Loading...
HomeMy Public PortalAbout09-7965 Ronald M Gibbons Inc Sponsored by: City Manager RESOLUTION NO. 09-7 9 6 5 A RESOLUTION OF THE CITY COMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE CITY OF MIAMI GARDENS INVITATION FOR BID FENCING CONTRACT (IFB) #07-08-040 FROM RONALD M. GIBBONS, INC., FOR THE PROVISION OF FENCING REPAIRS TO INGRAM PARK, SHERBONDY PARK AND SEGAL PARK IN AN AMOUNT NOT TO EXCEED SIX THOUSAND DOLLARS ($6,000.00)AND FROM ACCOUNT 74-572461 WHEREAS,the City of Opa-locka currently operates three parks which are Ingram Park, Sherbondy Park and Segal Park; and WHEREAS,the aforementioned City parks are in need of immediate fencing repairs;and WHEREAS, the procurement code of the City of Opa-locka permits piggybacking of contracts from other cities, such as the City of Miami-Gardens; and WHEREAS,the City Commission desires to authorize the City Manager to piggyback the City of Miami Gardens' fencing Contract Invitation for Bid (11i13) #07-08-040 from Ronald M. Gibbons, Inc. for fencing repairs to three city parks. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka,Florida hereby authorizes the City Manager to piggyback the City of Miami Gardens Invitation for Bid Fencing Contract (IFB) #07-08-040 from Ronald M. Gibbons, Inc., for the provision of fencing repairs to Ingram Park, Sherbondy Park and Segal Park in an amount not to exceed Six Thousand Dollars(6,000.00) from account#74-572461 and pursuant to the attached Exhibit"A". Resolution No. 0 9—7 9 65 Section 3. The City Commission of the City of Opa-locka hereby authorizes the City Manager to take any and all necessary action to effectuate the intent of this Resolution. Section 4. This Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 1 2 day of NOVEMBER , 2009. 4-410/11 ''1 LLEY MA OR Attest: 7 Approved as to form and legal sufficienc P eborah S. Irby Burnadette Norris-Weeks, Esq. City Clerk City Attorney Moved by: HOLMES Seconded by: TAYLOR Commission Vote: 4-0 Commissioner Holmes: YES Commissioner Johnson: YEs Commissioner Tydus: NOT PRESENT Vice-Mayor Taylor: YES Mayor Kelley: YES OCP toC/t O � C a Memorandum TO: Mayor Joseph L. Kelley Vice Mayor Myra L. Taylor Commissioner Timothy Holmes Commissioner Dorothy ohnson Commissioner Rose ',dus FROM: Bryan K. Finnie,In /City Manager DATE: November 5,200011// RE: Parks and reation Fence Replacement/Repairs Request: APPROV• L OF A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXPEND FUNDS IN AN AMOUNT NOT TO EXCEED SIX THOUSAND DOLLARS AND ZERO CENTS ($6,000.00) TO RONALD M. GIBBONS INC., FOR FENCING REPAIRS TO INGRAM, SHERBONDY, AND SEGAL PARK AS A PIGGYBACK OF THE CITY OF MIAMI GARDENS FENCING CONTRACT ITB#07-08-040 Description: The Parks and Recreation Department currently operates three parks within the City of Opa-locka. Ingram and Sherbondy serves as the two premiere parks, while Segal serves as a passive park. These parks have various fencing concerns that are immediate need of repair or replacement. Financial Impact: General Fund - Account: 74-572461 Repair and Building Maintenance Programs Implementation Time Line: 30 days Legislative History: None Recommendation(s): Staff recommends approval Analysis: Based on product, service options, service plans, vendor discounts and customer service levels, Miami Gardens Contract ITB# 07-08-040 allows the City of Opa-locka to piggyback off their existing contract allowing for more efficiency and quality of product procurement. Attachment(s): 1. City of Miami Gardens Fence Services Contract 07-08-040 Prepared by: Starex Smith, Parks and Recreation Director L 0 *di 0 a) a) a) a) 0 N = = O O d 8 C M ei O 0 O co 0 a N 0 0 0 Q 0_ Q M c c O co 0 c) O O ao c c c c c c a) o N - - - - c = c N O (9 L V L L L ai CO i N a in 00 ea CC; a. a. O. n. a`) d d aa)) r ca ce ER 64 ER ER N 0 0 N 10 CO CO 10 ct C7 c[) n 0) '- N N O 69 ea 69 ea 64 69 69 EA O O O V L > > N a) a) a) ca a) o _ = O 2 2 0 O N O co 8 ■ (6 cu O d a a_ 0 O O Ci O N a) N a) ca c N c o O N IL O �- 0 C C c c a) = c = r N 40 c 000 toLL) o r = _ _ _ c a- = a- n G t1') LO N n cV r a) a) a) a) O_ a) Q- r N M r EH 0. 0. n n as O a v>•V E9 E9 Eft 69 N r-- CO d0' CO CL N M cn N d O N N N N ea to ea 64 69 6a 69 69 Q) 0 V O G '5 3 7 7 " O LL O O O 2 2 0 O N N LO CD 2 2 O CO c6 L O N = a� � ° � � o o a) a) a) c Cs a) a) a`a) o c° ch CO 0 0 co 0 0 f0O c c — c c C C tU) N {f3 EA 01 (Y) d C`) E9 EA Q d d a) O_ Q 0. N ER LC) a ea 69 ER 69 Eft CCO r 0 N O O U) 0) ~ cM eh 00 +- cM N N 6969H L.; Z.; ai Z4i O '5 '5 '3 3- a) a) a) a) a) a) a) a) o L) O O O O a) a) N a) a) a) N a) O T Z N N O a) a) O a) N c a) co N a) a) o O T 0 0_ 0_ (00 0.. 0_ 4 ci •C C • c cc C C O N• J 0 0 M 0 0 U) 0) L L L L L i L r N ER CO o00 0o m a0. 0. 0 n amaa 1,- c� O O 69 N O 6H a) (� N N CO 0 0 0 0 0 0 0 0 a) ER 69 E9 O O O O O N LO C) (u co c0 c0 c0 M M ,- E d co co co co EA 69 ER taeaE96969 CO -o L O Z O c O O- F.. 7 >, Z a _c F Q x Z co co W Z Z LI c� C Z F- M O U) L Q 0 d1 L a) W O r. N N 0 m LL Q Q 0) szm 06 co 0 W E -0 0 al � d 0 0.0 0 N .� 3 >- Q z 0 = co a) � 0 R _0 _0 _0 - �)� p — o a cu cu co cu Z o 2 ate) m m 0 ,� LLLLLL LL .- Q 2W n m LU co I (O O Y E O Y I— = m o) m O) N m o)f" O c 1 J = N a) u) Q CO 7 7 7 7 -- Q) :.—. CO Q CC a) _— _ 0 N as cu cu as Q-0 cu a. 0` :Y O > 2 o J _J t 0000a � 0 O ac) Vi J c a O < c .0 � O .. - H 1 a rno) rnrn x) 000 � � 0 + � +r+ L O T 0 N I- � m vcoa0rnmcr > NO 0 > O 0 p = = o Z 2 = = I I r C d _o N ° N N o N N O c 0 LL Lt. [L a_ 0 CL a d d (3- co N 2 J -i CU O o o L o o - o o ° o o h 4) a) 2 4 r O ER r o ER to O ER 2 a. Ll En ER ER Er) CO CO CC 0 0 N 'V' ER ER O in O 0 0 0 0 0 0 0 o ti 0 0 _ = o I I o I = o = o M 0 0 `m to LL Q 0 d d 0 d 0 O En- LL J J C O O LO co O O O 0) 0 0 0 L O t1) In N N n c6 O O 1. 6 In 4 F a) a)•• N M f` CD ER co ER W D_ d Tr L ER ER ER ER ER ER ER ER CD co U) 0 U U c\i 4 to to O 0 0 c 0 0 ` 0 0 G C C O LL CD _ = 0 2 b 00 = = 0 2 2 o cD Li C d o a`) a� o a s oo m m 0 N ti LL 0 0- a 3 O co J J OS O O 0 c\ 0 0 O 0 0 CO., L ,-O 0 N O O Erj O O J J a a) �2 0 VO M M 4 coo ER 2 LL 11. of ER ER ER ER ER ER ER ER ea 0 0 I— C7 4 ER ER 0 0 Z =° _° 0 0 0 o 0 ca o O cp °o = = 0 = = o I I o l ? O aao m a`) °0 aaN 'ii)- °.-° p LL ti U a o _J o o co C° o 0 0 o r o o co Lo _UL O O N O O nj O ° nj O O m Q) O O co ER O O ER co ER > d d U 6N9 � � ERA � � (75 E U o O r- co O 69 69 a To O c a a >, a) _c En ccf a) EA N L Y C Ix U - U Q Ix Lr C c O >. L) N O V cc O O O d E .Q E d V z CC aa'i a) -1 J d av)i J a�i - O LJJ U) 11J f- W m "0 -0 a. U 0 4 _ 2.5 0 m O cn m Q f =WI -0 CD a f a) m i a) Z c II, > A W es cn z O cn z Q 0 a) n z J Z J a) U as � Q � cd xi � O � = Z I- n1._ as Xi cu w r 0 0 t4 *- 0 O O >`. F- w _o > I- N I- 0 I- N I- I- O LL co O • 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 QS C) to 0Ti 000 N CCOO Off) r N • N O * N V N EA Ef3 CO Efl Efl 64 EA V' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 0 0 O O N O O O co O N O O to) tC) Co O •cF O N Co C) N C) CO Efl CO 1E) T T N C6 6 CO■Efl En CO 64 En T 1E) En En En 0 0 0 0 0 0 0 o O o 0 0 o O O O o 0 0 0 0 o to) 0 O T Vim ' CO 0 • 07 N r r Efl tfj 64 Ef3 En En Ef3 m z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • N O N O O N r N ' aD T T T 0 T Q) 64 64 T Ef) Ef} Efl T En r) En En EA 'i EV c) E 0 0 a 4) L co Cci Co Cn 0 o_ 4) U W 0 O z CC o. co 0 U d a) LL N i U c - a Y N L 0. o > J m = c 0 o o N p CC z > o� f- 0 L L L O = p p pp 0 O O 0 O N: O 2 2 0 2 2 0 2 2 o 0 O d d l l O d CSI co C 0 a o 0 0 0 F- 0 0 0 0 0 2 0 o � O O N O O O O 07• •d I� r O O to Co Et? &co 9 69 Ea. CO CO O O In L L d p 0 O O p 0 p p O v 2 2 0 2 2 0 2 2 0 2 0 ch C a) N 0 L O 8 8 O a) L!) en LL d a N d CD CD CL Op Tr O a Lo ER In 0 o N n 0 O O O o o O O N C'7 O O 1.6 Lri to d' I� N (0, EA L CO ER 69. 69- ER 69 U y O V O C o O > > = 7 7 Al 2 2 0 2 2 2 2 = = N LL L L O O L O O (D a) a) c,:=. p 5 0 O 3 aa' o ag as o0 aei0• N CC 00 �? 00 �r 000 0 0 CO Ea J O O CC) O O N O O c„.i' O O r 22 v M Es 4 co 4 co O 4 M ed Efl ER ER 64 Ef3 EA EH Ei} H L L 7 7 L L L O O U p p O= 0 0 0 7 7 Z O 2 2 2 2 O O O L O 2 2 0 e0 O aao aao a � T a. n. ccoo °r° a) J 0 0 0 0 0 O O r 0 0 _�In N to r Ef3 U 69. to E{3 ER Efl ER V). 69- C 0 0 .r O C CD Z Ts U a) Z Y W U) LL as 0 a) Z ii): - Cl) X ) CC L' cn re LL > a) E.D. 2 O :+ C i C • C C i C •• et O Q c E .°fl as as c° .0 E -0 U Z a a) -I ca ev aa) c° a `° = a N a) J J W V -0 17 a E v -0 a -0 a 0 a) Fic a) W 2 a) T a) ~ ~ r F- ~ O" n Y Y C aL m (/) = � cn co ) t a) C i _ a) — C O 11 d d V — co c Q > 00 a C) 20 z < ZOW ZQ Q a U Q H d .6 F- � co _6 _ cC I- ;FI Q ,- 0 O y . l 0 O 0 CV CV 0 0 0 0 0 0 0 0 0 Co 0 0 0 0 0 0 0 0 0 c O O UJ C) Lf) O 4 O CC - N a4 4 co O' r N d 4 Q J J r _ E9 Efl 69z- i EAR K? 694 CL a O O C• O 0 N 4 Ea 69 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO 0 0 U O O N O O 6 c° 6 N a) 0 0 in 10 CO O d O eP o N o CO N CO CO 69- O u) LL LL C J J ER to M � EF3 ) LL En N a a tut' Ln O U NEil Ell y 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 a) 00 0 000 - (c) o (00 LL in_ o o , v co o Cl) L 6 Z CD J a a O co c E 22 Ca O 0 C I- 6 Ell Ea -o 15 0 0 0 0 0 0 0 0 0 +- o 0 0 0 0 0 0 0 0 0 0 Z O O O O O O O O O Li. 0 0 0 0 0 0 0 0 0 -0 — N 0 N 0 <3' O N r O J J U L v) � 00 ;3i; 69 Ell 07 >' J as > oo co V o o ca EA > J U) a o >co o_ co 2 0 '2 w ' 0 Cl) w CC 0 Z w I- a Q 0 U U > C7 a m CC G _ LL Co co Q D W (tf a "2 Y LL �O o. cts J c = CC z � U) o a I- W > 0 .0 0 Cl) u") 0 0 LL ca) o -, CC > if I- .,117111 C, "10. City of Miami Gardens INVITATION TO BID The purpose of this bid is to establish a contract, by means of sealed bids, with licensed fencing contractors for the new installation, removal, replacement and repairs of chain link fences within the boundaries of the City of Miami Gardens, as specified herein, from sources of supply that will give prompt and efficient