HomeMy Public PortalAbout14-8885 Citywide Pavement Milling and Resurfacing ProjectsSponsored by: City Manager
Resolution No. 14-8885
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA- LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER
TO ISSUE REQUEST FOR PROPOSALS (RFP) FOR A QUALIFIED
PROFESSIONAL DESIGN -BUILD CONTRACTOR TO PROVIDE
CITYWIDE PAVEMENT, MILLING AND RESURFACING
PROJECTS IN THE CITY, PAYABLE FROM PTP FUND,
ACCOUNT NUMBER 47- 541630, A BUDGETED ITEM; PROVIDING
FOR INCORPORATION OF RECITALS; PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City Commission of the City of Opa -locka desires to authorize the City
Manager to issue a Request for Proposals (RFP) to professional qualified contractors to provide
citywide design build services for pavement milling and resurfacing of City streets.
NOW, THEREFORE, BE IT DULY 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 hereby authorizes the City
Manager to issue a Request for Proposals (RFP) for qualified professional contractors to provide
citywide design build services for pavement milling and resurfacing projects, payable from PTP
Fund, Account Number 47- 541630, a budgeted item.
Resolution No. 14 -8885
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 15`" day of December, 2014.
MYR AYLOR
MAYOR
Attest to: Approved as to form and legal sufficiency:
6 � (IIJIX -A
J #nna Flores Joseph S. Geller t ohn Dellagloria
City Clerk GREENSPOON MARDER, PA
City Attorney
Moved by: VICE MAYOR HOLMES
Seconded by: COMMISSIONER SANTIAGO
Commission Vote: 4 -0
Commissioner Kelley: YES
Commissioner Pinder: RECUSED
Commissioner Santiago: YES
Vice -Mayor Holmes: YES
Mayor Taylor: YES
fl
City of Opa -Locka
Agenda Cover Memo
Commission Meeting
Item Type:
Resolution
Ordinance
Other
Date: 12/10/2014
X
(EnterX in box)
Fiscal Impact:
(EnterX in box)
Yes
NO
Ordinance Reading:
(EnterX in box)
1st Reading
2nd
Reading
x
Public Hearing:
Yes
No
Yes
No
(Enter X in box)
x
X
Funding Source:
(Enter Fund & Dept)
Advertising Requirement:
Yes
No
Ex:
(EnterX in box)
Account #47 - 541630 PTP
X
Contract /P.O. Required:
Yes
No
RFP /RFQ /Bid #:
(EnterXin box)
RFP # is required
Strategic Plan Related
Yes
No
Strategic Plan Priority Area:
Strategic Plan Obj. /Strategy:
(Enter X in box)
(list the specific objective /strategy this
X
Enhance Organizational 0
item will address)
Bus. & Economic Dev
Public Safety
Quality of Education
Is required to maintain
roadway functionality
Qual. of Life & City Image
Communication 0
Sponsor Name
Department:
UP
City Manager
Short Title:
Citywide Streets Milling and Resurfacing Services
Staff Summary:
The purpose of this Request for Proposals is to seek services of a qualified professional design -build contractor for the
citywide Milling and Resurfacing Projects in the city of Opa- locka. The proposal shall contain competitive unit costs
as the unit cost provided on the bid document shall be utilized to calculate the total cost per street. The project will be
completed in different phases as different streets will be in construction in different timeframe to ensure
coordination with city's current and future State Revolving Fund Projects. The milling and resurfacing will make
pavement surface smooth, will enhance driving comfort, and safety.
Proposed Action:
Staff recommends seeking price proposals from qualified vendors to provide citywide pavement milling and
resurfacing services.
Attachment:
1. Agenda
2. RFP
To: Mayor
Vice Mayor
Commissioner
Commissioner
Commissioner
FROM: Kelvin L. Baker, City
DATE: December 1, 2014
Myra L. Taylor
RE: Citywide Streets Milling and Resurfacing Services
Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA,
FLORIDA REQUESTING APPROVAL FOR THE CITY MANAGER TO ISSUE A
REQUEST FOR PROPOSALS (RFP) FOR THE CITWIDE DESIGN BUILD
SERVICES FOR PAVEMENT MILLING AND RESURFACING. THE ITEM IS
BUDGETED AS PTP FUND WILL BE USED.
