Install Fences at Various City Parks 21-JUL-2016 15-AUG-2016 cr 13:00:00 Voluntary Tuesday, July 26, 2016 at 10:30 AM City of Miami MRC Building, 444 SW 2nd Ave, 6th Floor North Conference Room, Miami, FL 33130 Tuesday, August 2, 2016 at 4:00 PM Soto, Teresa City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US TSoto@miamigov.com (305)400-5024 Page 1 of 40 Certification Statement Please quote on this four, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination, The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all infouiation contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitationand certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLTFR NAME° ADDRESS: PHONE: FAX EMAIL: BEEPER: SIGNED BY: TITLE: DATE. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. Page 2 of 40 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods Page 3 of 40 as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference Noa 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has ;provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in, this solicitation, or has provided such services/goods in the past: Reference No, 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Page 4 of 40 Line: 1 Description: Disregard this line item. Please refer to the Parks & Recreation Bid Form 2016, Revised 1, in the Header/Attachment Section of this solicitation. Bidder is requested to fill in the applicable blanks on this form and to make no other marks. Category: 98815-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 40 616404 Table of Contents Terms and Conditions 7 1. General Conditions 7 1.1. GENERAL TERMS AND CONDITIONS 7 2. Special Conditions .27 2.1. PURPOSE 27 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 27 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE 27 2.4. TERM OF CONTRACT 27 2.5. CONTRACT ADMINISTRATOR 27 2.6. METHOD OF AWARD 27 2.7. HOURLY REPAIR RATE 28 2.8. REPAIRS 28 2.9. BACKGROUND CHECKS 28 2.10. INSURANCE REQUIREMENTS 29 2.11. PERFORMANCE 31 2.12. COMPLETED WORK 31 2.13. QUALITY OF WORK 31 2.14, FAILURE TO PERFORM 31 2.15. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODCUTS 31 2.16. LABOR, SUPERVISION, AND EQUIPMENT 32 2.17. DISCONTINUATION OF EQUIPMENT 32 2.18. PERSONNEL 32 2.19. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS 32 2.20. TIE BIDS 32 2.21. LIQUIDATED DAMAGES 33 2.22. USE OF PREMISES 33 2.23. DAMAGES 33 2.24. EQUITABLE ADJUSTMENT 34 2.25. CONSUMER PRICE INDEX 34 2.26. NON -APPROPRIATION OF FUNDS 34 2.27. LEGAL HOLIDAYS 35 2.28. WARRANTY 35 2.29. BIDDER'S MINIMUM QUALIFICATIONS 35 2.30. REFERENCES 36 2.31. PUBLIC CONVENIENCE AND SAFETY 36 2.32. METHOD OF PAYMENT 36 2.33. TERMINATION 37 2.34. ADDITIONAL TERMS AND CONDITIONS 37 2.35. PRIMARY CLIENT(FIRST PRIORITY) 37 2.36. NO SUBSTITUTIONS 37 2.37. SAFETY MEASURES 38 3. Specifications 39 3.1. SPECIFICATIONS/SCOPE OF WORK 39 Page 6 of 40 616404 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more, Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanationfor the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.flais/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES- In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 7 of 40 616404 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment andall other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City depat Luients with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 8 of 40 616404 City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the items) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be finished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all foimmiai solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver./perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 9 of 40 616404 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal. action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133 (3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Fotinal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federaldirectives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, arnong other communications: Page 10 of 40 616404 oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 11 of 40 616404 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this fouuial solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitnist statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits providedin a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) :Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 12 of 40 616404 responsibility of the Contractual Party performing, city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED 'VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. 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/Proposer 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/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services 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 nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with andas required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 13 of40 616404 to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation, 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; Page 14 of 40 616404 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not 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. 2) A contract may n.ot be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to th.e specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special. Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that Page 15 of 40 616404 employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND 'VENUE - The validity and effect of this Contract shall'be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in. Miami -Dade County, Florida. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) Any personor entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (MR) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, Page 16 of 40 616404 agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. - This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amendedfrom time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. hi reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City inno way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43, FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested inthe spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitationwill not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Page 17 of 40 616404 Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15).calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bi.dder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluationcriterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. Page 18 of 40 616404 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Depaitment of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or Page 19 of 40 616404 circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provisionof this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if .required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the informationrequired in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the .name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least :L 80 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The. City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. Page 20 of 40 616404 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT—Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. 'When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the tern of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami, Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - 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 response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, .Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. , Page 21 of 40 616404 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; providedthat, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in, a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or II. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. I. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after Page 22 of 40 616404 receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields, If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or 11. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 111. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday, Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the. Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the Page 23 of 40 616404 City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare, (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the perfoiniance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement, If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submittedon the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Page 24 of 40 616404 Directions to City Hall: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO US1. US 1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR, PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the infoi uiation previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request, Notwithstanding, Bidders/Proposers should be aware of the fact that all :materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. 'TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate 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. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awardedto a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or Page 25 of 40 616404 defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your fitiu's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized, 1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 26 of 40 616404 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for the furnishing and installation of fences at various City Parks, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Teresa Soto; fax: (305) 400-5024 or email: tsoto@miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Tuesday, August 2, 2016 at 4:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum, NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE A Voluntary pre -bid conference will be held on Tuesday, July 26, 2016 at 10:30 AM, at City of Miami MRC Building, 444 SW 2nd Ave, 6th Floor North Conference Room, Miami, FL 33130. At that conference all work will be discussed and questions answered. Questions and answers adversely affecting the scope of work/specifications of the bid will be included in an addendum and sent immediately following the conference to all the attendees. Please refer to Section. 2.2, Deadline for Receipt of Request for Additional Information/Clarification, for further information. 2.4, TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with option to extend for one (1) additional one (1) year period. 