service. PROPOSAL SUBMISSION Proposals will be received by sealed envelope in the Office of the City Clerk of Miami Gardens, 1515 N.W. 167th Street; Bldg. 5, Suite 200, Miami Gardens, Florida 33169 until 2:00 P.M. on August 14, 2008, at which time they will be opened and read in the Council Chambers by the Procurement Buyer. Proposals received after this time will not be considered and no time extensions will be permitted. Please clearly mark bids: "ITB#07-08-040—FENCE SERVICES" Copies of this Proposal Document may be obtained by contacting DemandStar by Onvia at www.demandstar.com or call toll free 1-800-711-1712 and request Document#07-08-040 or may be found on the City's web site at www.miamigardens-fl.qov. Vendors who obtain specifications and plans from other sources other than DemandStar.com are cautioned that the bid package may be incomplete. All addendums will be posted and disseminated by DemandStar. FOR INFORMATION For information on this Invitation to Bid, contact the Procurement Department, (305)622-8000. ACCEPTANCE AND REJECTIONS The City of Miami Gardens reserves the right to reject any or all Proposals with or without cause; to waive any or all irregularities with regard to the specifications and to make the award to the Consultant offering the greatest advantage to the City. Please be advised that Pursuant to City Ordnance 2008-03-139 "Cone of Silence", public notice is hereby given that a Cone of Silence is imposed concerning this City's competitive purchasing process, which generally prohibits communications concerning the RFP until such time as the City Manager makes a written communications concerning the competitive purchase transaction. Please see the detailed specifications for the public solicitation for services for a statement fully disclosing the requirements of the"Cone of Silence". ITB#07-08-040 Page 1 of 43 Replace&Remove Fence July 2008 "ITB#07-08-040—FENCE SERVICES" August 14,2008 1.0 GENERAL CONDITIONS 1.1 SEALED BIDS: Original copy of Bid Form as well as any other pertinent documents must be returned in order for the Bid to be considered for award. All Bids are subject to the conditions specified herein and on the attached Special Conditions, Specifications and Bid Form. The completed Bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City Clerk, City of Miami Gardens, 1515 N W 167th Street; Bldg 5 Suite 200, Miami Gardens, Florida 33169 until 2:00 p.m., local time on date due. 1.2 EXECUTION OF BID: The Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign Bid shall invalidate same and it shall NOT be considered for award. All Bids must be completed in pen or be typewritten. No erasures are permitted. If a correction is necessary draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the Bid. Any illegible entries, pencil Bids or corrections not initialed will not be tabulated. The original Bid conditions and specifications together with bidder's response CANNOT be changed or altered in any way after submitted to the City. 1.3 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the Bid specifications. In case of discrepancy in computing the amount of the Bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Bidders are to list discounts to be given the City for prompt payment. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be proposed separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of Bid(s). All prices quoted shall be guaranteed for 90 days from Bid date unless otherwise specified in Special Conditions. 1.3.1 TAXES: The City of Miami Gardens is exempt from all Federal Excise and State taxes. The applicable tax exemption number is shown on the Purchase Order. 1.3.2 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, Bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. ITB#07-08-040 Page 2 of 43 Replace&Remove Fence July 2008 1.3.3 UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the Bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L.for the item(s)offered and furnished. 1.3.4 BID'S CONDITIONS: The City reserves the right to waive irregularities in Bids or to reject all Bids or any part of any Bid deemed necessary for the best interest of the City of Miami Gardens, Florida. 1.4 EQUIVALENTS: If bidder offers makes of equipment or brands of supplies other than those specified, it must be indicated in the Bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the Bid form the manufacturers' name and number if proposing other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the Bid will be considered as a Bid in complete compliance with the specifications as listed on the attached form. 1.5 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Any item delivered, not conforming to specifications, may be rejected and returned at bidder's expense. These items and items not delivered as per delivery date in Bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in Bidder's Name being removed from the vendor list. 1.6 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30)days after Bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the Bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1515 N W 167th Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169. 1.7 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days(in calendar days)required to make delivery after receipt of ITB#07-08-040 Page 3 of 43 Replace&Remove Fence July 2008 employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of attorneys and other professionals and court costs)arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting there from and (b) is caused in whole or in part by any willful and wanton or negligent or gross negligent acts or omission of Contractor, any subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against the City or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, the indemnification obligation under the above paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers or workman's compensation acts, disability benefit acts or other employee benefit acts. It is the specific intent of the parties hereto that the foregoing indemnification complies with Florida Statute 725.06(Chapter 725). It is further the specific intent and agreement of the parties that all of the Contract Documents on this project are hereby amended to include the foregoing indemnification and the "Specific Consideration"therefore. The official title of the City is "City of Miami Gardens". This official title shall be used in all insurance, or other legal documentation. City of Miami Gardens is to be included as "Additional Insured" with respect to liability arising out of operations performed for City of Miami Gardens by or on behalf of Contractor or acts or omissions of Contractor in connection with such operation. 1.16 PATENTS&ROYALTIES: The bidder, without exception, shall indemnify and save harmless the City of Miami Gardens, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Miami Gardens, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the Bid prices shall include all royalties or cost arising from the use of such design,device, or materials in any way involved in the work. 1.17 OSHA: The bidder warrants that the product and services supplied to the City of Miami Gardens, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. ITB#07-08-040 Page 6 of 43 Replace&Remove Fence July 2008 1.17A SAFETY PRECAUTIONS: The bidder shall, if required, maintain suitable and sufficient guards and barriers and, at night, suitable and sufficient lighting for the prevention of accidents and all minimum safety standards required by Municipal, County, State and Federal ordinances and laws shall be strictly met by the bidder 1.18 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.19 ANTI-DISCRIMINATION: The bidder certifies compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.20 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this Bid shall be new. The items Bid must be new, unless recycled materials are certified by bidder, the latest model, of the best quality, and highest grade workmanship. 1.21 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Miami Gardens property to deliver materials or perform work or services as a result of a Bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all Miami-Dade County and City of Miami Gardens building requirements and the Florida Building Code. The bidder shall be liable for any damages or loss to the City occasioned by willful, wanton or gross negligence of the bidder (or agent)or any person the bidder has designated in the completion of the contract as a result of the Bid. 1.22 BID BONDS, PERFORMANCE BONDS,CERTIFICATES OF INSURANCE: Bid Bonds, when required, shall be submitted with the Bid in the amount specified in Special Conditions. After acceptance of Bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in Special Conditions. 1.23 DEFAULT/FAILURE TO PERFORM: The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful bidder to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful bidder to meet any terms of this agreement, the City will notify the bidder three (3) days (weekends and 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 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. ITB#07-08-040 Page 7 of 43 Replace&Remove Fence July 2008 C) Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D) Neglecting or refusing to remove materials or perform new work where prior work has been rejected as non-conforming with the terms of the contract. E) Becoming insolvent, being declared bankrupt, or committing act of bankruptcy or insolvency, or making an assignment renders the successful bidder incapable of performing the work in accordance with and as required by the contract. F) Failure to comply with any of the terms of the contract in any material respect. In the event of default of a contract, the successful bidder shall pay all attorney's fees and court costs incurred in collecting any damages. The successful bidder shall pay the City for any and all costs incurred ensuing the completion of the project. 