Description:
The purpose of this Request for Proposals is to seek services of a qualified professional design -build
contractor for the citywide Milling and Resurfacing Projects in the city of Opa- locka. The proposal shall
contain competitive unit costs as the unit cost provided on the bid document shall be utilized to calculate the
total cost per street. The project will be completed in different phases as different streets will be in
construction in different timeframe to ensure coordination with city's current and future State Revolving
Fund Projects. The milling and resurfacing will make pavement surface smooth, will enhance driving
comfort, and safety.
Account Number: 47- 541630 PTP — Improvements Other Than Buildings
Financial Impact: The project will be funded by PTP budget.
Implementation Time Line: As soon as possible.
Lezislative History: None
Recommendation(s): Staff recommends seeking price proposals from qualified bidders to provide
pavement milling and resurfacing services.
Analysis: Milling is the process of grinding off the top layer of asphalt or surface of a roadway.
This is usually done in preparation for paving, although there are exceptions where no milling or
only partial milling is needed. Resurfacing is the process of placing an asphalt overlay on a
roadway, whether or not it has been milled. The combination of milling and resurfacing will provide
solution to the existing pavement condition improvement for comfort, safety, slope, and to enhance
roadway functionality. The detail scope for the project is outlined in the attached RFP.
ATTACHMENT(S):
I=9at
PREPARED BY: Maqsood Mohammad Nasir, PE, CIP Director /City Engineer
END OF MEMORANDUM
City of Opa -locka
RF P NO: 14- XXXXXXX
REQUEST FOR PROPOSAL (RFP)
FOR
CITYWIDE PAVEMENT MILLING AND RESURFACING
CITY OF OPA LOCKA 3400 NW 135TH STREET, BUILDING -B OPA LOCKA, FLORIDA 33054
" THE GREAT CITY "
�pIJ�L �C�G3G]
Advertisement for Request for Proposals
Citywide Pavement Milling and Resurfacing
RFP NO: 14- XXXXXXX
Proposals for citywide milling and resurfacing will be received by the City of Opa -locka at the
Office of the City Clerk, 3400 NW 135th Street, Building -B, Opa -locka , Florida 33054,
XXXXxxxxx, 2014 by 1:00 p.m. Any proposals received after the designated closing time will
be returned unopened.
The purpose of this Request for Proposals is to seek services of a qualified professional design -
build contractor for the citywide Milling and Resurfacing Projects in the city of Opa- locks. The
proposal shall contain competitive unit costs as the unit cost provided on the bid
document shall be utilized to calculate the total cost per street. The list of the streets for
milling and resurfacing will be provided after the award of the contract. The project will
be completed in different phases as different streets will be in construction in different
time due to coordination with city's current and future State Revolving Fund Projects.
An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD's in PDF
format of the proposal shall be submitted in sealed envelopes /packages addressed to Joanna
Flores, City Clerk, City of Opa -locks , Florida, and marked Citywide Pavement Milling and
Resurfacing.
Proposers desiring information for use in preparing proposals may obtain a set of such
documents from the Clerk's Office, 3400 NW 135th Street, Building -B, Opa -locks , Florida
33054, Telephone (305) 953 -2800 or copies of the RFP NO: 11- XXXXXXX requirements may
also be obtained by visiting the City's website at www.opalockafl.gov, (click "RFQ
/PROPOSALS" located on the right hand side of the screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the contract to
that proposer whose proposal best complies with the RFP NO: 14- XXXXXXX requirements.
Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for
the opening thereof.
Joanna Flores
City Clerk
Dated: Published:
1. INTRODUCTION
1.1. PURPOSE AND BACKGROUND
The City of Opa -locka is requesting fee proposals to provide citywide milling
and resurfacing design build services. The bidder shall agree to furnish all the
labor, tools, materials and equipment necessary to complete in every detail the
street milling and resurfacing along with marking and stripping in strict
accordance with the Contract Documents. The proposal shall contain competitive
unit costs as the unit cost provided on the bid document shall be utilized to
calculate the total cost per street. The project will be completed in different
phases as different streets will be in construction in different time due to
coordination with city's current and future State Revolving Fund Projects. The list
of the streets for milling and resurfacing will be provided after the award of the
contract. It will be the responsibility of the Contractor to measure and verify the
selected project areas to prepare engineering plans as is required for milling and
resurfacing and also to ensure proper milling and asphalt depth, appropriate
slope for drainage is attained. All material furnished and all work performed must
be in accordance with applicable FDOT, County, local codes and also per city's
need.