2.5, CONTRACT ADMINISTRATOR Upon award, successful Bidder shall report and work directly with Vladimir Jeannot, who shall be designated as the Contract Administrator for the City. 2.6. METHOD OF AWARD Award of the contract willbe made to the lowest responsive and responsible bidders) on a primary, secondary and tertiary basis, who bids on all items and whose bid offers the lowest price when all items are added in the aggregate. In the event the primary successful Bidder is unable to accept a project(s) due to capacity, time constraints, or other reasons acceptable to the City, the City will offer the project to the secondary successful Bidder, and so on. Page 27 of 40 616404 The City reserves the right to accept or reject any or all bids or part of bids, waive informalities and re -bid these services specified herein. 2.7. HOURLY REPAIR RATE Hourly labor rates for repairs from 8:00 A.M. to 5:00 P.M., Monday through Friday (rate is to include labor and travel, materials are not included). 2.8. REPAIRS A. Non -Immediate Repairs When the successful Bidder(s) has been notified of work, the successful Bidder(s) shall arrive at the work site within twenty-four (24) hours from the first point of contact with the Contract Administrator. If the successful Bidder(s) fails to arrive within twenty-four (24) hours of the repair request, the successful Bidder(s) will be found non -responsive. The City reserves the right to terminate this contract after successful Bidder(s) is non -responsive to three (3) calls. J3. Immediate Repairs If fencing repairs are of an urgent nature, it will be communicated to the successful Bidder(s). If successful Bidder(s) fails to arrive within four (4) hours of the immediate repair request, the successful Bidder(s) will be found non -responsive. For immediate repairs the successful Bidder(s) is expected to secure or fix the problem within a total time of six (6) hours, two (2) hours to return call and four (4) hours to secure or fix the problem. The City reserves the right to terminate this contract after successful Bidder(s) is non -responsive to three (3) repair requests. In the event that non -immediate repairs for service calls are expected to exceed $5,000, the successful Bidder(s) shall only make the site secure and safe. The successful Bidder(s) shall return an estimate for repairs the same day services are requested in order to obtain a Notice to Proceed for routine repairs. Once Notice to Proceed has been issued, the successful Bidder(s) may begin permitting process, purchasing of materials and any site prep work needed. The successful Bidder(s) shall be allowed up to four (4) hours maximum for immediate repairs. If repair will exceed four (4) hours, successful Bidder(s) must obtain written authorization from the Contract Administrator. Non -responsive successful Bidder(s) shall remove all equipment, tools, unused materials and construction debris within forty-eight (48) hours from being notified on non -responsive status. 2.9. BACKGROUND CHECKS Successful Bidder(s) shall be required to comply with the background screening specifications as listed in the Jessica Lunsford. Act, Florida Statute § 1012.32. The law requires that before contract personnelare permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Page 28 of 40 616404 Prior to commencement of the project, successful Bidder(s) will provide Level Two (2) background screening results for all employees completing the work on park grounds. 2.10. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of successful Bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of successful Bidder, including any person performing under this Contract for or on successful Bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The successful Bidder shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: (1) Worker's Compensation A. Limits of Liability - Statutory - State of Florida Waiver of Subrogation (2) Commercial General Liability (Primary and Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: $1,000,000 General Aggregate Limit: $2,000,000 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $1,000,000. B. Endorsements Required: City of Miami included as an Additional insured. Contingent and contractual liability Primary Insurance clause endorsement Explosion, Collapse and Underground Hazard Loading and Unloading (3) BusinessAutomobile Liability A. Limits of Liability Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work - $1,000,000 B. Endorsements Required: City of Miami included as an Additional. Insured (4) Employer's Liability A. Limits of Liability Page 29 of 40 616404 $500,000 for bodily injury caused by an accident, each accident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit (5) Umbrella Policy A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 Aggregate $1,000,000 City of Miami listed as an additional insured Excess Follow Form over all applicable liability policies City of Miami listed as named insured (6) Payment and Performance Bond (IF APPLICABLE) City of Miami listed as oblige BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the successful Bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the successful Bidder of his liability and obligation under this section or under any other section of this Agreement, --If insurance certificates are scheduled to expire during the contractual period, the successful Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover, the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the successful Bidder in conjunctionwith the General and Special Terms and Conditions of the Bid. The successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the successful Bidder. Page 30 of40 616404 2.11. PERFORMANCE The. successful Bidder(s) shall be held fully responsible for performing all the work necessary to meet City standards in a safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work and complying with all federal and state laws as well as any and all City of Miami ordinance and codes relating to such work. 2.12. COMPLETED WORK The City shall be notified by the successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the successful Bidder at no additional charge to the City. 2.13. QUALITY OF WORK All work shall be performed using superior maintenance standards and techniques. The frequencies established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed necessary and requested by the City. Failure to performunder the terms and conditions of this contract will cause the Contract Administrator to submit a Vendor Performance Form to the Procurement Depaitrnent for follow-up. Should the Procurement Department receive three (3) Vendor Performance Fonus, then the successful Bidder(s) will be immediately removed from the contract for the remainder of the contract period. 2.14. FAILURE TO PERFORM Should the successful Bidder(s) fail to perform in full accordance, at any time, with the specifications as cited in this IFB, successful Bidder(s) may be determined to be in default of the contract. Successful Bidder(s) shall be required to have sufficient equipment, supplies, and materials, at all times shall be grounds for default. At no time shall the successful Bidder(s) be paid for any day that successful Bidder's personnel fail to show up at a facility or fail to perform in full accordance with the specifications and to the satisfaction of the Contract Administrator. Should this occur, the City will deduct liquidated damages as indicated under said provision. Should the successful Bidder(s) fail to perform in accordance with the contract as determined solely by the City, the City shall make the determination to deem the successful. Bidder(s) in default. The City shall be the sole judge of non-performance, failure to perform, and default of contract. The date of termination shall be stated in written notice. Should it not be possible to reach the successful Bidder(s) or successful Bidder(s)'s supervisor and/or should remedial action not be taken within forty-eight (48) hours of any failure to perform according to specifications, the City reserves the right to deem the successful Bidder(s) in default of the contract or make appropriate reductions in the contract payment. 2.15. ADDITIONS/.DELETIONS OF FACILITIES/ITEMS/PRODCUTS Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and understood that any facility/items/products may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the successful Bidder(s) under this contract shall be invited to submit price quotes for these new services/items/products. If these quotes are comparable with market prices offered to similar services/items/products, they shall be added to the contract whichever is in the best interest of the City, and a Page 31 of 40 616404 contract amendment and a separate purchase order shall be issued by the City. 2.16. LABOR, SUPERVISION, AND EQUIPMENT The successful Bidder(s) shall furnish, at his/her own expense, all labor, supervision, supplies, and equipment necessary for satisfactory completion of all the services as specified in the IIB. All equipment shall be maintained in an efficient and safe operating condition while performing work under the contract. Equipment must have all proper safety devices required by law which shall be properly maintained and in use at all times. To this regard, the City reserves the right to request a list of such items for approval of use. It may require a change of designated item(s) that are deemed by the City as unsafe or which may create an uncomfortable environment and/or service to City employees or patrons. Successful Bidder(s) shall be solely responsible for the equipment used on this contract. The City will not provide any storage facilities for said equipment or supplies. 2.17. DISCONTINUATION OF EQUIPMENT In the event items requested are discontinued by the manufacturer, the successful Bidder(s) shall substitute an approved equivalent replacement item from the same manufacturer at equal or lower pricing. The successful Bidder(s) shall advise the City of any anticipated discontinuations. Proposed replacement equipment must be submitted for review and approval prior to completion, of any substitution. 2.18. PERSONNEL The successful Bidders) shall be deemed to represent that it has, or will have upon the award of the contract, all necessary personnel required to perform all services arising from the award of the contract. All services requiredherein shall be performed by the successful Bidder(s) and all personnel engaged in performing the services shallbe qualified to perform such services. 2.19. SUB CONTRACTOR(S)'S MINIMUM REQUIREMENTS Successful Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specified herein. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualification section. All infoiivation required shall be included in the solicitation process. If successful Bidder(s) does not include any subcontractor(s) as pare of its bid submittal, it will be construed that successful Bidder(s) will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it requests in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy-two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty eight (48) hours of receiving said request. 