1.24 CANCELLATION: The City of Miami Gardens reserves the right to cancel this contract by written notice to the contractor effective the date specified in the notice, should any of the following apply: A) The contractor is determined by the City to be in breach of any of the terms and conditions of the contract and/or to have failed to perform his/her services in a manner satisfactory to the City. In the event the contractor is found to be in default, the contractor will be paid for all labor and materials provided as of the termination date. No consideration will be given for anticipated loss of revenue or the canceled portions of the contract. B) The City has determined that such cancellation will be in the best interest of the City to cancel the contract for its own convenience. C) Funds are not available to cover the cost of the services. The City's obligation is contingent upon the availability of appropriate funds. 1.25 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers; work order number and/or quotation number, if applicable; details of service(s) performed including service date, brief description, and shall be submitted in DUPLICATE to Accounts Payable, City of Miami Gardens, 1515 N W 167th Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169. 1.26 SUBSTITUTIONS: The City of Miami Gardens, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their Bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.27 FACILITIES: The City reserves the right to inspect the bidder's facilities at any time with prior notice. 1.28 BID TABULATIONS: Bidders desiring a copy of the Bid tabulation may request same by enclosing a self-addressed stamped envelope with the Bid. 1.29 APPLICABLE LAW AND VENUE: The law of the State of Florida shall govern the contract between the City of Miami Gardens and the successful bidder and any action shall be brought in Miami-Dade County, Florida. In the event of litigation to settle issues arising ITB#07-08-040 Page 8 of 43 Replace&Remove Fence July 2008 hereunder, the prevailing party in such litigation shall be entitled to recover against the other party its costs and expenses, including reasonable attorney fees,which shall include any fees and costs attributable to appellate proceedings arising on and of such litigation. 1.30 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Invitation for Bid is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Gardens Procurement Manager at least seven (7) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the City of Miami Gardens Procurement Manager. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids is required. A copy of such Addendum will be sent to each Bidder receiving the Invitation for Bid. In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. 1.31 AWARD OF CONTRACT: A) A contract may be awarded to the lowest responsive, responsible Bidder(s) whose Bid(s), conforming to the Invitation for Bid, is most advantageous to the City of Miami Gardens. The lowest responsive, responsible Bidder(s) will be determined in conjunction with the method of award which is described in the Special Conditions. Tie Bids will be decided as described herein. B) The City shall award a contract to a Bidder through action taken by the City Council or the City Manager of the City of Miami Gardens, Florida. C) The General Terms and Conditions, the Special Conditions, the Technical Specification, and the Bidder's Bid are collectively and integral part of the contract between the City of Miami Gardens and the successful Bidder. D) While the City of Miami Gardens may determine to award a contract to a Bidder(s) under this Invitation to Bid, said award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. The Bidder shall be in default of any conditional award if any of these documents are not submitted in a timely manner and in the form required by the City. If the Bidder is in default, the City, through the Procurement Manager, will void its acceptance of the Bidder's offer and may determine to select the second lowest responsive, responsible Bidder or re-solicit Bids. The City may, at its sole option, seek monetary restitution from the defaulting Bidder as a result of damages or excess costs sustained and/or may prohibit the Bidder from submitting future Bids for a period of one year. E) The City reserves the right to exercise the option to renew a term contract of any successful Bidder(s) to a subsequent optional period; provided that such option is stipulated in the Special Conditions and is contained in any contract ultimately awarded in regard to this Bid. ITB#07-08-040 Page 9 of 43 Replace&Remove Fence July 2008 F) The City reserves the right to automatically extend any contract for a maximum period not to exceed ninety(90) calendar days in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded, in regard to this Bid. G) The Bidder agrees and understands that the contract may not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option. 1.32 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of any contract, including any or all of its right, title, or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Miami Gardens, which consent may be withheld. 1.33 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulation building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the bidder for failure to obtain required licenses, permits or fines shall be borne by the bidder. 1.34 OPTIONAL CONTRACT USAGE Other State agencies, and/or Governmental Entities in the State of Florida may purchase from the resulting contract. Contractors shall sell these commodities or services to the other State agencies and/or Governmental Entities in the State of Florida at the agencies and/or entities option or as otherwise provided by law. 1.35 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this Bid from the selected bidder. However, items that are to be"Spot Market Purchased" may be purchased by other methods, i.e. Federal, State or local contracts. 1.36 WARRANTIES OF USAGE: Any estimated quantities listed are for information and tabulation purposes only. No warranty or guarantee of quantities needed is given or implied. It is understood that the Contractor will furnish the City's needs as they arise. 1.37 PUBLIC ENTITY CRIMES: As provided in Section 287.133(2) (a), Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.38 CODE OF ETHICS: As provided in Article 9 Ethics in Public Contracting of the City of Miami Gardens Ordinance No. 2005-10-28 and Ordinance 2008-03-139 "Cone of Silence", from the time of advertising until the City Manager presents the recommendation of award, there is a prohibition on communication with the City Manager and his ITB#07-08-040 Page 10 of 43 Replace&Remove Fence July 2008 staff and Mayor and City Council. The ordinance does not apply to oral communications at pre-bid/proposal conference, oral presentations before selection committees, contract negotiations, public presentations made to the City Council during any duly noticed public meeting or communications in writing at any time with any City employee, official or member of the City Council unless specifically prohibited by the applicable RFP, RFQ or bid documents. A copy of all written communications must be filed with the City Clerk. 1.39 NON-COLLUSION: By submitting this bid, Bidder certifies that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud. No premiums, rebates or gratuities are permitted, either with, prior to or after any delivery of material or provision of services. Any violation of this provision may result in the Contract cancellation, return of materials or discontinuation of services and the possible removal from the vendor bid list(s). 1.40 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City Charter relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result in disqualification of the bidder and may result in removal from the vendor bid list(s). 1.41 FLORIDA PUBLIC RECORDS ACT: All material submitted regarding this bid becomes the property of the City. Bids may be reviewed by any person ten (10) days after the public opening. Bidders should take special note of this as it relates to any proprietary information that might be included in their offer. Any resulting contract may be reviewed by any person after the contract has been executed by the City. The City has the right to use any or all information/material submitted in response to this bid and/or any resulting contract from same. Disqualification of a bidder does not eliminate this right. 1.42 TIED BIDS: In the event of an identical tied bid or proposal, preference will be given to local vendors. If none of the vendors are local, preference will be given to a vendor with a Drug-Free Workplace Program in accordance with Section 287.087, Florida Statutes. 1.43 LOCAL PREFERENCE: In accordance with the City of Miami Gardens Code of Ordinances Sec. 16, regarding preference to local business, when evaluation percentages are used to evaluate, and when a non-local business is the highest ranked proposer, and the ranking of a local proposer is within 5% of the ranking, then the local proposer shall proceed to negotiate. When a local business's price is within 5% of the lowest non-local business, then the local business can offer a best and final bid, within five days of bid opening, equal to or lower than the amount of the low bid submitted by the non-local business. 1.44 DRUG FREE WORKPLACE AFFIDAVIT: Pursuant to Section 893.02(4), Florida Statutes, each bidder shall complete the form on Drug Free Workplace Affidavit and submit same with any bid response. 1TB#07-08-040 Page 11 of 43 Replace&Remove Fence July 2008 1.45 SMALL, MINORITY,AND WOMEN'S BUSINESSES: The City of Miami Gardens encourages Small, Minority, and Women's Businesses to participate in this solicitation. The City of Miami Gardens encourages prime contractor, if subcontractors are to be let, when economically feasible,to take affirmative steps to assure that Small, Minority, and Women's Businesses are used when possible. Affirmative steps shall include: • Placing qualified small, minority, women's and disadvantage businesses on solicitation lists; • Assuring that small, minority, women's and disadvantage businesses are solicited whenever they are potential sources; • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small, minority, women's and disadvantage businesses; • Establishing delivery schedules, where the requirement permits, which encourage participation small, minority, and women's businesses; • Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce. 0 1.46 REFERENCE MONETARY CONTRIBUTIONS TO LOCAL SCHOOLS: In accordance with the City of Miami Gardens Code of Ordinance regarding preference to businesses that make monetary contributions to local public schools, when evaluation percentages are used to evaluate, and when a non- contributing business is the highest ranked proposer, and the ranking of a contributing proposer is within 5% of the ranking, then the contributing proposer shall proceed to negotiate. When a contributing business's price is within 5% of the non-contributing business, then the contributing business can offer a best and final bid within five days of bid opening, equal to or lower than the amount of the low bid submitted by the non-contributing business. Lists of local schools and complete ordinance can be viewed on the City's web page www.miamigardens-fl.gov. ITB#07-08-040 Page 12 of 43 Replace&Remove Fence July 2008 FENCE SERVICES" ITB#07-08-040 August 14, 2008 2.0 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this bid is to establish a contract, by means of sealed bids, with licensed fencing contractors for the new installation, removal, replacement and repairs of chain link fences within the boundaries of the City of Miami Gardens, as specified herein, from sources of supply that will give prompt and efficient service. 2.2 TERM OF CONTRACT: It is requested that bidders quote fixed prices that will be guaranteed to the City of Miami Gardens for an initial period of one(1)year. The City of Miami Gardens reserves the right to exercise the option to renew annually (subject to the appropriation of funds), not to exceed a maximum of two (2)years. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not the right of the vendor. This prerogative may be exercised only when such continuation is clearly in the best interest of the City. 2.3 METHOD OF AWARD: Award of this contract will be made to the two(2) responsive, responsible bidders who offer the lowest hourly labor rate. The city reserves the right to increase or decrease the number of awarded bidders in its best interests. The City also reserves the right to eliminate any vendor who offers an hourly rate and/or mark- up for materials that is inconsistent with the price offered by the majority of the other vendors. The vendors to whom award is made under this solicitation shall be deemed to be thereby pre-qualified to participate in periodic work assignments that are identified by the City on an as needed basis. When such work assignments are identified, the awarded vendors shall be invited to review the specifications regarding the work to be accomplished, inspect the work area and offer an itemized price based on the quoted hourly rate, including the cost of materials.The vendor offering the lowest fixed price for the specific effort shall be awarded that specific work assignment. The award of a specific work assignment to one vendor does not preclude other pre-qualified vendors from submitting offers for other City work assignments. Successful bidders awarded shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Bidders past performance with the City, if applicable, may be used in the evaluation process in determining recommendation for award. 2.4 PAYMENT: Payment will be made upon final completion and acceptance, by the City, of the fencing project. No draws or partial payments will be made while work is in progress. The City will pay the contract price minus any liquidated damages and/or other damages to the Contractor upon final completion and acceptance. Bidder must submit a lump sum price inclusive of all labor, parts/supplies, equipment needed to furnish, deliver, erect, install and connect completely all of the material and appliances described herein and in the drawings, and supply all ITB#07-08-040 Page 13 of 43 Replace&Remove Fence July 2008 other incidental material and appliances, tools, transportation, etc., required to make the work complete and to leave the area in first class operating condition. 2.5 COMPLETION TIME: See Section 3.0, Paragraph 3.14 Inclement Weather: Notification of request for any delay due to inclement weather must be requested via facsimile. The City seeks a source of supply that will provide accurate and timely completion. The awarded contractor must adhere to completion schedules. If, in the opinion of the City, the successful contractor fails at any time to meet the requirements herein, including completion requirements, then the contract may be cancelled upon written notification for default of contract. 2.6 ADDITIONAL ITEMS/SERVICES: Although this Solicitation identifies specific items/services to be provided, it is hereby agreed and understood that any new items/services may be added/deleted to/from this contract at the option of the City. Quotes may be requested from the awarded bidders for these additional items/services. 2.7 SITE VISITS: Bidders are required to be familiar with any conditions which may in any manner, affect the work to be done or affect the equipment, materials and labor required. The bidder is also required to examine carefully the specifications and all area site locations and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under this contract. 2.8 INSURANCE: Bidders must submit with their bid, proof of insurance meeting or exceeding the following requirements or a letter of intent to provide the following requirements if awarded the contract: 2.8.1 Worker's Compensation Insurance—as required by law 2.8.2 Employer's Liability Insurance-$1,000,000 per occurrence 2.8.3 General Liability Insurance - $1,000,000 per person and $1,000,000 per accident for bodily injury 2.8.4 Automobile Liability Insurance - $500,000 per occurrence, $500,000 per accident for bodily injury and $500,000 per accident for property damage on owned or leased vehicles The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with the latest edition of A.M. Best's Insurance Guide. The successful bidder must submit, no later than ten (10) days after award and prior to commencement of any work, a Certificate of Insurance naming the City of Miami Gardens as additional insured. 2.9 CONTACT PERSON: For any additional information regarding the specifications and requirement of this proposal, contact: William Garviso, fax: (305) 622-8001, e-mail: wgarviso @miamigardens-fl.gov. ITB#07-08-040 Page 14 of 43 Replace&Remove Fence July 2008 2.10 BID CLARIFICATION: Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Procurement Department, 1515 N W 167th Street; Bldg. 5 Suite 200, Miami Gardens, Florida 33169, FAX: (305) 622-8001. The bid title/number shall be referenced on all correspondence. All questions must be received no later than seven (7) calendar days prior to the scheduled proposal opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.11 PROPOSAL/PERFORMANCE BOND(Not Used) 2.12 LIQUIDATED DAMAGES: If the successful Contractor fails to complete the project by the thirty day (30) completion time, it is understood that$150.00 per calendar day will be deducted, as liquidated damages,for each day beyond the completion time. 2.13 ESTIMATED QUANTITIES: (not used) 2.14 WARRANTY: The successful contractor will be required to warranty all materials in accordance with manufacturer's standard warranty and all workmanship for one year from date of acceptance of work. The contractor shall re-execute any and all work that fails to conform to the requirements of this contract. Further, the contractor shall remedy any defects due to faulty materials and/or workmanship, which appear within a period of one (1)year from date installation is accepted at contractor's expense. 2.15 REFERENCES/CONTRACT EXPERIENCE: Each bid submittal must be accompanied by a list of five (5)references, of similar fencing projects, and a list of five (5) similar contract experiences, which shall include contact person, telephone number, facsimile number and e-mail address. It is the responsibility of the bidder to ascertain that the contact person will be responsive. 2.16 COMPLETE PROJECT REQUIRED: These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any items or classes under scope of the several sections shall not relieve the contractor from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. 2.17 BID SUBMITTAL: All bids submitted shall include the completed Bid Form and all required product information and any other items as indicated on the Bid Form. Bids will be considered "Non-Responsive" if the required information is not submitted by the date and time specified. Before submitting bid, each bidder shall make all investigations and examinations necessary to ascertain if any addendums were issued by the Procurement Department. 