2.20. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that is has Page 32 of 40 616404 implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program, 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 action 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' policy of maintaining a drug -free workplace, any available drag 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) M:ake a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.21. LIQUIDATED DAMAGES Successfiul Bidder(s) shall provide all services for each location as listed in Section 3.1., Specifications/Scope of Work andalso in Attachment A in the Header/Attachment Section of this solicitation. If the successful Bidder(s) fail to deliver the necessary maintenance and/or repair services, it is understood that $100.00 per calendar day per location not services will be deducted, as liquidated damages, not as a penalty, but as a form of compensation for the loss of not having the use and enjoyment of a f unetining playcourt to maintian the quality of life and public image of the City of Miami. 2.22. USE OF PREMISES The successful Bidder(s) shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the project manager, and shall not unreasonably encumber the premises with his/her materials. The successful.Bidder(s) shall take all measures necessary to protect his own materials. 2.23. DAMAGES Any damage caused by the succesful Bidder(s) shall be reported to the Contract Administrator either in person or in writing, Successful Bidder(s) shall be responsible for paying for any and all damages of which may be paid via credit against monthly billing or by direct payment. The successful Bidder(s) shall carry out the work with such care and methods as not to result in damage to public or Page 33 of 40 616404 private property adjacent to the work. Should any public or private property be damaged or destroyed, the successful Bidder(s), at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one (1) month from date damage was done). 2.24, EQUITABLE ADJUSTMENT The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the successful Bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the successful Bidder(s) that continued performance of the contract would result in a substantial loss. Successful Bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.25. CONSUMER PRICE INDEX The successful Bidder(s) will be allowed to increase/decrease their contractual prices annually to cover future price changes. The market changes will be determined utilizing the Consumer Price Index for All Urban Consumers (CPI-U), U.S. City Average, Miami-Ft.Lauderdale, FL. The escalation using the CPI will be determined by the percent change in the level of the CPI between the reference period and a subsequent time period. This will be calculated by first determining the index point change between the two periods and then the percent change. The following example illustrates the computation of percent change: CPI for current period (2016) 232.9 Less CPI for previous period (2015) 226.3 Equals index point change 6.6 Divided by previous period CPI 226.3 Equals 0.029 Result multiplied by 100 0.029 x 100 Equals percent change 2.9 Any contractual increases/decreases must occur on the anniversary date of the contract award. Exceptions may be allowed under extreme volatile market conditions and relief may be sought by exercising the Equitable Adjustment provision under this contract. 2.26. NON -APPROPRIATION OF FUNDS In the event no finds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the successful Bidder(s) or his/her assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). Page 34 of 40 616404 2.27. LEGAL HOLIDAYS Legal holidays for the City of Miami include the following: New Year's Day Dr. Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Day after Thanksgiving Day Christmas Day 2.28. WARRANTY The successful Bidder(s) will be required to warrant all work performed and be required to provide a standard warranty for all products provided herein. The successful Bidder(s) warrants that at the time of delivery all supplies furnished under this contract will be free from defects in material or workmanship and will conform with the specifications and all other requirements of the contract; provided, however, that with respect to City furnished property, the successful Bidder(s)'s warranty shall extend only to its proper installation, unless the successful Bidder(s) performs some modification of other work on such property, in which case the successful Bidder(s)'s warranty shall extend to such modification or other work. The successful Bidder(s) shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the successful Bidder(s) of such deficiency in writing. If the successful Bidder(s) 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, notify the successful Bidder(s), in writing, that the successful Bidder(s) may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the successsful Bidder(s) fails to satisfy the warranty within the period specified in the notice, the City may (a) place the successful Bidder(s) in default of its contract, and/or (b) procure the products or services from another successful Bidder(s) and charge the successful Bidder(s) for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 2.29. BIDDER'S MINIMUM QUALIFICATIONS In order to maintain the City's property at a high level, the City is seeking qualified bidders who have experience and provide quality service. Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described herein. The Bidder shall: Page 35 of 40 616404 1. Provide three (3) projects installing fences with scope of service requirements that are similar to services requested by the City, noting location, client name, and client contact information; 2. Provide a copy of your firm's licenses required by Miami -Dade County and the State of Florida necessary and required to perform the work; and 3. Adhere to the background requirements listed in the Jessica Lunsford Act Florida Statue § 1012.32. 2.30. REFERENCES Each bid must be accompanied by a list of three (3) references, as reflected in the Header/Attributes Section of this Solicitation, which shall include the name of the company, dates of contract, description of goods/services supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.31. PUBLIC CONVENIENCE AND SAFETY The successful Bidder(s) shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at tall times all necessary safeguards for the proctection of the employees and the public. Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of the successful Bidder(s) shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The successful Bidder(s) shall use only equipment that is fully operational and in safe operating order. The successful Bidder(s) shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity -work shall cease until it is safe to proceed. The successful Bidder(s) shall conduct his work so as to interfere as little as possible with private business or public travel. He shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and he shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or employees. The successful Bidder(s) shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.32. METHOD OF PAYMENT Payment will be made within thirty (30) days arrears for services rendered the previous month, upon submission of properly certified/approved invoices or inspection reports. All such information shall be provided to the Contract Administrator of the City facility serviced for his/her approval in advance of payment. The City will pay the contract price minus any liquidated damages and/or other damages to the successful Bidder(s) upon final completion and acceptance. Damages caused by the successful Bidder(s) employees) shall be estimated by the Contract Administrator and computed actual costs of repairs shall be deducted from the successful Bidder(s)'s monthly billing(s). Page 36 of 40 616404 Proven theft made by the successful Bidder(s)'s employees shall result in the replacement of the identified item(s) and all replacement costs shall be deducted from the successful Bidder(s)'s total monthly billing(s). 2.33, TERMINATION A. FOR DEFAULT If successful Bidder(s) defaults in its performance under this Contract and does not cure the default within thrity (30) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the successful Bidder(s) shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the successful Bidder(s) was not in default or (2) the successful Bidder(s)'s failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon thirty (30) days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the successful Bidder(s) will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.34. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and. Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the successful Bidder(s)'s authorized signature affixed to the successful Bidder(s)'s acknowledgment form attests to this. 2.35. PRIMARY CLIENT(FIRST PRIORITY) The Successful :Bidder(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced, first during a schedule conflict arising between this contract and any other contract Successful Bidder(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events suchas tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.36. NO SUBSTITUTIONS Manufacturer's name, brand name and model/style number when used in these specifications are for the sole purpose of establishing .minimum requirements of levels of quality, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material, unless otherwise indicated. Page 37 of 40 616404 When "No Substitutions" is used in combination with a manufacturer's name, brand name and/or model number that named item is the only item that will be accepted by the City. 2.37. SAFETY MEASURES Successful Bidder(s) shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by his/her operation and work in progress must be posted. Successful Bidder(s) shall provide adequate barriers, flag person, traffic cones, signs and/or warning devices during the performance of the contract. All employees of successful Bidder(s) shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The successful Bidder(s) shall use only equipment that is fully operational and in safe operating order. Equipment remaining on site shall be locked and secure. All hand tools shall be removed daily from the site. Successful Bidder(s) shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. Any damage to public or private property as the result of operations of the successful Bidder(s), shall be the sole responsibility of the successful Bidder(s) and shall be repaired by the successful Bidder(s), his forces, or his selected personnel, to the satisfaction of the Contract Administrator of