2.18 BIDDER QUALIFICATIONS: In order for bid submittals to be considered, bidders must submit with their bid, evidence that they are qualified to satisfactorily perform the specified work. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; possess the required licenses; has ITB#07-08-040 Page 15 of 43 Replace&Remove Fence July 2008 technical knowledge and practical experience in the type of equipment included in this scope of work; has available the organization and qualified manpower to the work and has adequate financial status to meet the financial obligations incident to the work. 2.19 LATE PROPOSALS: The City of Miami Gardens cannot accept bid submittals received after opening time and encourages early submittal. 2.20 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the proposal to be considered non-responsive. 2.21 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid proposal, the ORIGINAL AND TWO COPIES of the Invitation to Bid and Bid Form pages must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. 2.22 SOUTHEAST FLORIDA GOVERNMENTAL CO-OPERATIVE PURCHASING GROUP: The bidder understands and agrees if any of the governmental entities or municipalities who are members of the Southeast Florida Co-Op Purchasing Group may participate in the resulting contract with the same terms and conditions through the renewal periods. Each governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the successful bidder and issue its own tax exemption certificate as required by the bidder. 2.23 CHANGE ORDERS: After the issuance of a purchase order, the successful contractor agrees if any change orders are necessary price will not exceed actual cost plus five percent (5%)overhead and five percent(5%)profit. ITB#07-08-040 Page 16 of 43 Replace&Remove Fence July 2008 FENCE SERVICES" ITB#07-08-040 August 14, 2008 PERFORMANCE SPECIFICATIONS 3.0 PURPOSE: The purpose of this bid is to establish a contract for services to furnish all labor, supervision, materials, equipment, tools, site work, restoration and other miscellaneous appurtenance and work necessary to replace and repair fencing within the boundaries of the City of Miami Gardens. Chain link fence requirements shall be in accordance with ASTM A-53, ASTM A-90 ASTM A-392, ASTM A-569,ASTM D-1499, Type E, latest edition. 3.1 GENERAL LOCATION OF WORK: 3.1.1 All work in the fulfillment of this project shall be performed on City property or public right-of-way. No permission will be given to trespass on adjoining property. 3.1.2 If property (public or private) is damaged during construction or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the contractor in a manner acceptable to the City of Miami Gardens prior to the final acceptance of the work. Such property shall include but not be limited to: sidewalks, curbs, footings, underground utilities, sod,shrubs, and trees. 3.1.3 Contractor shall notify the Public Works Department in writing of the site having pre-existing damage to sidewalks, curbs, adjacent improvements, etc., before beginning work. Failure to do so shall obligate the contractor to make repairs per section 3.1.2. 3.2 PROTECTION: 3.2.2 Contractor shall be solely responsible for pedestrian and vehicular safety and control within the work site and shall provide the necessary warning devices, barricades and ground personnel needed to give safety, protection, and warning to persons and vehicular traffic within the area. All safety devices must have suitable and sufficient lighting for the prevention of accidents. All minimum safety standards required by Municipal, County, State and Federal ordinances and laws shall be strictly met by the contractor. 3.2.3 Contractor must provide protection necessary to prevent damage to property, including but not limited to, grass, palms and vegetation and irrigation where work is being performed and to adjoining properties. 3.2.4 Restore any damage to property including grass, palms and vegetation and irrigation to its original condition, at contractor's expense, as acceptable to the City of Miami Gardens. 3.3 HOURS OF WORK: 3.3.1 Contractor will perform work Monday through Friday from 7:30 a.m. to 4:00 p.m., excluding City holidays. 3.4 EMPLOYEES: 3.4.1 Contractor shall be responsible for the appearance of all working personnel assigned to the project(clean and appropriately dressed at all times). Personnel must be able to supply proper identification at all times. ITB#07-08-040 Page 17 of 43 Replace&Remove Fence July 2008 3.4.2 All employees of the contractor shall be considered to be at all times the sole employees of the contractor, under the contractor's sole direction, and not an employee or agent of the City of Miami Gardens. The contractor shall supply competent and physically capable employees and the City may require the contractor to remove any employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose presence on City property is not in the best interest of the City. City shall not have any duty to implement or enforce such requirements. 3.4.3 Contractor shall assign an "On Duty" supervisor who speaks and reads English. 3.5 STORAGE OF MATERIALS: 3.5.1 Contractor must provide for its own storage of material and equipment. No on-site storage is permitted at the work area or other public areas. Contractor is responsible for all of his equipment, all fence materials, and etc. during construction of project. 3.5.2 Safeguarding of all Contractor-owned equipment, tools, materials, vehicles and surplus fabric is the responsibility of the contractor and employees. The City of Miami Gardens assumes no direct or implied responsibility for the theft, vandalism, injury or other undesirable actions occurring to or performed with any Contractor-owned materials. 3.6 DISPOSAL OF WASTE: 3.6.1 Contractor shall be responsible for disposal of waste materials, rocks, vegetation, concrete, spoil, existing fence material, containers and any and all excess materials, etc. at an off site location on a daily basis in accordance with local, state and federal regulations. City dumpsters are not to be used by contractor. 3.7 PERMITS: 3.7.1 Contractor shall pay for and obtain all required permits. The fee for City permits will not be waived. 3.7.2 All work not stated herein shall be in compliance with the South Florida Building Code and all other national, state, and local codes and regulations. All permits to be posted on job site. 3.8 UTILITIES: 3.8.1 Contractor shall contact Sunshine Notification Center and all other utility companies (cables, power, gas, telephone, etc.) to obtain clearance. Contractor shall be responsible for any and all damage to underground utilities, structures, pipes, etc. The underground Notification Center number: 1-800-432-4770. 3.8.2 All utility services shall be restored upon completion of each phase. 3.9 MATERIALS: 3.9.1 FABRIC: Shall be steel No. 9 gauge wire woven, in a two inch diamond (2") mesh, hot dipped galvanized anchor fence with a zinc coating a minimum of 1.2 ounces per square foot complying with ASTM A-392. Weight of zinc coating shall be determined as defined in ASTM Designation A-90. 3.9.2 VINYL COATING: When vinyl coating is required, fencing, posts and other appurtenances shall be coated with a .006-.010 inch thick vinyl coating in black or green, as per ASTM F 668 Class II B. Bonded vinyl coating is to be plasticized polyvinyl chloride (PVC)with low temperature plasticizer pigments. Color shall be stabilized and have a light fastness that withstands a minimum weather-o-meter exposure of 1500 hours ITB#07-08-040 Page 18 of 43 Replace&Remove Fence July 2008 without any deterioration as defined in ASTM D-1499, Type E. In addition, vinyl covering will resist attach from prolonged exposure to dilute solutions of most common mineral acids, sea water and dilute solutions of most salts and alkali. 3.9.3 POSTS AND OTHER APPURTENANCES: All posts and other appurtenances used in the construction of the fence shall be hot dipped galvanized with a minimum of 1.8 ounces per square foot of surface and black or green vinyl coated as noted above. Pipe sections shall conform to the requirements of ASTM Designation A-53. End, line and corner posts shall be two inch(2")O.D. pipe weighing 2.27 lbs. per linear foot. 3.9.4 RAILING: All railing inclusive of top, bottom and mid shall be 1-5/8" O.D. pipe weighting 1.43 lbs. per linear foot. Top rail shall be provided with couplings approximately every 20 feet. Couplings are to be outside sleeve type, at least six inches(6")long. 3.9.5 FITTINGS: All fittings shall be galvanized malleable iron or pressed steel; all bands shall be beveled edged non-climbable type. 3.9.6 BARBED WIRE: Some fences are to have three (3) strands barbed wire mounted on galvanized brackets at the top, depending on the specific site or as directed by the using department. 3.9.7 GATES: Gates shall be equipped with latches, stops, keepers, hinges and/or rollers and roller tracks(when specified)and a locking mechanism to accommodate a padlock. All gates and hinges shall be tack welded in place to prevent vandalism. When so specified, gates are to be provided with three(3)strands of barbed wire above the fabric. a. Frames: Construct of schedule 40 galvanized steel pipe in accordance with ASTM f1083-96 welded at all corners or assembled with fittings. Paint welds with zinc-based paint. Where corner fittings are used, provide with truss rods of 5/16 inch minimum nominal diameter to prevent sag or twist. Provide gate leaves with vertical intermediate bracing as required, spaced so that no members are more than eight(8)feet apart. Provide gate leaves ten (10)feet and over with a horizontal brace or one 5/16 inch minimum diagonal truss rod. When barbed wire top is required extend the end members of the gate frames one (1) foot above the top horizontal member to which three (3) strands of barbed wire, uniformly spaced, will be attached by use of bands, clips or hook bolts. Dimensions and weights of gate frames are to be as follows: b. Frames under 72" in height— 96" or less in width: 1.66 inches O.D., (2.270 lbs./ft.) To match main framing; top and bottom members on sliding gates—2.38 inches o.d., 3.65 lbs./ft. c. Frames 72"and over in height—over 96" in width: 1.90 inches O.D., (2.72 lbs./ft.)To match main framing. d. Fabric: To be the same type as used in the fence construction. Attach the fabric securely to the gate frame at intervals not exceeding 15 inches. e. Hinges: To be galvanized and of adequate strength for the gate, and with large bearing surfaces for clamping in position. The hinges are not to twist or turn under the action of the gate. ITB#07-08-040 Page 19 of 43 Replace&Remove Fence July 2008 f. Galvanized latches, stops and keepers: Provide for all gates. Latches to have a plunger-bar arranged to engage the center stop, except that for single gates of openings less than ten (10)feet wide a forked latch may be provided. Arrange latches for locking from either side. Center stops are to consist of a device arranged to be set in concrete and to engage a plunger bar of the latch of double gates. No stop is required for single gates. Keepers are to consist of a mechanical device for securing the free end of the gate when in the full open position. g. Galvanized Rollers: Roller bearing grease sealed type, eight (8) inch minimum diameter, fastened to gateposts with galvanized u-bolts. Group I 3.11 Installation of Chain Link Fencing and Gates: 3.11.1 Excavation: Do not begin installation prior to completion of final grading. Drill holes for post footings in firm, undisturbed or compacted soil. Holes to have a diameter equal to four times the diameter of the post, but never less than 12". 3.11.2 Excavate hole depths approximately six(6) inches lower than the post bottom, with bottom of posts set not less than 36 inches below the surface when in firm, undisturbed soil. 3.11.3 The Contractor shall spread all material (e.g., soil) removed from post holes and shall be responsible to ensure that all refuse, rubbish, scrap materials and debris caused by their operations are cleaned up so the work site presents a neat and orderly appearance at all times. Unless otherwise instructed prior to the commencement of any project, all fabric, posts, hinges, ties and concrete stabilization materials shall be disposed of by the contractor off site in accordance with environmental regulations. 3.11.4 Clean post holes of any loose material and moisten soil prior to placing concrete. 3.11.5 Place and align posts in center of holes and hold them six (6) inches above bottom of excavation. 3.11.6 Place concrete around posts in a continuous pour, and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. 3.11.7 Trowel finish tops of footings, and slope or dome to direct water away from posts. Extend footings for gate posts to the underside of bottom hinge. Set keepers, stops, sleeves and other accessories into concrete as required. 3.11.8 Top Rail: Run rail continuously through post caps or extension arms. Provide expansion couplings as recommended by fencing manufacturer. Rail shall be kept uniform and level except in areas of non-uniform grade. 3.11.9 Bottom Rail: Set bottom rail 1" above finish grade. Securely fasten to posts with boulevard clamps or brace bands and malleable rail ends, if called for by the Using Department. 3.11.10 Brace assembly: Provide for each gate, corner, pull and end post for use when top rail is omitted or with fabric 72" or more in height. Assembly shall consist of a round tubular brace extending to each adjacent line post at approximately mid-height ITB#07-08-040 Page 20 of 43 Replace&Remove Fence July 2008 of the fabric, and a truss rod from the line post back to the gate, corner, pull or end post. Truss rods may be eliminated in any line or fence where there is a continuous center rail. Fasten braces to posts with brace bands and malleable brace ends. 3.11.11 Tension Wire: Install tension wires before stretching fabric and tie to each post with ties or clips. A seven (7)gauge high carbon steel coil spring tension wire shall be installed along the bottom of the fence approximately 6"above grade. 3.11.12 Fabric: Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence, and another to frame work so that fabric remains in tension after pulling force is released. Top of fabric shall be flush to top rail and bottom of fabric shall be 1" or held as uniformly close as is practicable and possible above finished grade. 3.11.13 Tension bars: thread through each fabric loop and secure to posts with metal bands spaced 15 inches on center. 3.11.14 Barbed Wire (As Requested): Install three (3) parallel wires on each extension arm on security side of fence. Pull wire taut and fasten securely to each extension arm. 3.11.15 Gates: Install gates plumb, level, and secure. Hinge gates to swing through 180 degrees from closed to open. Install ground- set items in concrete for anchorage, as recommended by the fence manufacturer. Adjust hardware for smooth operation. 3.11.16 Tie Wires: Use u-shaped wires, conforming to diameter of post to which attached, clasping pipe and fabric firmly with ends twisted at least two (2)full turns. Bend ends of wire to minimize hazard to persons or clothing. 3.11.17 Fasteners: Install nuts for tension band and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. 3.11.18 Pull posts: Install pull posts with braces in straight runs of fence not to exceed 400 feet and at intervals not exceeding 400 feet. 3.11.19 Selvage Edges on knuckle fabric 60" high and under for both selvages. Knuckle fabric 72 inches high and over at bottom selvage and twist and barb at top. The Project Coordinator reserves the right to specify type of tope edges constructed at no additional cost to the City. 3.12 General Specifications for Fence/Gate Installation: 3.12.1 Successful bidder (Hereinafter referred to as the (Contractor) shall furnish at their expense all supervisors, equipment, tools, materials, labor, transportation, and other facilities and services necessary to properly install chain link fencing and gates on a regular and emergency basis. 3.12.2 Safeguarding of all Contractor-owned equipment, tools, materials, vehicles and surplus fabric is the responsibility of the contractor and employees. The City of Miami Gardens assumes no direct or implied responsibility for the theft, vandalization, injury or other undesirable actions occurring to or performed with any Contractor-owned materials. 3.12.3 The Contractor shall re-execute any and all work that fails to conform to the requirements of this contract. Further, the Contractor shall remedy any defects due to faulty materials and/or workmanship, which appear within a period of one (1) year from date installation is accepted. ITB#07-08-040 Page 21 of 43 Replace&Remove Fence July 2008 Amos work is needed to determine the type of work to be performed. Contractor shall submit a written estimate (proposal). This estimate shall include a total firm cost to the City itemized as follows; labor hours (skilled and/or non-skilled), itemization of vendors costs for material/parts plus mark-up, a brief description of the repair work to be done and location of work. If the City is interested in proceeding with the work identified on the Contractor's written estimate, the City will advise the Contractor of the purchase order number which would have already been mailed to the Contractor, followed by verbal notice to proceed. (Upon Request, City may request copies of invoices from Contractor's suppliers as proof of material cost). 2. Contractor shall not commence work during overtime working hours prior to obtaining the City's Project Manager approval. Failure to obtain Project Manager approval, may result in non payment for overtime. D. Fence and Gate Removal 1. Description: The unit price for this item includes total price to dismantle, transport and legally dispose of various heights and types of fencing and/or gate material up to and including a maximum 120" height. This price also includes removal and disposal of any post footings, filling footing holes with material the same as contiguous ground (e.g., concrete, asphalt, soil, etc.) For a smooth transition to the adjacent pavement/slab surfaces. 