the Department of Parks and Recreation of the City of Miami. Page 38 of 40 616404 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK This scope of work shall include all labor, materials, tools, staging, fees, licenses, hoisting, hauling, equipment and supervision required to remove, furnish and re -install fencing throughout various City of Miami Parks. There are approximately 141 park facilities located in the City of Miami. This solicitation is designed to acquire services necessary to furnish and install fences at the City of Miami Parks. Successful Bidder(s) shall: 1. Remove and dispose of any and all existing fences; 2. Furnish and install new chain link fence per Attachment A -Chain Link Fences and Gates attached section herein; 3. Furnish and install ornamental tubular fencing per Attachment F attached herein; 4. Furnish and install new hedge slats per Attachment C attached herein; 5. Furnish and install new privacy fabric per Attachment D attached herein; 6. Furnish and install new two -rail fencing per Attachment E attached herein; 7. Be responsible for the safety and security of the job site. Any vandalism, theft, etc., which occurs during the construction time is the responsibility of the successful Bidder (s); 8. Be responsible for all of his/her work until accepted by the Contract Administrator; 9. Provide any information requested by the Contract Administrator to show they have the capacity to perform the work specified in this solicitation; 10. Repair any and all damages to poured in place, fencing or surrounding area at successful Bidder's cost; 11. Include protection of work site (i.e., barricades, caution tape, windscreen, lock for gate (s), etc.); 12. Apply for permit no later than two (2) working days after issuance of purchase order; 13, Adhere closely to the agreed schedule; 14. Provide twenty four (24) hours, seven (7) days a week emergency contact phone number for emergencies. Successful Bidder's contact person shall be able to address and resolve site emergencies on behalf of the successful Bidder; 15. Employ personnel trained for the installation of fences; 16. Have adequate and sufficient work force to meet the specified tasks; 17, Be responsible for attaining all pertinent permits from any and all governing entities (i.e., City of Miami, Miami -Dade RER, Electrical, Plumbing, Miami -Dade Public Works, Miami -Dade Water and Sewer, DERM, Fire, FDEP, Florida Department of Health, South Florida Water Management, US Army Corps of Engineers, etc.) needed to begin and complete all phases of work; 18. Ensure that all required regulatory or proprietary permits are obtained prior to commencement of work; 19. Return the Contract Administrator's call within two (2) hours of a repair call being placed. If successful Bidder(s) fails to return a repair call to Contract Administrator within two (2) hours this shall mean the successful Bidder(s) is non -responsive. The Contract Administrator reserves the right to terminate this contract after successful Bidder(s) is non -responsive to three (3) repair calls; 20, Include the construction and removal of any temporary access to site (if any) in the bid; 21. Acknowledge that the City is purchasing the right to have successful Bidder(s) continuously working at the project(s) site(s) for the fullduration of the project(s) to ensure the timely completion of the work; 22. Be responsible for obtaining and coordinating the marking of all subsurface utility elements -line locations, vaults, and the like -by an experienced, qualified, private line location company, and by Sunshine State Page 39 of 40 616404 Line Locations, Any damage done to any sub -surface elements shall be the sole responsibility of the successfitl Bidder(s), and the successful Bidder(s) shall bear all costs of required repair and/or replacement; 23. Remove and dispose of debris offsite; and 24. Leave site in "ready" for use conditions; Chain link fence repairs include, but are not limited to, the following: 1. Sports field fencing; 2. Tennis courts; 3. Equipment enclosures; 4. Marina security fences; 5. Skate park; and 6. Perimeter chain link fencing, etc. Please refer to the attachments in the Header/Attachment Section of this solicitation, for additional Specifications/Scope of Work. Notes: 1. Any damage to any newly completed or in progress work will be the sole responsibility of the successful Bidder(s) to fix at no additional cost to the City. No time extension will be granted for any delays related to such damages; 2. After award and prior to submitting a cost proposal under this contract, successful Bidder(s) and Contract Administrator shall agree on a completion time frame; and 3. After award, the successful Bidder(s) shall agree that all cost proposals shall be submitted to the Contract Administrator within three (3) working days. *Note: Additional repairs outside the scope of work must be reported to the Contract Administrator prior to the commencement of repair. No work shall be completed without the approval of the Contract Administrator or Designee. **Note: Services performed for the City will require licenses and permits in the same manner as private construction projects within the City. The successful Bidder(s) shall secure, at his/her expense, all licenses and permits and shall fully comply with all applicable laws, regulations and codes as required by the State of Florida, county, or local ordinances. The successful Bidder(s) must fully comply with all federal and state laws, county and municipal ordinances, and regulations in any manner affecting the prosecution of the work. Any fines or penalties to the successfitl Bidder(s) shall be paid at the successful Bidder(s)'s expense. Page 40 of 40 „WTACIMIT„ A— Section 02830 OhaihLink Fences and Gates SECTION 02830 CHAIN LINK FENCES AND GATES PARIA GENERAL 1.1 SECTION INCLUDES A. Fenceframework, fabric, and accessories, 13. Excavation far post bases and concrete foundations for posts. C. Concrete anohorage for posts, 1.2 SUBMITTALS A. Shop Drawings; Indicate plan layout spacing of components, post 'foundation dimensions, hardware anchorage, and sohedule of components. Sr Product Data: Provide data on fabric, posts, acoeSsories, fittings and hardware, and the following Information: Recycled Content: (a) Indicate. recycled oontent; Indicate percentage of pre -consumer and post -consumer recycled content per unit of product. (b) Indicate relative dollar value of recycled content product to total dollar value of produot Included In project, (o) If recycled content product Is part. of an assembly, indicatethe percentageof reoyofed content product in the assembly by vveight (d). reoycled content product is part of an assembly, indicate relative dollar value of reoyoled content produot to total dollar value of assembly... C. Samples: Submit two samples of fence fabric„ 12 Inoheex 12 Inches In size Illustrating construction and finish. D. Manufacturer's Installation Instructions: tndicafe Installation requirements, post foundation requirement% 1„,3 QUALM?' ASSURANCE, A. References: 1. ASTM A53,-Standard Specification for Pipe, Steel, Black and Hot -Dipped Zino Coated, Welded and Seamless. 2. ASTM A128-Zinc Mot Dip Galvanized) Coatings on Iron and Steel Products, 3, .ASTM A802-Standard Specification for Zinc Coated Steel Chain -Link Pence Fabric. 4. ASTM A841-Zina coated (Galvanized) Carbon Steel Wire. 5. ASTM C.94-Ready-Mixed Concrete, 6„, ASTM F567-Standarci Practice of Installation of Chain-LInk Fence. 7. ASTM F(368••Poly (Vinyl Chloride) (PVC) and Other Organic Polymer -Coated Steel Chain Link Fence Fabric, • 8. ASTM F800 Standard Specification for Industrial & Commercial Swing gates, City of Miami Parke and Reareetion Citywide Eenoe Removal end Install Section 02030 (32 01 13) Chain Llnk Penone and Gates Page 1 of6 9. ASTM P100-Standard Specification forPipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures. B. Manufacturer Company specializing In commercial quality chain Ilnk fencing with minimum 3 years° experience. C. Perform work complying with provisions of ASTM F667, and as specified in this section. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the specified requirements, provide products by one of the following manufacturers: 1.. Master-l-laloo. .B. Substitutions: 1. Will be:considered by the NE and Owner when submitted per requirements of DivIslon-1, and Section 01630-Product Substitution Procedures, 2.2 MATERIALS A. All chain link fabric, posts, accessories) fittings, and hardware products shall oontain recycled content. 2.3 `01-1A1N LINK FENCE A. Fabric; 1, Wire: No. 9 gauge (.148 inch diameter), 2-inch mesh galvanized fabric with knuckled selvages top and bottom, (a) Wire at Site Perimeter Fences: No. 0 gage (.120 Inch diameter), 2 • inch galvanized mesh fabric) with knuckled selvages top and bottom, (b) Wire at Baseball Backstops: No. 6 gauge (.192 inch diameter), 144 Inch galvanized mesh fabric with knuckled selvages top and bottorn, 2. Galvanized Base Coating: Under provisions of ASTM A641.71a, 1.2 ounces/square foot. 3. Fuslon-Bonded Vinyl Coating: Where vinyl coated fencing is specified or indicated on the Drawings It shall be fusion -bonded type, comply With ASTM F668, Standard industrial, Class 2B, with thickness of vinyl coating between 0.006 and 0.010 Indies. Gore wire to be 6 or 0 gauge galvanized In accordance with ASTM A641, Color: Black or Green. (a) Fence System Color When vinyl coated fabric Is used, the remainder of the fence system (such as posts, ralls,.braces, frames, Wire*, caps, gates, gate hardware, accessories, eto.) shall receive polyester powder coating, with the odor to match the chain -link fabric. B. Posts, top rails, braces, and gate frames: Schedule 40, type E or S, gradel3 galvanized pipe per ASTM A63, sizes as follows: 1. Line Posts (maximum spacing 10 feet), End or Corner Posts (Braces to be provided at both) as listed in the table below: FenoJ he! ht Line posts: End or corner posts: 4 ft JFarntnai diameter (2 3/8" 0,D,) . 21/2" nominal diameter (2 '118" O.D.) Oltv of Miami Perks and Recreation OltyvVIde Fence Removal and Install SeutIon 021330(32'.31 '13) Chain Link Fences and Gates Pags2 of 5 Oft 2" nominal diameter (2 3)8" .0.D..) 2%" nominal diameter:(2 7/8" 0,0.). 8 ft 3" nominal diameter (3 "VA" 0.0,) 31/2" nominal diameter (4" 0.D.) ' 1.0 ft 3" nominal diameter (31A" 0) 3%" nominal diameter (4" 0.D.) '12 ft: '3" nominal diameter (31/2" 0.D.) 31/4" nominal cliameter.(4" 0,D.) 2, Gate Posts: As scheduled below (see 2.2,E). 3. Top Rails: 1-1/4 Inch nominal cliameter (1-5/8 inch G.D. 2.271bs/foot). 4. Mid Rails: 1-1/4 inch nominal diameter (1-5/8 inch 0,D. 2,27 lbs/foot). 5. Bottom Rails: 1-1/4 inch nominal diameter (1-5/8 inch O.D. - 2.271bs/foot). 6. Braces:. 1-1/4 Inch nominal diameter (1-5/8 Inch 0.D, - 2,27 lbs/foot). 