2. Measurement & Payment: Payment will be based upon actual length, horizontal linear feet of fence and/or gate material removed and disposed of meeting the acceptance of the Using Department. ITB#07-08-040 Page 24 of 43 Replace&Remove Fence July 2008 YES_ NO 1. Copy of appropriate License and Permits YES_ NO 2. Proof of ability to obtain insurance YES NO 3. Bid Submittal Price YES_ NO 4. Bid signed by authorized representative YES_ NO 5. Vendor Representative Contact information YES NO 6. References with Phone& Fax Numbers,E-mail Address YES NO 7. List of Similar Contracts YES_ NO 8. Bid prepared in duplicate YES NO 9. City Occupational License(if applicable) The blank spaces in the Bid submittal form must be filled in, and no change shall be made either in the phraseology of or in the items mentioned in the Bid form. A vendor must bid on complete sections of this bid. Sections will not be subdivided for award. Any bid containing a "NO BID" in any portion of a section will not be considered for that section award. ITB#07-08-040 Page 25 of 43 Replace&Remove Fence July 2008 BID SUBMITTAL Deliver Proposal to: CITY OF MIAMI GARDENS BID #07-08-040 CITY CLERK Title: Fence Services 1515 N W 167th Street; Bldg. 5 Suite 200 Miami Gardens, Florida 33169 August 14, 2008 (Vendor) agrees to supply labor, equipment, supplies required for the Fence Services as defined in this Bid in accordance with the requirements of the Specifications, Drawing and Bid Documents. Gentlemen: The undersigned Bidder has carefully examined the Specification requirements, Drawing, Bid/Contract Documents and is familiar with the nature and extent of the Work and any local conditions that may in any manner affect the Work to be done. The undersigned agrees to provide the fence repairs &replacements services called for by the Specifications, Drawing and Bid Documents, in the manner prescribed therein and to the standards of quality and performance established by the City for the unit Bid price stated in the spaces herein provided. The undersigned agrees the right of the City to hold all Bids and Bid guarantees for a period not to exceed ninety(90) days after the date of Bid opening stated in the Invitation to Bid. The undersigned accepts the invoicing and payment policies. Upon award of this Bid the City and Contractor each binds himself, his partners, successors, assigns and legal representatives to the other party hereto in respect to all covenants, agreements and obligations contained in the Bid Documents. The Contractor, by signing the Bid Submittal pages, acknowledges and agrees to abide by all the terms, conditions and specifications contained in this Bid Document. If this bid is accepted,the undersigned bidder agrees to enter into and execute the contract and accept the bid rates as full compensation for repair& replacement of fence performed under this contract. All costs for materials, equipment, labor, fuel, etc. required to provide the Fence Services shall be included in this price. ITB#07-08-040 Page 26 of 43 Replace&Remove Fence July 2008 SERVICE REQUIREMENTS OF THE CONTRACT VENDOR: Vendor shall provide Repairs&Replacement of Fence etc. as specified herein. YES n NO n Vendor shall provide the services as specified. YES n NO n Vendor shall insure adequate personnel and equipment to provide specified levels of YES NO service. Vendor shall work with City of Miami Gardens personnel to insure satisfactory YES NO service. Vendor shall warranty all fencing material&workmanship for one year upon final YES NO acceptance ITB#07-08-040 Page 27 of 43 Replace&Remove Fence July 2008 Bidders should complete all requested information,prices and percentage discounts and submit with bid response. Failure to do so may result in bidder's bid response being considered non-responsive. The City reserves the right to award on an All or None Basis. *Throughout the contract period,Contractor reserves the right to offer a lower percentage mark-up then indicated in Group I&II,as may be applicable for large projects. GROUP I—FENCE AND GATE INSTALLATION A. Labor Hour Rates: Bidders labor rates shall include all travel expenses(auto and gas)and any and all equipment and tools required. Billing time to start at jobsite. 1. Fence and Gate Installation for Regular working hours Monday through Friday, 7:30 a.m. to 5:00 p.m. a. Skilled Tradesman: Estimated 112 Hours @ $ Per Hour=$ Total b. Non-Skilled Labor: Estimated 112 Hours @ $ Per Hour=$ Total Regular Work Hours: $ 2. Fence and Gate Installation for Overtime working hours Monday through Friday, 5:01 p.m. to dusk and Saturdays, Sundays and Holidays. NOTE: Contractor will be expected to work in accordance with the regular work hour days and rates bid unless otherwise requested by the City. a. Skilled Tradesman: Estimated 22 Hours @ $ Per Hour=$ Total b. Non-Skilled Labor: Estimated 22 Hours @ $ Per Hour=$ Total Overtime Work Hours:$ Total for Category A: (Regular Work Hour Total $ Plus Overtime Work Hours) B. Parts and Materials: In this section, the City has indicated the estimated annual expenditure for parts and materials. These materials should maintain a fixed priced for a minimum 12 month period from date of award. City's Estimated Annual Parts&Materials Expenditure $ 15,000.00 4Ft-(9 Gauge Fabric) Per Linear Ft$ 6Ft-(9 Gauge Fabric) Per Linear Ft$ 8Ft-(9 Gauge Fabric) Per Linear Ft$ 9Ft-(9 Gauge Fabric) Per Linear Ft$ Barbed Wire Per Linear Ft$ 2"O.D. pipe/posts Per Linear Ft$ 1-5/8"O.D pipe/railings Per Linear Ft$ Vinyl Coating Per Linear Ft$ Bidders are to provide a percentage mark up from cost for all other parts and materials not listed above. 2. Percentage of Mark-Up from Cost for Parts& Materials Total for Category B: (Multiply the City's $ estimated annual expenditure by the percentage of mark up plus 1.00, Example. If 10% mark up = 1.10 X estimated annual expenditure) ITB#07-08-040 Page 28 of 43 Replace&Remove Fence July 2008 GROUP I TOTAL(Category A Plus Category B): $ GROUP II—REPAIR OF EXISTING FENCING A. Labor Hour Rates: Bidders labor rates shall include all travel expenses (auto and gas)and any and all equipment and tools required. Billing time to start at jobsite. Category I: Routine Repairs performed within five(5)Calendar Days(Regular& Overtime): 1. Furnish repair service for Regular working hours Monday through Friday, 7:30 a.m.to 5:00 p.m. a. Skilled Tradesman: Estimated 330 Hours @ $ per hour =$ Total. b. Non-Skilled Labor: Estimated 170 Hours @ $ per hour=$ Total. Regular Work Hours Subtotal: $ 2. Furnish repair service for Overtime working hours Monday through Friday, 5:01 p.m. to dusk and Saturdays, Sundays and Holidays. Overtime should only be used if work cannot be completed within regular working hours. Vendor must receive approval by City Project Manager for working overtime prior to commencement. a. Skilled Tradesman: Estimated 30 Hours @ $ per hour =$ Total. b. Non-Skilled Labor: Estimated 30Hours @ $ per hour=$ Total. Overtime Work Hours Subtotal: $ Category II: Emergency Repairs within 24 Hours(Regular&Overtime): 1. Furnish repair service for Regular working hours Monday through Friday,7:30 a.m.to 5:00 p.m. a. Skilled Tradesman: Estimated 44 Hours @ $ per hour =$ Total. b. Non-Skilled Labor: Estimated 44 Hours @ $ per hour=$ Total. Regular Work Hours Subtotal: $ 2. Furnish repair service for Overtime working hours Monday through Friday, 5:01 p.m. to dusk and Saturdays, Sundays and Holidays. a. Skilled Tradesman: Estimated 23 Hours @ $ per hour =$ Total. b. Non-Skilled Labor: Estimated 23 Hours @ $ per hour=$ Total. Overtime Work Hours Subtotal: $ Total for Category I and II: $ GROUP II TOTAL(Category I&II)): $ GRAND TOTAL OF GROUP I AND GROUP II: $ ITB#07-08-040 Page 29 of 43 , Replace&Remove Fence July 2008 OTHER SERVICES: A. FENCE AND GATE REMOVAL 1. Removal and Disposal of fencing and gate material 96"in height or less $ Per L.F. 2. Removal and Disposal of fencing and gate material over 96"in height $ Per L.F. Group III JOB SPECIFIC PROJECTS: Rolling Oaks Park A.Remove and properly dispose of approximately 300 linear feet of chain link fence and posts from two tennis courts Norwood Park B.Remove and properly dispose of approximately 600 linear feet of chain link fence and posts from four tennis courts C.Furnish and install approximately 600 linear feet of black coated fence material,posts,top rails, bottom rails,two handicap accessible entrances Vista Verde Park D.Furnish and install approximately 37 linear feet of 6FT galvanized commercial grade chain link fence and 13FT wide baffle. Across side walk at back of park E.Furnish and install approximately 35 linear feet of 4FT galvanized chain link fence as well as one 4'X 12'double swing gate and 6FT wide baffle. Risco Park F. Remove and properly dispose of approximately 200 linear feet of 4FT chain link fence $ G.Furnish and install approximately 243 linear feet of Commercial Grade 9 Gauge galvanized chain link fence and one 4'X 12'double swing gate,to include top rail and bottom tension wire $ H.Remove and properly dispose of existing backstop canopy netting on ball field. Furnish and install appropriate new braces and re-fabric the canopy with 11.5 gauge fence fabric. (TOTAL A thru H) $ SIGN Dated this day of , (Month) (Year) ITB#07-08-040 Page 30 of 43 Replace&Remove Fence July 2008 INDIVIDUAL,FIRM OR PARTNERSHIP By: / (Signature) (Print name) Address: Telephone: ( ) Fax: ( ) Social Security Number(OR)Taxpayer Identification Number(TIN): CORPORATION By: / (Signature) (Print name) Address: Telephone: ( ) Fax: ( ) Taxpayer Identification Number(TIN/EIN): State Under Which Corporation Was Chartered: Cont.Bid Submittal Form Corporate President: (Print Name) ITB#07-08-040 Page 31 of 43 Replace&Remove Fence July 2008 Corporate Secretary: (Print Name) Corporate Treasurer: (Print Name) CORPORATE SEAL Attest By: Secretary Bidder acknowledges the receipt of Addenda No.'s: (please list the date received in the square below) 1 2 3 4 5 6 7 8 9 10 VENDOR SERVICE REPRESENTATIVE INFORMATION The following individuals are the designated contacts assigned to the City: REGULAR WORK HOURS: Name: Address: Telephone: ( ) AFTER WORK HOURS,WEEKEND &HOLIDAYS: Name: Address: Telephone: ( ) ITB#07-08-040 Page 32 of 43 Replace&Remove Fence July 2008 DRUG FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more Bids which are equal with respect to price, quality, and service from businesses that are not located within the City of Miami Gardens are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection(1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature ITB#07-08-040 Page 33 of 43 Replace&Remove Fence July 2008 PROJECT: FENCE SERVICES OWNER: CITY OF MIAMI GARDENS CONSULTANT: INSTRUCTIONS A. All questions are to be answered in full, without exception. If copies of other documents will answer the question completely, they may be attached and clearly labeled. If additional space is needed, additional pages may be attached and clearly labeled. B. The City of Miami Gardens shall be entitled to contact each and every person/company listed in response to this questionnaire. The proposer, by completing this questionnaire, expressly agrees that any information concerning the proposer in possession of said entities may be made available to the City. C. Only complete and accurate information shall be provided by the proposer. The proposer hereby warrants that, to the best of its knowledge and belief, the responses contained herein are true, accurate, and complete. The proposer also acknowledges that the City is relying on the truth and accuracy of the responses contained herein. If it is later discovered that any material information given in response to a questions was provided by the proposer, knowing it was false, it shall constitute grounds for immediate disqualification, termination, or rescission by the City of any subsequent agreement between the City and the proposer. D. If there are any questions concerning the completion of this form, the proposer is encouraged to contact William Garviso, CPPB, Buyer, facsimile: (305) 622-8001, e-mail: wgarviso @miamigardens-fl.gov. ITB#07-08-040 Page 34 of 43 Replace&Remove Fence July 2008 QUESTIONNAIRE Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation, answer this: When Incorporated: In what State: If Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice President's Name: Treasurer's Name: Members of Board of Directors: If a Partnership: Date of Organization: General or Limited Partnership*: ITB#07-08-040 Page 35 of 43 Replace&Remove Fence July 2008 Name and Address of Each Partner: Name Address 1. 2. 3. *Designate general partners in Limited Partnership 1. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by proposer for a similar project to the proposed project ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the proposer or any principals of the applicant organization failed to qualify as a responsible proposer, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last five (5) years? If yes, please explain: 4. Has the proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary. 5. Person or persons interested in the proposal and Questionnaire Form (have) (have not) been convicted by a Federal, State, County or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike our inappropriate words). Explain any convictions on a separate sheet. 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: ITB#07-08-040 Page 36 of 43 Replace&Remove Fence July 2008 A. List all pending lawsuits: B. List all judgments from lawsuits in the last five years: C. List any criminal violations and/or convictions of the proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual or perceived conflicts of interest in connection with this proposal: (If none, so state). The proposer understands that information contained in this Questionnaire will be relied upon by the City of Miami Gardens in awarding the proposed Agreement and such information is warranted by the proposer to be true. The undersigned proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City Manager. The proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami-Dade Police Department. By submitting this questionnaire, the proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. I certify that the information and responses provided on this Questionnaire are true, accurate and complete. The Owner of the Project or its representatives may contact any entity or reference listed in this Questionnaire. Each entity or reference may make any information concerning the Contractor available to the Owner. Dated ,20_ ITB#07-08-040 Page 37 of 43 Replace&Remove Fence July 2008 LIST OF SUBCONTRACTORS The Undersigned states that the following is a full and complete list of the proposed subcontractors on this Project and the class of Work to be performed by each,and that such list will not be added to nor altered without written consent to the City through the City Representative. SUBCONTRACTOR AND ADDRESS CLASS OF WORK TO BE PERFORMED (1) (2) (3) (4) (5) (6) (7) DATE PROPOSER BY: ITB#07-08-040 Page 38 of 43 Replace&Remove Fence July 2008 REFERENCES As specified in the Special Conditions of this Bid Document,Bidders are to present the details of a minimum of five(5)references of similar work. (Additional references may be submitted on a separate sheet) COMPANY NAME,ADDRESS, CITY,STATE,ZIP PHONE&FAX NUMBER Company Name: Address: Contact Name: Phone: Fax: Company Name: Address: Contact Name: Phone: Fax: Company Name: Address: Contact Name: Phone: Fax: Company Name: Address: Contact Name: Phone: Fax: ITB#07-08-040 Page 39 of 43 Replace&Remove Fence July 2008 SERVICE CONTRACTS EXPERIENCE As specified in the Special Conditions of this Bid Document,Bidders are to present the details of service contract experience. It is mandatory that all service contracts for governmental entities be included (Additional contracts may be submitted on a separate sheet in this format) CONTRACTING COMPANY NAME,ADDRESS, DATE OF CONTRACT,LOCATION AND BRIEF CITY,STATE,ZIP DESCRIPTION OF WORK PERFORMED PHONE&FAX NUMBER 1.Company Name: 1. Address: Contact Name: Phone: Fax: 2. Company Name: 2. Address: Contact Name: Phone: Fax: 3.Company Name: 3. Address: Contact Name: Phone: Fax: 4.Company Name: 4. Address: Contact Name: Phone: Fax: ITB#07-08-040 Page 40 of 43 Replace&Remove Fence July 2008 LIST OF EQUIPMENT AVAILABLE FOR THIS CONTRACT List all equipment which will be dedicated to the Fence Repairs and Installation as listed in this bid document.(Additional equipment may be submitted on a separate sheet in this format) EQUIPMENT NUMBER EMPLOYEES&EXPERIENCE AVAILABLE ASSIGNED TO OPERATE THIS EQUIPMENT 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. ITB#07-08-040 Page 41 of 43 Replace&Remove Fence July 2008 BIDDERS AFFIDAVIT Note: This affidavit must be properly executed by the bidder and attached to its proposal. Project Number: Date: Project Title: STATE OF FLORIDA COUNTY OF DADE Before me, the undersigned authority, authorized to administer oaths and take acknowledgements, personally appeared: Who, after being first duly sworn, upon oath deposes and says that he is an authorized representative of: (Hereinafter called the Bidder) (Legal Name, Corporation, Partnership, Firm, Individual) Located at and, that said bidder has visited the site of the work and has carefully examined the plans and specifications for said project and checked them in detail before submitting his bid or proposal; and further, that said bidder or his agents, officers, or employees have not either directly or indirectly, made any agreement or participated in any collusion with other bidders, or representatives of the City, or otherwise taken any action in restraint of open competitive bidding in connection with his bid or proposal for said Project. ATTEST: Legal Name of Bidder Signature SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF (SEAL) MY COMMISSION EXPIRES: Notary Public, State of Florida at Large Attach to Proposal ITB#07-08-040 Page 42 of 43 Replace&Remove Fence July 2008 Request for Taxpayer C.ive form to the identification Number and Certification rmrucste.,r Do not fr '`e%1: •:■.”;;::::lx ••••r .■• ter•-• •, • c•• • Ara 111X y Ilde:n01(3314011 Number(I IN! , 111e, a 7th 1" 1'4 "" r'vL IhP on L IC cYCiti V.t-ct yr y Oily II Y.11,7;r:•,,IT 1:rtlx7,1r.'t•It 3 1,13•71(17.1 rt,rtrt,m dr-,rm'eqt reb1.7 cia " ' 't- -• ' ••.•rr-.4,77 y1,0• :1":1•1 r•••11 •r.'• ',II, C.IE Irt On I r7 .a- 7•Irr ,r' tic.1•• gc.17 tte , •• ',Pluvv drot'II'ti,t 1 31. _ j-,,,0-Lwinly2 1100,I,-al • i c,vrnllrn:• hr • tv, p-.'t - v; 1r3 11,17 Ivatull 711 a^to, IQ I. ie.tee .an1.1 CI& 4313Ip :",1tOrtie, • r 1Y., 111,Of " • ili).!,-1:114 tlik• •.v.•1"st 1(,7, t.77.7e4.1;1 tlmt :II It;U.'.',Idly t.''Qkbru. t<4.0.! .1%1 tr..pPft:1111,1:77-.1 ,try:r!•• h.. , 7:1:17117 7 7 Ill rms ) t -•77..111r, 0771.113..I1Kerr ,Irt••••ma-a.".0.1 •171,it at1010'I Vre., 12. 'Et: A.11, .t. •ete •..y11. .1,71•it •"rr ...1:177,7Yr.or rimer fIrm-rat mut,tr,,,nr.t177.5 lore 2 0.: trr,v.tx. Cutv't.r.41:ohr..43 77 7,1,7,11 '1 . • ••1.1•••.3 I... if• 11, 'tap, melt:41 _ Sign „„„. Hort. III'7.7.•••,r,1•••• Purpose of Form Al -.a,1.aI who is, •,1 nt;It • 51i1t7.4 p/.1-1 tr.1:0771 tic It--ill ',AU,VI'h the I yry_ cut, It., or A az:trte-r.,i;p,cztparation, TI u tr3 ritn117 free I.:170 II, ro'l ot Fir v.:1'.qtes I.1.7IPY the: awe t■ rt'r.ot te-I I rp. %a-..rt P .1 tn n or t ,..C111,±1111.41',7 ;;:v ;;;; •• elf)/ r,c.ther Tr-1z L. ryf• r.1 a r . cc 1,12...trf I'll art ti r. pm-saft Use roIrl erdy irrL; t, irtryr-t&lie, -'It it'le .tir I, 0 1,40V .Ir.r -rrt1 TIN 1C:the Spt•EMI rules for partner.lhips..rar.r,er,,-5.=ihai:-.0.1rIEr.r a ;:. " 1r,,K1:::LI.11,--. '1,ft 11.0 •71:lir 7 . ----- ■.r"tr VlSi air tax on arty fur:, t p311:43:t. 'Nue ic Icr a'a-.t-tb-:.•ke inc.rene 01411 ta-icica-itat I lit,(7 1 La-urn IA-') hot re!,,Ilterd 3 p3r-"tre,„1- r„r.q..ter,1 to I' C,,IVy pa-ti are,,,ct sit,ert „ICA a..!,1,1 ' I ii pal! I ci r.r.1"; czemrion i II.voi II;tax Teelz.r?, sea are a LI S pork III I l l paymt nrtinr!n prErtorIlhip„ rtr bLI U tr• -aLe.ru.1 are Wts 3.211 i.1^.;ue pun.:..1,7 Form:'43 IL the part.,.t.A S ParAtn. purvrcrs ■13c,5.••tv .• Z.; ..It tos 101- 1.1:• ;It 11,11::re a-"•;7177- 10 7c;!”,,, et-ET Of 173r.,:erst-C t.t,11 :t: 7 1'741" 'tk. ^ - ;■';',W4 ir'74:77;: ,;. .r•crtm W-9 10..^e partie:e'p rv.,1,7”.%. establi.sitr;,17, l": ‘Ir.r:;,. 0,1 11, . r I t I I. 'tV .!1,11■7;0,1 I X.13'share of-,tr Thc-rIrric.Irtr,I 17.•:JCI:"y,n1W yt.!PI 1.t•M I r 5 pi1111 coreI.'.-Itirg to y a-ii;• III:•••7:}70(177 . it,7:IV It', I 1"tkr-k' ■••.; 1.; 14 ha-a- e tI. ,l S OM,"•• Pa-it •1111'y W-9,.. ITB#07-08-040 Page 43 of 43 Replace&Remove Fence July 2008