7. Fences greater than 12 feet in height (and their foundations) shall be designed by a Florida Licensed Professional Engineer In accordance with the provisions of the Florida Building Code. Provide an Engineered Shop Drawing and/or supporting caloulations. C. Gate Frames: ASTM F.900, for fabrication only, use 1-1/2 inch nominal, 1-718 Inch 0,D. schedule 40 galvanized pipe with welded corner connections and welded diagonal 1-1/4 inch nominal diarneter (1-5/8 inch 0.D.) pipe braoing. Paint all welds with galvanic) paint, 2 coats. D. Gate Posts for Swing gates.: 1. Use pipes of nominal sizes .as listed on tabla below for each fence height and gate leaf width: Fence height Gate leaf width: Gate post (Schedule 40, type E or S, grade 13 galvanized pipe - ASTM ALL up to 6ft wide (inelusive) 21/2" nominal diameter (2 7/8" 0.D.) ALL over 6ft 'to 12ft:wide (inclusive) 31/4" nominal diameter (4" 0.D.) ALL over 12ft to 18.ft wide (inclusive) 0" nominal diameter (65/8" 0..1),) E. Fabric Connections: 1. Securely fasten fabric to all terminal posts with 3/16 inch x 5/8-Inch tension bars and beveled edge 1'1-gage tension bands. 2. Number of tension bands: One band loss than the height of the fabric in feet for each tension bar. S. Fasten all fabrlo to intermediate posts with vinyl coated 9-gage galvanized wires not to: exceed 12 inches apart, Fasten tie wire to fence fabric with 1-1/2 Inch full turns minimum. 4, Tie fabric to top and bottom rall with 0-gage galvanized wire not to exceed 24 inches apart. Fasten tie wires to fabric with 1-1/2 inch full turns minimum. 5. Aluminum ties are not acceptable, F. Braces: 1, Securely fastened to posts by 11 gage pressed steel beveled bands and malleable fittings, then securely trussed from the line post to base of terminal post with a 3/8 inch truss rod and tightener. 2. Braces are required only in heights of 6 feet and higher. 3. Brace pipe: the same as top rail and Installed midway between the top rail and the ground and extend from the terminal post to the first adjacent line post, 4. Truss braoing: Provided in panels adjoining all end, corner and gate posts, G. Intermediate Post Tops: Malleable iron with no points on top. City of Mlaml Parks and Reoroation CItywIdePence Removal and Insfall section 02880 (82 81 18) Chaln LInk Fences and Galas Page 3 of 6 H. Hinges; Malleable Iron, hot dipped galvanized; 1. Heavy 90 degrees Industrial Box Hinge, with 180 degree offset adaptor. I. Latches: Malleable Iron, hotdIpped galvanized 1. Industrial Fork Latch combined with baok latch attaohod. L Gate Holdbacks w/ Duck Bill; One pereach gate leaf. Fence and Gate Height; As shown on drawing. Gates to be same height as fence. 2,4 CONCRETE FOR POST SETTING: ASTM 094; 'normal Portland oeMent, .3,000 psi strength at 28 days, 4 inch slurip, PART 3 EXECUTION 3.1. INSTALLATION A. Post Installation: 1. Provide posts for fencing along lines indicated, Space posts evenly, maximum 10 feet on center, carefully aligned and plumb in every direotion. 2. Poet \Setting: Extend post to six Inches from foundation bottom. Extend foundation to 2 Inch below finish grade, Trowel crown and slope foundation away from post. 3, Coordinate with Project Consultant concerning any obstacles or obstructions in line of fencing. 4. At foundations that will be loceted under e concrete slabprovide sleeves for future fence foundations, if fence will be installed after the ooncrete, slab. B. Adjust hardware for smooth operation end lubricate where necessary. 0, Foundation Size 1 Concrete foundation size for line or terminal posts shall comply with the following table based on fence height:. • Fence height footing dimensions (inches) depth diameter 4ft or Oft 12 24 8ft 12 32 10 ft 12 36 12 ft 12 36 Note; Fences greater than 12 feet in height (and their foun at ons) ehail bo des gned by a Florida Licensed Professional Engineer In accordance with the provislonsof the Florida Building Code. Provide an Engineered Shop Drawing and/or supporting calouletions. 2. Concrete foundation size for gate posts shall comply with the following based on Gale Leaf width and maximum allowable height Fence height Gate loaf widths footing dimensions , (inches) diameter depth 4 ft or 6ft up to 0ft wide (inclusive) 12. $0 4 ft or aft over aft to 1.8ft wide (inclusive) 18 80 City of Miami Parks and Recreation Cllywlde Fence Removal end Install SoQtion 02830 (32 3113) Chain Link Penaes and Oates Page 4 6f 6 8 ft up to eft wide (inclusive) 1$ 38 8 ft over eft to 12ft wide (inclusive) 21 42 8 ft over 12ft to 18ft wide (Inclusive) 24 42 14 ft up to 'eft wide (inclusive) 21 42 10 ft over eft to 12ft Wide (indlusive) • 24 42 10 ft over 12ft to 18ftwide (inclusive) 27 48 12 ft up to eft wide (Inclusive) 24 , 42 1"2ft, over.6ft'to 12ft wide (inclusive) 27 48. 12 ft over 12ft to 18ft—wide (inclusive) 30 64. Note: A Florida Licensed Professional Engineer shall design gates, gate poste and their foundations with a leaf width and height outside these parameters. Design shall be in accordance with the provisions of the Florida Building Code, Provide. and Engineered Shop Drawing and/or Supporting Calculations, D, Top and Bottom Rail: 1. Provide continuous top rail through line posts, 2. Rigidly connect top rail to all end, corner, and gate poste, 3. Level site:. install top rail level. Varying ground slopes; Install top rail with continuous even gradient from oorner to corner, Roller coaster installation: Not permitted. 4. Provide bottom rail et bus barriers. E. Mid Rail: 1. At 8 feet high -and over fences provide mid rails. P. Chair Link Fabric: 1. install with fabric top flush. to top rail with bottom offabric 1 inch (+/-1.12 inches) above flniehed grade. 2. Stretch fabric tightly to eliminate sags and buckles, 3. Refer to paragraph 2.2 above for fabric fastening. G, Gates: , 1. Fabricate and install gates to prevent sagging conditions, 2. Install gates square, level, and plumb. 8, Install ground -set itemain concrete for anchorage. 4, Permanently fasten hasp and staple combination for locking gates and hold open feature in place. H. Bottom Tension Wire. 1, Install bottom tension wire and mechanically tension for very tight installation. 2. Use tension bands for attachment of tension wire to end and comer posts at each straight run offence. END OF SECTION City of Miami Perks and Reoreation Citywide Pence Removal and Install Section 02830 (32 31 13) Chain Link Fences and Gates Page 6 of5 r. Standa 36' Food 8' 0,C. NM, _ n «'i"f.4C,t1 Mat sY1z" Il I iI I IG 0 0.. 0 01 liarles With Height 'd Heights '1N 8' 0 Vtl 'cA%'th Hal I 'les ght. 0 w, { ill i. 2" Nom, ' Min, rg Depth to y +,;;I ew ,:�.; i- ' f 1,1 ,','i �i:J; I,1,: i,,r, �: •` t' 'T . y', 1{i —., NOTES! • 81%6" "TYPICAL Q.,. 1,.) Post 8ize•dapends on fence height and wind loads, SooMONT4GB AbLusrm speolfloatlnns for post !r''i� f5. ; a,, ' 1' ,, t , 1•' lj.. lj t. `: N,, r;<. : , " slung chart, ,'� I I, ,� y vF.µviulAt 8,) 7' & 8' H.eighta wild requite a 14ga Picket and 14ga Post, MONTAGE PLUS' RAIL 114a11 B-CO. r COATING SYSTEM Base Material Untfom Zino 'Coating (Hot Dip) Zino Phosphate Coating Epoxy Delmer Millie Topcoat RAKING DIRECTIONAL ARROW Welded panel on be raked 30" over 8' witharrow pointing down grade,. CO21MCX.A.L STUNGTII lirELDED STEEL .PANEL Pti '-A;SSFM.B.r .13D TMCi.NT:.G•ECOIM R.CIIL 14 aJJ S lC 3/4:XL DR: TSB 1 S11..1 of 1 SCALD: DO NOT SCALE CK: 13S Data 09/21/11 I REV cl P101'tISXONr"W ELDIN'Gi PROCESS' No exposed welds, GoodNolghbor profile Same appearance on both sides D.OU,BLERING Adornment option 11/2't"(Tied (Soo Cross. Seollon Below) Post 2Y"0I,14ga 14gaPldket Bracket Options dONT,4GEPLUIS RAIL Sp'eolairr,y formed high strong ix arehiteetural shape, LANE BOULEVARD BRACKNT nxl14 UNIYBnSA noULnVARD . PLAT MOUNT BRACKR'r 11RACKnT BX1I2/10 BXI11 tides shown are nominal and not to bo mod for installation purposes,.See product specification for installation requirements, 110007-S p , �T i 1555 N, Mingo 1< 1 AME T Tulstt,.O 74116 11 - 1,88843a.5 422 vsltnivaszr MAW. amortstarfends,odin Standard Heights 7 8' Standard Heights 7' 8' 3"-(Latch-Clearnnee) -� i lr 3 Varies with Might Varies with Height Leaf -Widths . -—2'-(Hingeeloatanae) . f%z' AMNIA PE PLUS 'itnil (So Crow Scetlon onPond Drnwing} +Post site Varies with.iTelght (so A/0nm h PLUSig.Pott-Sizing alassio 2" Nom, 36" _Min, Footing depth 2"-(11inge.Clearance) Varies w th Ho gilt 1 Vatlos with lotglu • 5(5A" TYP, tit Gate Upright 13/4" x 14.ga, "rd x 14ga. Picket Weldon Box Hinge NOTES: Single gate Arrangement 1,) Post size depends on feriae height, weight and wind loads, SeeMoN2`.4o. PLUS" post sizing chart, 2,) See 4merloeor gate table for Standard out to outs. Custom gate openings available for special out to outileafwidths. .3,) Additional styles of gate hardware aro available on request, This could ohaoge•the Latch & Hinge Clearance. 4,) Forth rail optional, Over all Out to Out 3" (Latch Clearanoe) Am visor Standard Leaf Widths( Fan 2" (Hinge Clearance) 1yz'I MONTAGE:PLUSmRal1 2.6 (Sao Cron. Sco11o0 ou Pant Dlnwt"g). ,."--Post size varfbs with Height (ScoacomitanPLU.P rust.Slzingohntt) Cato Upright 13/4" x 14ga. 6/4"Jt7x 14ga, Ptokot Wald on Box Hinge 2" J. Nom 36" Min, Footing depth COM' ,r �r1A •.. ' — 3146" TYP. Double gate Arrangement i .RCIAL ST. RENGTHWELDED STEEL OA7''ES 'clam I TIONTAbE COMMEE CIAL MA,TESTIC 374-X2, 41L SGL Se DEL GATE Tl12: R. M SII , 1 of I SCALE: DO NOT SCALE CK: ME Dato 6/25/1 t F : o AMERISTAW Ve nes shown are nominal and not to he used for installation purposes, Seeprocluot speoifioatiott rx]nstellatioregitirements, tRNlt8007-8 '15'65 N, Mingo Tulsa, OTC 74116 1.888-333.3422 Wwry,nrorista fonco,001 SECTION 02830 STEEL FENCES AND GATES PART 1 GENERAL 1.1 SECTION INCLUDES • A. Ornamental picket fencing and accessories. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM) Publications, latest edition: I . A500 Specification for Cold -Formed Welded and Seamless0arbon Steel Structural Tubing in Rounds and Shapes. 2. A513 Spedfication for Electric -Resistance -Welded Carbon and Alloy Mechanical Tubing. 3, A658 Specification for Steel Sheet, Zinc -coated (Galvanized) or Zinc -iron Alloy - Coated (Galvannealed) by the Hot -dip Process. 4. A924 Specification for General Requirements for Steel Sheet, Metallic -Coated by the Hot -Dip Process, 5. A1011 Standard Specification for Steel, Sheet arid Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability and Ultra -High Strength, 6. B695 Specifications for Coatings of Zino Mechanically Deposited on Iron and Steel. 1.3 • SUBMITTALS A. Product Data: Manufacturer's catalog cuts indicating material compliance and specified options. B. Shop drawings: Layout of fence and gates with dimensions, details, and finishes of component accessories and post foundations, 4 C. Samples: Color sections for polyester finishes. If requested, samples of materials for finials, caps, and accessories. 1.4 QUALITY ASSURANCE A. Manufacturer shall have a minimum of 5 years' experience manufacturing ornamental picket fencing, City of Miami Parks and Recreation 02832 1 Citywide Fence Removal and install Iv I PART 2 PRODUCTS 2.1 MANUFACTURERS A. Ornamental Picket Fencing: 1, Ameristar, Tulsa, OK. 2, Monumental Iron Werks, Baltimore, MD. 3. Other A/E accepted equivalent. 2,2 COMPONENTS A. Ornamental Picket Fence: 1. Style and heights as shown an drawings. 2. Pickets: a. Square tubular members, b. Minimum Size Pickets: 1 inch. c, Picket Spacing: 8-15/16" maximum face to face. d. Thickness; 14 gauge. e. 3 Rail Panels f. Attach each picket to each rail with #4- 1/4" industrial drive rivets, 3. Rails: a. 'HU" channels formed from hot -rolled structural steel having no pockets or shelves to hold water or moisture, b. Size: 1-1/8" wide x 1-1/2" deep, c, Wall Thickness: 12 gauge, d. Punch rails to receive pickets and rivets and attach rails to all brackets with 2 each, 1/4" industrial clrIve rivets. 4. posts: • a. Square tubular members. b, Minimum Post Size: 3 inches x 3 inches. .c, Wail Thickness: 12 gauge. 5. Accessories: a. Assembled panels with ornamental accessories attached using industrial drive rivets to prevent removal and vandalism. 6. a, Steel material, galvanized after forming shall comply with ASTM A1011 with a minimum yield strength of 50,000 psi. The exterior shall be hol dipped galvanized with a 0.45 oz/sq.ft, Minimum zinc weight. The interior surface shall be coated with a minimum 81 percent nominal zinc pigmented coating 0.3 mils minimum thickness, b. Color shall be Black, c. Steel material, galvanized before forming, shall complywith ASTM A924 with a minimum yield strength of 50,000 psi and have GOO hot dipped galvanized City of Miami Parke and Recreation 02832 - 2 Citywide Fence Removal and Install coating according to ASTM A653. d. After steel components have been galvanized, clean and preparesurfaces of . •components to assure complete adhesion of finish coat. e. Apply 2.5 mil thickness of polyester resin based powder 'coating by electrostatic spray process, • f. Bake finish for 20 minutes at.450 degrees F (232 degreeS 0) metal temperature, 7. Gates: a. Ornamental picket swing gates. b, Ornamental picket cantilever slide gates, B. Accessories: 1, Rall Attachment Brackets: a, Die cast of zinc (Zamak #3 Alloy). b. Ball and socket design capable of 30 degrees swivel (up/down.leffiright). c. Bracket to fully encapsulate rail end for completesecurity, 2. industrial Drive Rivets: a. Of sufficient length to attach items in a secure non -rattling positiOn. b. Rivet with minimum of 1,100 lbs, holding power and shear strength of 1,500 Ibs, 3. Ornamental Picket Fence AccesSories: a, Provide indicated items required to complete fence system. b. Galvanize each 'ferrous metal item according to ASTM B695 and finish to match . framing. 4, Post Caps: a. Formed steel, cast of malleable iron or aluminum alloy, weather tight closure cap, ° b, Provide post cap for each post, .5. Picket Tops: Square edged or rounded. Points are not allowed, C. Setting Material; 1 Concrete: Minimum 28 day compressive strength of 3,000 psi. 2. Flanged Posts: Provide flange type base plates with 4 holes for surface mounting of posts where, indicated. PART 3 EXECUTION 3,1 EXAMINATION A Verify areas to receive, fencing are completed to final grades and elevations. B. Ensure property lines and legal boundaries of work are clearly established. City of Miami Parks and Recreation Citywide Pence Removal and. Install 02632 - 3 • 3.2 INSTALLATION A. I nstall fence in .accordance to manufacturer's Instructions. B. Space. posts uniformly at 8'.0" maximum face to face unless otherwiselndloated. C. Concrete Set Posts: 1. Drill hole in firm, undisturbed or compacted soil. 2. Holes shall have diameter•4 times greater than nominal outside dimension of post and depths of approximately 6 inches deeper than post bottom. 3. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. 4. Set post bottom 36 inches below surface when in firm, undisturbed soil, 5. Place concrete around post in continuous pour. 6. Trowel finish around posts and slope direct water away from posts. D. Gate Posts and hardware: Set keepers, stops, sleeves and other accessories into concrete. E. Surface mount (wall mount) posts with mounting plates where indicated. Fasten with lag bolts and shields, F. Check each post forvertical and top alignment, and maintain in position during placement and finishing operation. G. Align fence panels between posts. Firmly attach rail brackets to posts with 1/4 inch bolt and lock nut, ensuring panels and posts remain plumb, GATE INSTALLATION A, install gates plumb, level and secure for full opening without interference. B. Attach hardware with tamper resistant fasteners. C, Adjust hardware for smooth operation, 3.4 ACCESSORIES A. Install post caps and other accessories to complete fence. E. Clean up debris and unused material and remove from site. END OF SECTION City of Miami Parke and Recreation 02832 . 4 Citywide Fence Removal and Install 1.. CH_AN L S4C FEN ES AIW QA'[ES r�F 11 71.=?ZaMTErr '.:DES� `6 Mesis ow, F'L As 35TFH (HE�SGa'Q OF i( cMI LFL<F31rElfAEIpFYi AA.i14n'i'_d}L 1:R OEJSYCOP_*�t£= TitgEi�S1 BIZ MES-EISC i.S iCMEET= fliaEDL'M BY A. EERD DEEM limint= Ga=.ERIMMEGR aGpEESDES IFa'IENIME Lei HH3 ITOISL a-sa 7atass el .aaarsT"r-c31(c.LPP.Oassr.urA ,"-mass a s S^s^ ^` F!P_3@ckt. _ MOM Farda,MiSIS'D.Brr 7O1IES 71.I DEFECE'"G DEREMEMX :.cM cCF. MITC.QMSC:.2GiAMIRfCD3PEGIEGEM 7St�E TP.i tt 110 EIM RFA'GREG 7NE-AII Sri_"' Es iciR:it0 :W E REESF REEZ -e i a. REIM IEEF7£tl0EEILSSMC CLAM l:Mt71,14' .S7CEZ1IF13iESO.S GAIM DESIGZ,02 I 7f13i i YEEI.avaC 33EE K MED+'EvF.,ffiUC 89_ CIDEIOSi7a soar 3 qrY CF£01ZM ta74. men '7?e:'AS➢t OFZA sisicaPEE :s}i1.FIaal" SSc sF/smcE lest•- CFr, ll&5HBSr .:cD ' SYTEE SGiIF iEShS>Z E Ifi .101.13Edre lErs'._6. aMOTE 3 c1E07:EMI/BEM B GAi)wFs'RARn SDI IatEET/SIIG SO--L9E F=..EEE77IIA*LIESCEZIE EOM Mt 17ES9k .Wi11V5 Sand Y.Cwo ssaZw.u3- F ,S.A3' ]E T3E.'."i r040/larica ltA1;5 WI+lEsrastvAqualtaraa IsaEo it paean sehmrie'D EM:MINKFf,RIC Sigt x xr. w�1 F.niraitti 70ta'MEAL .Ensm USID 3)16' Y3�{ BqY DIEM MEME .7 BXESEADRya IDcS1 iS �- FA E TaSSEEMDS7SMOE BESSF 3_ES�LDEES masa TEiH , E FPr PssuTBE Fana.71ERiit'AEC tTiantS SiA7'-EEs6E91Rnt.. 1H,@E'7HEffi OFIEE SRI fat Fria=31:=It1tl BM. mamma AZ..POS .733) 0idE AntLitaslIOrs 11n'19 1E1=172a1tOR OF i&IR :CE SSE -BEET isa/ suSainsa IlsE A imam ts,sat Cams ass swag FOOT OFSBEASS F-sMS rin7.v` 5aIk.MSTANO,W E.W.EPE3` Mt Fift aketSFFOF76 elasa. Gv PAS S TNED t1 OESI21 F_,`^-MO5L O, ewes FEd.fMEPValES +M YSESPE47'M50A/S,:f1 FA L.IEE:MII.M LS ZEISIE Lf-'1-.c�.,'LEEiD man R'A*,TNAS TD err, alt EP^ET=csM SossznI BEEk3&F1SETENsar"SantS Di7it F miss 11E71XDIEIIR PilSrzas4 IRak'tE xhn 7d7Aia".S'}tir`Err ova PO=ItI. �dS.14EPu715t1A:Eid3E 'TMPFA'$DE: 0l ram PODS tiELER EassAamsga .trwcros-.y sAss Olt atssaP ELLS. FDL 41cEd zza. sossta 1AIL MM. td P#JE.37115 ' '..E.DFI51.ff2 gnaws, i eilYul L.PER ISM; Mar. P..3ai7Da0.8a t mail: Sus AP}mOXFFJFIECl /a7eM DEL =EEGS AIE70 BE DIFSDESWEIVEFAss CO MUMS8ic[CE Hii11 END 'riF mawEi CASE arlEaC .7HE 1CS sAl. TG DM:LIMY 1-A>w M'if 7Be77d1IG'?L imasnY a c.,=P,RiSc'0 S7EFL ps..Ealss 6[CCSCi.L=hEE %MEM. CCi&ECI M IS ex=eas;STE 70? Hz; QBSD_.0773EEIG, U r GPM SALV L-B i MOMI_ %$ 11CTIEFE7.'M NDr7.'ffE E EMS; iU.asaasSE=HtDi,YE1 FES lar'iSAS'EE aaAt,'C7Rn"3 E=1..Y saSt $sfaul;C{1w' Era'CS: tttn6asa ra PASIMS.71. EgIZ ISWEBIASSViFLMs EOS O1PPSALta.SIEE. 7L Flu Fi0a7£S SEE 2HSLESNOIIIMV: 4$ 9EG9izelsa-aer-ta FDDT, EXBc'- SudAAMHOT DP_I9SLYAIE 'Ty FiSM,or02. crXz et SSALIATECKRESC$, 'ESSIG EMS COME INf.=Mi. £T.71<Yatiez-I=IP.CU. ECITIr4.0 GF3.4A A.SMI':&DVC1EFiSE Ilr MASSA.lES1iE slOtG BACK EA.V .U.10:EY 0,frrnF-�KAJ_`B:L=tan ePBS PLr4 skaRausa.SESSIelacIOI7:Yiu1 ..r,D'JA;iSE3jEc 1R'*CSSISE;M S7e4SDeDBLEGAESp1/t aHiY-.4VS`Aaia 62mah�co=Hamm3R49`] GuE •:-s S[..EOJ'SLctESnia:S0'ai`7s'Rr.EISA:0.Inain;al6 Eil?AGEME4431ffe P 07F SUS s4i FftAESII A SIMBEALMEELEIMESEL.MlaT=ESMOM f�"+eC53+F tSj PF73;ix'3. GIDIRGREcaL assafIS51-atsE}-rLPas, a'•% 5fi"3 Ear171PF'-'. ,Sfi aSES "=la tar,-,,_ 1.Q.i10 AAlt�t*ayE A.SEISSAL: SIEZISfa MMVIDIESISTIMSa G8i w'EPHetG57ELB+PR3?ARc' Gt4DE kt AGGEEDDMEFRi MIER SEM 'llffiYdiNS35IIEEM731/RIM CGRIE.: GUDEG. mammas la MA DE,Wlc.ELDEB.Fi4SEU.ats.73z7_'Lf1i l: ssalss7u aE>:stffiIBS antErnStalilaa.POORSalaktatiaWILE/REPr`7)1r. K fCRM340SE. 00@A:8POHS SP 7i3ifsES7OIEFES'Q7f. II'ACLAMES R1 Zt4. A3r^t+, 4as4 WlgBES5vat P14as. .au_sS5FSiNU 'inasasFtFMCA T4R28 Slvili ERER.G.TRLYMCg WpEEO':iH➢-mialPAMSIO B iiESSE�i.IESORGArREROX EG,eme 7-1EDFaafF M.74D4 nnaSansn/i51-1asRISOr1.tsatAtESatan 1C1 MSS $As ArS SEiMOSIAL p'P.L4IER. En'QEI7NaOSF1APC P7671EOMIIIEtf2$®'F✓R, 4iIE=PDS&.MAZE PEE $YPE EMS ICE SIRE TES late slarlErw 0..7R AILKL7S W4ES PF OSf. .ma mum totemCs E aF`� ?E CRIXE&£Azia7,. EIE�g 'FGERDo y7[LBEIETEiEIMR-CEES-BEl'FE. E1; T.EESE Its1-5'dlS.4:: YEr OF FOE z'^-11tE_ YF1R.AW1 45 0. FE N6f E}5SvH .0 t2.F 004ti.ma Eit193E5 VIADEJMASSLsta,FASfasEslie.SaolSts al mamma 7RFSaEFDK PREFaa BE AS ma.a.ra ALLSESSEsS $fit'+:R**?pdtl1Ms.P. g Mails OP- lE A D DZYLEDla Sta St%.v LIR AS [ECM CM SE PUNSAM C8tC2YE. _ SgFEt1.Falti AJIRi087ii ietElEs5-5t DYHaaRU P.L. AI 3%nR SalM SI SF9? aat mOssaa FR 3fi7C:AFS7ti at sant meRE7" gams f0aat- 7tE auseT2'. Rae 2 F„2'a 1.T...611FE:.5EI oS.Ks ATM cam 4C-'7ESsisg h4E57G 4.memo. mamas EDR EssmIlagnistaasisa7E-HEeas En rum T?27;N{FlasEs, Fmr,Im BEEEPRMCPEkEa ?y471tx7SE tx• 111Sain E7IIE713E'3AIF SYA'7'E3[nl3{IAEFRa31 nr.J. attco- r T=SS207nWanISI EnS. PVET DLS'I6•asisafa181E#3.Ya: mSF '-.775EM+i7SW:. R FaSrsma002 gTF05rIEF4f 7 memo, COHCRE(E 10 07HE1401%,F➢.Y 001E+1D"iEE ST 4ESIER P=•IERA7LYGZB Ff'VEP.Imsob4RLA M;SESUfrlanlrf E7A'BI 7D SEAM. 3iE SS-ON:FITE PEsr.FEE:aw BE SAS IS A nCS;r»1JB E..7,0 iD EURS A kJtiYL•.D3'OF 72MOTS SEOP.Ee'B'(IMPS $0RKli=44.i 111:: PW`"IS CAIzESBAFL'8^TAREE 1D11290F000 R%169EEii41 PYF,1B EsrAllAlVf Was 5YA➢LD SE1/2' Er5'j-PCBs .e E ESE) aErrEt0A€ P0art -Bs==- lyaps -ream + f l'IVE, Pa 0001506 As TO',rtfICE 7 PISTO1t00 FEW ME: 2' ESS'iE.4c0c ffi soo=L1i RPM VAII..9� FABEIMVE4s BY 3$@tc ALL OIMZECIICtin iS MICklEn snip ik zsas mask A+LfitBAka JOIlst _A*Es -52r& Ls k`GEf'-fllA FREE MAT OF AXIOM 13II51E IREI1. 51= MOATS> NE Oats0. F1080 tBS AS covEMSVI.Ism.IIS FHE1FiMb ["8"wgaielOA4O1Sj_ S ALL PIPES 1SYSIC laaa 5/AL BE Harbreezza mama. a. AET C0710R0E 0L20U0%10UT SFi'AL0 B1S.>1^df PSl 21E4 7. M. MM.4100 2CF,VET1?EE ICt1-a WW1: BE 0EREor �3 SRABE EU, IN i1eessoaf L0MOS 1ATc:.rASMIL SPr_Ca7CATi0NS. E. Sm7'= FB0Irv. sr lases-s 4110y n1Y4.1G4 R Waal. ATTACHMENT C-Hedge Slats HEDGE SLATS Product that resembles a green hedge; It is made from flame retardant 4 ply, 6 mil rigid U.V. stabilized PVC with a center core of stiff twisted 16 gauge galvanized wire. ATTACHMENT D-Privacy Fabric Privacy Fabric For Chain Link Fences Knitted privacy fabric for wind protection; Offers shade while blocking out 90% of the light; Allows water to pass through; UV stabilized; Low shrinkage and high dimensional stability; Rot resistant; fabric Is 4" shorter than fence height; All seams are taped and grommeted every 18" on center. ,41047.0 • , • 0 ,,,,,,, • y , • ATTACHMENT E-Seati.ons,Eievatibns, and Plans Ne11Eo tioliards to match Tanga ao shown shall be the mama tl" x 6" proaaore trer3ted lumber drrlyy flr1 had {red lrtatollad par typlaol lance 4pealfloailoal Fen fivaloMIS tiIzihan ar vartsrii not iu exa♦aad.01-0 'Cone, loan (lkelaw grade 2,rxOno boerrle (1,10), TYPIOALJ Q L I 121 • . n. wWMHh n� " 1t a" x No,2 autl�srn Yellow Pirre, S411, prseaura treated to 1122 C0,44 retention, Abut 2" x 8" boards at all cornorS .or vilarl+g6 In fano) Cllrootlon,. Fasten boards 'to pasts with '` x G" xlaa plated Jag .bells with flu} Washers, Erxi .2" x r3µ boodb llueh with post where dlcoption allaago not regained, 2" . a" x. 11114 Na,2 Southern Yellow PIn4 $4a, prsaaars treated to LP22 Cp,9D. retorctlam MAIM grads, A)1,14. ticort Elt&...,Phan 2000 tune, fcotlna, dtmotana ns indicatafl, MTACHM.ENT P'- Oralamentai Tubii .a ' Fencing Standard 1-Ieights 7'e 8' 36" Min, Foaling Depth Varies 'With Height 1/a les Height 2' Noni, 1" 8''O,C, Nom. Q 31$4611 TYPICAL 0 o Ic ,3� 14OTES1 ;L 1,) Post Site depends on fence height and wind loads, Se OMONTAGL'P.LUSY'" speoi#ioaiions for post sizing chart 2.) Forth rail optional. 3,) J' & 8' Heights will require a.14ga Piokot and 14ga Post, MONTAGE PI, "Rt1/41L, 0 0 0 0 L+"-COAT COATINSI SYSTEM Base Material alfoetn Zino' Coating (Etot Dip) Zinc Phosphate Coating Epoxy Fritner Aorylio Topcoat RAKING DIRECTIONAL ARROW Welded panel oan ba raked 30" over 8' with arrow pointing down grade, COMMERCIAL STRENGTH NGTH WELDED STEEL PANEL F.tt1 ASS,EM'EL.ED ]'12OFf1Sb0.N " VELDING PROCESS No exposed welds, GondNaighbol:pan , Same MbNTAoL':l'Lu' 1 t IL appearance on both sides Specially, formed high stt'ellg it arohi tootarnl 'shape, 1)0013 RING Adarn;Ainenaption MONTAGE PLarRail {Sea•Crasw'Sacilo,t➢slow) • N 1 'yd Past 2%a"gx 14ga g 14ga PIeket Bracket Options 0 LINn13015LL3V'ARD UNIVBRS7i BO L'VAIt) • PLAT MOUNT BRACKa'r l3RACIcur L?) 13x114 JRACKI3T tnttM1'7 13XI1I Tgla ONTAGE CO1VIMERCIAL MAJESTIC 314.11 IL DR; NSB SDI. 1nf 1 SCALE:. DO NOT SCALE CR: BS Dale 09/21/1, REV; [1 wines shown are nominal and not to be used•foi' installation purposes„ See product speolfioation for installation requirements, tRM1S07^R 1555N, Mingo 111:01 d Mi'T 7' '1'. Tulsa, OK 74116 www.Arneiggarrence.com Standard heights 7' IV 3" (totes Clearance) -0- r 'Varies w.th Height Va1'1CS tV'it1S 4 Standard Heights . tto(ght . .7', 8' 0 t . �ilnerlstav Shuidnrd LoafWidths'Q :,- 2" (Hinge Clearance) in, myna GE Kt/Mail No Crow Scaiton en Panel Drawing), 2" J None, 36'r Min, Footing depth 2" (Hinge Clearance) -- { 5y211' Varies with Height I Varloe with 1 lolght 3166" TYP. a1 art NOTEst ,Stugle gate Arrangement 1,) Post size depends on fence. height, weight and wind loads, SeeMONTAGE PLUS' post sizing chart, 2) See,4mertstar, gate table for standard out to outs. Custom gate openings available for special otttto outiteaf widths, 3,) Additional styles of gete hardware are available on request, This could change the Latch St hinge Clearance. 4.) Forth rail optional, Over all O It to Out 0 3" (Latch Clearance) -,- Amer'istar Standard Leaf Widths.® size varies with Height (SSo,IO 4I01? Met Post-aizlagohnu)O• Cate 'Upright lei t x ga, 3/4"12C x 14ga. Picket weld un Box Hinge 0 2" (Hinge 0 Nom, 3'6" Min,. Footing depth 'I. „i t Double gate Arrangement l . R+CIAL STRENGTH WELDED STEEL GATES ltut 11i1:0)t"TA;b"E COYMEBCIAL MATESTrC $/4- & S, SG> 6`c BBL C•ATE Tali:. RtN1 ST-I , 1of 1 CK: M SCALE: DO NOT'SCALE Data 6725/10 RE. a 315,4 611'1'1'p. lcaranoo) 1Y2'I MONT1 fr`.F, PWPtalt • (Sce Cross. SCaaon Ott Patel ninwtns) Post size varies with Height (Sw Alamo nue'r tusI+514.ing(Ga f) Gate Upright 1%"x 14go, %4"J7x 14ga, Picket Weldon Box Hinge 0 4, Vu uos shown are nominal and not to bo used for ins uliation purposes, See product specification Ihr installation requlretnants, tit/MO( 8 1.reitt N, lvliRga JJA +j T1 TA R 1»B88wTulsaQI3M 21G www,n1neriutaofsnoo,aom 1 CITY OF MIAMI PARKS AND RECREATION PARKS MASTER LIST PARK NAME ADDRESS AFRICAN SQUARE PARK 1466 NW 62 ST / MIAMI, FL. 33142 A.LBERT PALLOT PARK 3805 NE 6 AVE./ MIAMI, FL, 33137 ALICE'WAINWRIGHT PARK 2845 BRICKELL AVE / MIAMI, FL, 33133 ALLAPATTAH MINI PARK 1935 NW 21 AVE / MIAMI, FL. 33125 ALLEN MORRIS BRICKELL PLAZA .25 SE 10 ST/ MIAMI, FL, 33131 ANTONIO MACEO PARK 5151 NW 7 ST / MIAMI, FL 33126 ARMBRISTER PARK 4000 GRAND AVE ./ MIAMI, FL. 33133 ATHALIE RANGE PARK 525 NW 62ST/ MIAMI, FL.33150 BAY OF PIGS PARK 5665 SW 3 ST / MIAMI, FL. 33134 BAYWOOD PARK 760 NE 69 ST / MIAMI, FL. 33138 BELAFONTE TACOLCY CENTER 6161 NW 9 AVE / MIAMI, FL. 33127 BELLE MEADE MINI PARK 78.1 NE 77 ST/ MIAMI, FL. 33138 BILLY ROLLE MINI PARK 3400 GRAND AVE / MIAMI, FL. 33.133. BISCAYNE PARK 150 NE 19 ST / MIAMI, FL. 33132 BLACK POLICE MUSEUM 480 NW 11 ST / MIAMI, FL, 33136 BLANCHE PARK 3045 SHIPPING. AVE / MIAMI, FL.:33133 BRICKELL 1814 1814 BRICKELL AVE / MIAMI, FL. 33129 BRICKELL PARK 501 BRICKELL AVE / MIAMI, FL, 33131 BROWARD CIRCLE MINI PARK 802 NW 15 ST / MIAMI, FL, 33136 BRYAN PARK 2240 SW 12 ST / MIAMI, FL. 331.45 BUENA VISTA PARK 232 NW 53 ST/ MIAMI, FL. 33127 CARLOS ARBOLEYA CAMPGROUND 7025 WEST FLAGLER ST/ MIAMI, FL. 33144 CITY CEMETERY 1901 N. MIAMI AVE / MIAMI, FL. 33132 COCONUT GROVE TENNIS 2973 OAK AVE / MIAMI, FL. 33133 CORAL GATE PARK 1415 SW 32.AVE / MIAMI, FL, 33145 CORAL NOOK PARK 3100 SW 5 ST / MIAMI., FL 33135 CORAL WAY COMMUNITY CENTER 1300 SW .12 AVE / MIAMI, FL, 33129 CRESTWOOD PARK 1099 NW 47 TERRACE ,/ MIAMI, FL. 33127 CUBAN MEMORIAL PLAZA 900'SW 13 AVE / MIAMI, FL. 33135 CULMER MINI NW2AVY10TH&11THST/ MIAMI, FL, 33136 CURTIS PARK 1901 NW 24 AVE/ MIAMI., FL. 33125 DAVID T. KENNEDY PARK 2200 S. BAYSHORE DRIVE / MIAMI, FL. 33133 DINNER KEY PICNIC ISLANDS #4 #5 #6 BISCAYNE BAY DOMINO PARK 1444 SW ST/MIAMI, FL. 33135 DORSEY PARK 1701 NW 1 AVE / MIAMI, FL. 33136 DOUGLAS PARK 2755 SW 37 AVE / MIAMI, FL. 33133 EATON PARK 6015 NE4TAVE / MIAMI, FL. 33137 EATON DAY CARE 490 NE 61 ST / MIAN I, FL. 33137 ELIZABE T H STEELE MINI PARK 3525 HIAWATHA AVE / MIAMI, FL. 33133 ELIZABETH VIRRICK PARK 3255 PLAZA ST/ MIAMI., FL. 33133 ERNESTO LECUONA PARK 900 SW 1 ST/ MIAMI, FL. 33130 FERN ISLE PARK 2201 NW 11 ST./ MIAMI, FL. 33125 FLAGAMI MINI PARK • 7121 SW 3 ST/ MIAMI, FL. 33144 FORT DALLAS PARK 60SE 4 ST/ MIAMI, FL. 33131 GIBSON PARK 401 NW 12 ST/ MIAMI, FL. 33136 GLEN ROYAL MINI PARK / RIGHT OF WAY GLEN ROYAL PKWY BETWEEN WEST FLAGLER STREET AND NW 1 ST/ MIAMI, FL. 33125 GRAPELAND PARK 1550 NW 37 AVE! MIAMI, FL, 33125 GRAPELAND WATER PARK 1550 NW 37 AVE! MIAMI, FL, 33125 GROVE CIRCLE PARK 1601 NW SOUTH RIVER D.R, / MI'AMI,FL. 33125 GROVE HERITAGE GARDEN 3290 OAK AVE / MIAMI, FL. 33133 GROVE MINI PARK 1600 NW 8:TERRACE / MIAMI, FL. 33125 HADLEY PARK 1300 NW 50 ST / MIAMI, FL. 33142 HENDERSON PARK 971 NW 2 ST/ MIAMI, FL. 33128 HIGHLAND CIRCLE PARK 801 NW 1.3 ST/ MIAMI, FL. 33136 JACKSON HOUSE 190 SE 12 TERRACE ./ MIAMI, FL .33131 JAPANESE GARDEN 1101 MACARTHUR CAUSEWAY/ MIAMI, FL, 33132 JOSE MARTI GYM 434SW3 AVE / MIAMI, FL. 33130' JOSE MARTI PARK 351.SW 4 ST/ MIAMI, FL. 33130 JUAN PABLO DUARTE PARK 2800 NW 17 AVE / MIAMI, FL. 33142 KENNETH MYERS PARK 2990 SOUTH BAYSHORE DR ./ MIAMI FL 33133 KINLOCH PARK. 455 NW 47 AVE / MIAMI, FL. 33126 KIRK.MUNR'OE TENNIS CENTER 3120 OAK AVE / MIAMI, FL.38133 LA PLAYA 3885 LA PLAYA. BLVD / MIAMI, FL. 33133 LA. PLAZA WALKWAY PLAZA ST- LOQUATAVE / MIAMI, FL 33133 LEGION PARK 6447 NE 7 AVE / MIAMI, FL. 33138 LEGION PICNIC ISLAND #2 BISCAYNE BAY LEMON CITY DAY CARE 27 NE 58 ST/ MIAMI, FL. 33137 LEMON CITY PARK 27 NE 58 ST/ MIAMI, FL. 33137 LINCOLN PARK 2954 JACKSON AVE / MIAMI, FL 33133 LITTLE HAITI CULTURAL 212 NE 59 TERRACE / MIAMI, FL 33137 LITTLE HAITI MEMORIAL 6200 NI. MIAMI AVE/ MIAMI, FL. 33137 LITTLE HAITI SOCCER 6301 NE 2 AVE/ MIAMI, FL. 33138 LITTLE RIVER COMMERCE 8024 NE 2 AVE / MIAMI, FL. 33138 LITTLE RIVER POCKET PARK 7810 NE 10AVE /MIAMI, FL. 33138 LUMMUS PARK 404 NW 3 ST/ MIAMI, FL. 33128 LUMMUS LANDING .250 NW N. RIVER DR. / MIAMI, FL. 33128 MANATEE BEND PARK 465 NE 77 ST RD / MIAMI., EL. 33138 MARGARET PACE PARK 1775 N. BAYSHORE DR, /' MIAMI, FL. 33132 MARJORIE STONEMAN DOUGLAS PARK 2901 SW 22 AVE / MIAMI,. FL. 33133 MARTELL.PARK 701 NE 36 ST / MIAMI, FL. 33137 MELREESE GOLF COURSE 1802 NW 37 AVE /'MIAMI, FL 33125 MELROSE PARK 2520 NW 31 ST / MIAMI, FL. 33142 MERRIE CHRISTMASP_ARI< 4355 S LeJEUNE RD / MIAMI, FL. 33133 MIAMI ROWING CENTER 3601 RICKENBACKER CSWY/ MIAMI, FL. 33149 MILLER DAWKINS PARK 799 NW 47 TERRACE./ MIAMI, FL 33127 MOOORE PARK 765 NW36ST/ MIAMI, L. 33127 MOORE PARK TENNIS CENTER 765 NW 36 ST / MIAMI, FL. 33127 MORNINGSIDE PARK 750 NE 55 TERRACE/ MIAMI, FL. 33137 MORNINGSIDE PICNIC ISLANDS BISCAYNE BAY MC BUILDING 444 SW 2 AVE / MIAMI, FL. 3313'0 NORTH BAY VISTA 4810 NW 6 AVE / MIAMI, FL. 33127 OAKLAND GROVE MINI PARK 279 NE 84ST/ MIAMI, FL. 33138 PACE PARK PICNIC ISLAND BISCAYNE BAY PAUL'WALKER MINI PARK 46 WEST FLAGLERSTREET/ MIAMI, FL. 33130 PBA 2300 NW 14 ST/ MIAMI, FL.33125 PEACOCK PARK 2820 McFARLANE ROAD / MIAMI, FL. 33133 PINE HEIGHTS MINI PARK 801 NW 15 ST/ MIAMI, FL.33136. PLAZA DE LA CUBANIDAD 1700 WEST FLAGLER ST/ MIAMI, FL. 33135 PULLMAN MINI PARK 30 NW 49 ST/ MIAMI, FL. 33127 RAINBOW VILLAGE 2001 NW 4 CT /'MIAMI, FL. 33127 RANGE # 1 425 NW 10 ST / MIAMI, FL. 33136 REEVES PARK 528 NW 10 ST / MIAMI, FL. 33136 REGATTA PARK 3349 PAN. AMERICAN DR. / MIAMI., FL. 33133 RIVERSIDE PARK 342 SW 7 AVE / MIAMI, FL. 33130 ROBERT F, CLARK PLAZA PARK 104 NW 1 AVE / MIAMI, FL, 33128 ROBERT KING HIGH 7025 WEST FLAGLER ST/ MIAMI, FL. 33144 ROBERTO CLEMENTE PARK 101 NW 34ST/ MIAMI, FL. 33127 SANDRA De LUCCA DEVELOPMENTAL CENTER 4560 NW4TERRACE /MIAMI, FL. SEWELL PARK 1825 NW SOUTH RIVER DRIVE / MIAMI) FL SHENANDOAH PARK 1800 SW 21 AVE / MIAMI. FL. 33145 SHERDAVIA JENKINS PEACE PARK 6198 NW 12 AVE / MIAMI, FL, 33127 SHORECREST MINI PARK 8451 EAST DIXIE HIGHWAY/ MIAMI, FL. 33138 SILVER BLUFF PARK 2000 SW24 ST./ MIAMI, FL. 33145 SIMONHOFF PARK 1850 NW 54 ST/ MIAMI, FL. 33142 SIMPSON PARK 55 SW 17 RO.AD / MIAMI, FL, 33129 SOUTH BAY VISTA 4630 NW 6 AVE / MIAMI, FL, 33127 SOUTH,SIDE PARK . 140 SW 11 ST / MIAMI, FL. 33130 SPRING GARDEN POINT PARK 601 NW 7 ST RD / MIAMI, FL, 33136 STEARNS PARK 495 NE 37 ST/' MIAMI, FL. 33137 TOWN PARK 1686 NW 4AVE/ MIAMI, FL. 33136 TRIANGLE PARK 420 SW 11 ST/ MIAMI, FL33130 UNITY HALL PARK 217.5 NW NORTH RIVER. DRIVE / MIAMI, FL, 33125 VIRGINIA KEY BEACH 380.1 RICK.ENBACKER CSWY/ MIAMI., FL. 33149 VIRGINIA KEY BEACH TRUST 4020 VIRGINIA BEACH DRIVE / MIAMI, FL. 33149 WATSON ISLAND 1050 MACARTHUR CAUSEWAY/MIAMI, FL 33132 WEST BUENA VISTA 4420 NW 11 CT/ MIAMI, FL. 33127 WEST END PARK 250 SW.60 AVE / MIAMI, FL. 33144 WILLIAMS PARK 1717 NW 5 AVE / MIAMI, FL. 33136 WOODSON PARK 201 NE 36 ST%MIAMI, FL. 33187 2600 BA.YSHORE 2600 S. BAYSHORE DRIVE / MIAMI, FL. 33133 721 NE 85 STREET PARK/VACANT LOT 721 NE 85 ST/ MIAMI, FL, 33138 735 SW 63 CT ./ FUTURE SITE 735 SW 63'CT / MIAMI, FL. 33144 City of Miami Parks & Recreation Bid Form 2016 I Rev 1 e.,.,c�..::.o f'nls�,....e:-..,._._- i »:a aH g.. gh 6 F .1 ,.iigh laifh 12 Ft ghl °r- Removal and Disposal of Existing Chainlink Fencing 1-500 $ 0.00 $ 0.00 $ o.00 $ o.00 $ 0.00 $ 0.00 $ 0 Removal and Disposal of Existing Chalnlink Fencing 501-1000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0,00 $ 0 Removal and Disposal of Existing Chalnlink Fencing 1001-1500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ o Removal and Disposal of Existing Chainlink Fencing 1501-2000 $0.00 $ 0.00 $0,00 $0.00 $ 0.00 $0.00 $0 Removal and Disposal of Existing Chainiink Fencing 2001-2500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0,00 $ 0.00 $ 0 Removal and Disposal of Existing Chalnlink Fencing 2501-3000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 e M £ .o"i3t?z" - .T.,,,,.=.ke£ r s,fi•`., (' e `11'6 r.i. . 4 ' ?w,» r't.z'` , Grr e .�s>, ,.:. 1.;1 R € '`` 'l k- }i �: a �' '.. ^ "'. `� '.Y eGilon2 (r,7a. ����", 13a.�,i.:.,x�. t�E:,..„il:'IS✓E�',���ii�:: -..,r ... LlcaFi it ,f-u:...x}„r,.i. z.. ,Igh,SFtlgh �a�is�sEiiu.. .v f: , ..at.....k:{ _".,... a i F<'h �1,:�>�...r.7.�. + {y�'{iSl1 of txU. , 10rHIBh z. .��.�la f .9�,.,:.a�,g F4Bfo (. ,+,:m�t. L. as z &i ..... ,....:�tF.,rt..»•„�9!5�0 Complete fence assembly including top and bottom rail, line posts with caps at ten -foot centers, foundation concrete, fence ties, etc. (Not including fence fabric) 1-500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 ' $ 0.00 $ O Complete fence assembly Including top and bottom rail, line posts with caps at ten -foot centers, foundation concrete, fence ties, etc. (Not Including fence fabric) 501-1000 O.00 $ O.00 $ O.00 $ O.00 $ O.00 $ Q.00 $ O Complete fence assembly Including top and bottom rail, line posts with caps at ten -foot centers, foundation concrete, fence ties, etc. (Not Including fence fabric) 1001-1500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0,00 $ 0.00 $ 0 Complete fence assembly Including top and bottom rail, line posts with caps at ten foot centers, foundation concrete, fence ties, etc. (Not including fence fabric) 1501-2000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ O Complete fence assembly including top and bottom rail, line posts with caps at ten foot centers, foundation concrete, fence ties, etc. (Not Including fence fabric) 2001-2500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 Complete fence assembly including top and bottom rail, line posts with caps at ten -foot centers, foundation concrete, fence ties, etc. (Not including fence fabric) 2501-3000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 k i Dial Section 2 s; sM -�. � ` - 3 :. {..: , .....:, .�. ..,�, . � � � e p,:43 11 �3 �' err r -sw�xs* ,�.,n,. f3 �9'I �b�i', ear=>.t %�'���W Ft1ig ,gym _., ;.4,>'�.,nra 1 jgh 6tFt It h�+ h, % ., t ig a ��aa�.!dM 0Ft 1gh 12 tit1Bh �ubi�ote i':�?�m m�w�" fix}-�`""�la Fencing Fabric 9gauge /2"mesh (galvanized) 1-500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $0.00 $0 Fencing Fabric 9 gauge / 2" mesh (galvanized) 501-1000 $ 0.00 $ 0,00 $ 0,00 $ 0.00 $ 0.00 $ 0.00 $ 0 Fencing Fabric 9 gauge / 2" mesh (galvanized) 1001-1500 $ 0.00 $ 0,00 $0 00 $ 0,00 $ 0.00 $ 0.00 $ 0 Fencing Fabric 9gauge /2"mesh (galvanized) 1501-2000 $ 0.00 $0.00 $0.00 $0.00 $ 0.00 $ 0.00 $0 Fencing Fabric 9gauge / 2" mesh (galvanized) 2001-2500 $ 0.00 $ 0.00 $ o.00 $ 0.00 $ 0.00 $ 0.00 $ 0 Fencing Fabric 9gauge /2"mesh (galvanized) 2501-3000 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0 i Fa(t: ;�8au��g, alv�riize�j�=�� -, I ���i � .._ ,.,.. w:........,,.,.,...,nrh.,IP,Ai,3�?!'�£r'.�v�„�.i...v,:., �.„..m�,..,: *��..,,�., �501)�� :i.. ....:.� �c�%Q������ot ....,: at:.... .,.,..Y.nl., ...,,✓}n.��'=....{....• .f `'�,�._.� .:...:... .....w.:. ,.,.,..+, n..x.,. � �#'�.....».;x, Sik, } i 'N=# Y-ry> ii f , Fencih�):abriq�6a�Bef �'�`�'e�����3fva€tztzdk�jr x���`��'����..:;���'`ii�0�.1�, k5 .vm ,y i:. �`�k. 3 t R .il�Q9 a�=t}fJg;:. t' ;13k,: � `1!br�l��k�`� 1 ���i��}�i.��',1�9'4>�� S$:;.xY .,�Y„_ ..: A ,, �tirc� arlG��g�B /1.?'��SIBq�va9,{��) { t � l� � Ei � 1 i 3 ,Y t 3 i � . '»`�4�i� k 044'150�' �� +S zf } � � �TY y 1k tl gg �fifxs� � g X ,u�� $s0o�1,p, .t i'�'I der � z�' � �� ei5cin FabrlcS au ' s1"F¢nes Va'Eiized'ht;4 g g gP% i (5 ) } i � � � � 1 0 200� k 1? $ 00 ,» 0 Q � O oOl� lic 00 rnc(tugF..+.Ey55KP�(gad a='.-�S-`'e.N, 250.n -.0, r...� ,lt.. € :,l€ 'Y �. }r,. 3s' Y ; ett.�ifig�gb !cl�ga�e(%t /+�:.� mes)i (al nlz�d) �, � a i �: m.. ........�-�.�,¢....�h�r .,..m....,�,:�tew �a E'� � JS��#����"�.� r �t2So -30$noo: .. .. ea��ka�fT.i�;l� �,,, »i»c x,7».,_.:.S.+F„r�„�i��i< ..;✓ � d ,:kko n.,.�,�,. , �oOE�(�'os.������ ..., .&, ..� a -fi;$ u, # s'.'. Fencing Fabric 9 gauge/ 2" mesh, Vinyl Coated Thermofuse 1-500 $ 0.00 $ 0,00 $ 0,00 $ 0.00 $ 0.00 $ o.00 $ 0 Fencing Fabric 9 gauge/ 2" mesh, Vinyl Coated Thermofuse 501-1000 $ 0.00 $ 0.00 $ 0,00 $ 0.00 $ 0.00 $ o,00 $ 0 Fencing Fabric 9 gauge/ 2" mesh, Vinyl Coated Thermofuse 1001-1500 $ 0,00 $ 0.00 $ 0.00 $ 0,00 $ 0.00 $ 0,00 $ 0 Fencing Fabric 9 gauge / 2" mesh, Vinyl Coated Thermofuse 1501-2000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ o Fencing Fabric 9 gauge / 2" mesh, Vinyl Coated Thermofuse 2001-2500 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ o.00 $ 0 Fencing Fabric 9 gauge/ 2" mesh,. Vinyl Coated Thermofuse 2501-3000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00. $ 0.00 $ 0 Total actTod3 i . q jai„ f ; : :;aar�k�:pEV...x..:: t' .... i'�m?33:�iiE'1"'':')f�r>`;x,."zT.r.'}}�». .+�. �, a,,�,�v�,. ,sf Ff�,1-�Bf)FFt ..._.. .' i h rr . B„g .& F ::l )i ay.+ .an.a. r '; ���'„��,. 0°Et�HI h , ,, l^�'w. Z ?�''1:g >.:. at....0 Su ` o{ a �,„f� l'' a4,:n`�k _ mug P'.r...... .a.... Line Posts with Caps Including foundation (Outside Diameter) 2 3/8" Each $ 900 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00' $ 0 Line Posts with Caps Including foundation (Outside Diameter) 2 7/8" Each $ 0,00 $ 0,00 $ 0,00 $ 0,00 $ 0.00 $ 0.00 $ o Line Posts with Caps Including foundation (Outside Diameter) 3 K" Each $ 0.00 $ 0,00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 Line Posts with Caps Including foundation (Outside Diameter) 4" Each $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 -€'Ptah ectiotS z -- �r Section -1N vr� : ?i ' ;.s .x=ti.i;al Xkfi�kLin:Y.1zN.-:FE, �iEtii A:.'..c�.'r^w..t��.�..��,fai���b•,1��41i Each L�F h fHigj�. r? ; p� &{C)liph L`8�#'z;`iP ..., 1hF:4 fi ' :t i fi, st..fffi.,..,!'�.;#�,sd.2�i"is ,x-.,FU.i ,le of Su:'=iotai ,.isv,6itik 5�c$?a>izlb'k5��. ri.3 Terminal Posts With Caps Including Foundation (Outside Diameter) 2 7/8" Each $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 Terminal Posts With Caps Including Foundation (Outside Diameter) 3 Ya" Each $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $0 Terminal Posts With Caps Including Foundation (Outside Diameter) 4" Each $ 0;00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 Terminal Posts With Caps Including Foundation (Outside Diameter) 6 5/8 Each I $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0 rz }} �rwTp jr�f; 3'}6�' ass' €otala i n ��. ,� �a-4hL •.ir;t. .. ., :gip r.• ..,..... .„, ....... y... :,e:». ... ;..; 1. s.:.. ee{lo 6 r,a =,i9". :'=ats"6v'.,r'`t;°�I'��.�ir,,ff�._Mzn+r".w'. n'xlu'tt"i`fl w:P r+"+:'P�'' x XS13.., ,� E ki .. i:. ,"a '}. t ,. ,Ft; i �t.��!„48�1 ri �' ? x :,:.x� - e�}-r i t:z 6 %(i g �F : rr H�g�x'i#''3�t,,. ta...ei k 4v'..k".� F i)t,+ �... .. *� ,.t :..�``�3. a I f' t L( �'p Gates Cost per Lineal Foot of Opening Width: includes all required hardware as per specifications }Yyx t $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 f $ 0.00 Ew..'4 , , 3f.. .,>L$ _Yu fit. , t i Ro� � , �' � H. ` -i?,,t ,. ;.I!„ � � i �lt���i.6`�',�`��L����,�,'i*>'e�Cd� I �S �-� E o.x, ,:Y{>i?X 1 »S v3 sti Y.. h"u•: 5"•i: V w a t ,il%i,}l:: `i ,Y # �R :: ,t :Y.ry ,: '� 1. ,t }i'. �„ d. kr?•!. >3 : ,:..C.„ }1,i }� ry .. At on+ ,, � Hai, r? ^t �� � t ��� at l ry n �-s, ...i..,�ra„6...>ia{Ik+�E....�.., L>,�'f:+x}"aro�}m,�_��..,,.F.�u��'�k�'��z<�a.r,:=,.it,}4���tI�B Privacy Fabric, for chain Iinkfences (Green) $ $ 0,00 $ 0.00 } 0,00 ak,� 3X ,+i ota s' lv 7I City of Miami Parks & Recreation Bid Form 2016 i Rev 1 sr,,LSJ' !, a v; s to r r :,. , _.��. �'�. �� .�}�;��,_m�; :, }�s.,.:��,�:. �.�3::.���� #� ! s ., �x�.�ui,��,�„x�, r%P'e •.;..y re€ F F }i �_ �...��t�i� 1:€ . t. � g� _�':,: ,� •>. ; .i , � gh t;!!,,< �dg� ,.,,�- il�o' •i P,3 ?in r.S a$ f h �,�g. r rr�,�' `,,,.333}'� ;'4x�` �'4, D �E kigh o , '';r v� h��Y`£x�:, P[.'u� G i,� �5 ? £ t �.• ;� �+g::�� 3j ,t, U r�,i.l. Hedge Slats, for chain linkfences $ o.00 $ o.00 $ 0.00 $ 0,00 $ o.00 $ o.00 $ o > 5h��t{�1 Removal and Disposal ofExisting Two -Rail Wood Fencing Removal and Disposal of Existing Two -Rail Wood Fencing 501-1000 $0,00 $0.00 $0.00 $0,00 $O,o0 $0.00 $o Removal and Disposal of Existing Two-Rall Wood Fencing 1001-1500 $0.00 $0.00 $0.00 $0.00 $0.00 Removal and Disposal of Existing Two -Rail Wood Fencing 1501-2000 0,00 , ,i $0,00 $0.00 0,00 Removal and Disposal of Existing Two-Rall Wood Fencing 2001-2500 0,00 , ,i i i, $0.00 i 00 Removal and Disposal of Existing Two-Rall Wood Fencing 2501-3000 0.00 , i, 0.00 , „ 0.00 px r I �l is stz..7 DPP ,i,7y ! .K''l il€ x ,. r,=s}}. 1�1 - #, €€£ €�`", ornx ' ���r�� i }; :�, '�' a ��f& ' + z� # j#!>R' r r1 aar t r a ...�.zRi '... a=' t, 44 tiHigh ;�,6'=�"'s sr,..'b,�4t�,+-�"u53ku `,X Q I I{ h -'� �; !,' 'y�z 6 i '�xid ..v- '€;g, 3 8 t Frig '�c�7,33:.e ,;;Pu.:., ,�'}, `3 : ot{a1 [TEt 3 g r ..� ...K� ,ett cl, Ft: �. dTf g .'d'3%t-x?U4 ui3 fotdl `�Yf'�ax[:. } -._ Provide and Install Two -Ralf Wood Fencing 1-500 0.00 $0.00 , „ $0.00 $0.00 $ 0,00 $ o Provide and Install Two -Ralf Wood Fencing 501-1000 0,00 , „ i i, coo , i, $ 0.00 $ o Provide and install Two -Rail Wood Fencing 1001-1500 000 0.00 0.00 $0.00 $0,00 $ o.00 $ 0 Provide and Install Two -Ralf Wood Fencing 1501-2000 0.00 $0.00 0.00 , „ , i, $ o.00 $0 Provide and Install Two -Rail Wood Fencing 2001-2500 0.00 0.00 0.00 o.00 , i, $ o.00 $ o Provide and Install TWo-Rall Wood Fencing 2501-3000 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ O.o0 $ 0 S�Ee3€(1 1-500 0,00 , „ , „ 0,00 $0.00 $ 0.00 $ 0 TO Provide and Install Picket Fence As Per Specification Provide and Install Picket Fence As Per Specification 501-1000 0,00 0.00 0.00 0.00 $0,00 $0.00 $o 0 $ 0.00 $ o Provide and Install Picket Fence As Per Specification 1501-2000 0.00i„ i i i s a s 1 0 50,00 $a Provide and Install Picket Fence As Per Specification 2001-2500 $ 0.00 $ 0.00 $ o.00 $ 0.00 $ 0,00 $ o:oo $ 0 Provide and Install Picket Fence As Per Specification 25O1-3000 $ 0.00 $ 0.00 $ 0.00 $ o.00 $0.00 $0.00 $o :c �t;x. s3 -. y{ T- -. s _- a}:-"I'r' hl. •. �q}i�@@he 3 �'' fi__., §y>}i��,, :vi`.(�. � 5 gf ;�.:}?-�S 3€, 1' '}5} ?�"' ;? ���s. € I. a : € �,....r , :€}✓eR �. :.,,� > #-T. aX,,: €I h! -;=i+ 4!ll �'?...-. �, fir::.:`„`!. tr 5 x �Z Y�'Y 1 ° �: a.o i#�.- '-� � 1:." 0-,, 1= � � ��) ��":::,���� ��„t-'..,. �y� ..x Total Bid Amount $ o