1.2. PROPOSAL SUBMISSION AND WITHDRAWAL
The City must receive all proposals in a sealed envelope by XXXXXXXX, 2014 by 1:00
p.m. The proposals shall be submitted at the following address:
CITY OF OPA -LOCKA
Office of the City Clerk
3400 NW 135th Street, Building -B
Opa -locka , Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as
follows: RFP NO: 14- XXXXXXX. This package shall also include the Proposer's return
address. Proposers may withdraw their proposals by notifying the City in writing at any
time prior to the deadline for proposal submittal. After the deadline, the proposal will
constitute an irrevocable offer, for a period of 90 days. Once opened, proposals
become a record of the CITY and will not be returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand - delivered
proposals directly to the City Clerk's Office at 3400 NW 135th Street, Building -B, Opa-
locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone
confirmation of timely receipt of the proposal may be made by calling (305) 953 -2800
before proposal closing time. Any proposal received after the established deadline will
not be considered and will be returned unopened to the Proposer(s).
Page 12
1.3. NUMBER OF COPIES
Proposers shall submit an original and six (6) copies total of seven (7) copies of the
proposal in a sealed, opaque package marked as noted above. The Proposer will be
responsible for timely delivery, whether by personal delivery, US Mail or any other
delivery medium.
1.4. DEVELOPMENT COSTS
Neither the City nor its representatives shall be liable for any expenses incurred in
connection with preparation of a response to this Request for Qualifications. Proposers
should prepare their proposals simply and economically, providing a straightforward and
concise description of the Proposer's ability to meet the requirements of the RFP.
1.5. INQUIRIES
Interested Proposers may contact the City's Purchasing Officer regarding questions
about the proposal by telephone at (305) 953 -2868 x1307 or by facsimile at (305) 953-
2900. The City Clerk will receive written requests for clarification concerning the
meaning or interpretations of the RFP, until eight (8) days prior to the submittal date.
City personnel are authorized only to direct the attention of prospective Proposers to
various portions of the RFP NO: 14- XXXXXXX so that they may read and interpret
such for themselves. No employee of the City is authorized to interpret any portion of
this RFP NO: 14- XXXXXXX or give information as to the requirements of the RFP NO:
14- XXXXXXX in addition to what is contained in the written RFP NO: 14- XXXXXXX
document.
1.6. ADDENDUM
The City may record its response to inquiries and any supplemental instructions in the
form of written addenda. The CITY may mail written addenda up to five (5) calendar
days before the date fixed for receiving the proposals. Proposers shall contact the City
to ascertain whether any addenda have been issued. Failure to do so could result in an
unresponsive proposal. Any oral explanation given before the RFP NO: 14- XXXXXXX
opening will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any
ambiguities or inconsistencies should be brought to the attention of the City's
Purchasing Agent through written communication prior to the opening of the proposals.
1.7. CONTRACT AWARDS
The City anticipates entering into an Agreement with the Proposer who submits the
proposal judged by the City to be most advantageous.
The Proposer understands that this RFP NO: 14- XXXXXXX does not constitute an
offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to
Page 13
exist and is not binding until proposals are reviewed, accepted by appointed staff, the
best proposal has been identified, approved by the appropriate level of authority within
the City and executed by all parties.
The City reserves the right to reject all proposals, to abandon the project and /or to solicit
and re- advertise for other proposals.
1.8. CONTRACTUAL AGREEMENT
This RFP NO: 14- XXXXXXX shall be included and incorporated in the final award.
The order of contractual precedence will be the Contract or Agreement document,
original Terms and Conditions, and Proposer response. Any and all legal action
necessary to enforce the award will be held in Miami -Dade County and the contractual
obligations will be interpreted according to the laws of Florida.
1.9. SELECTION PROCESS
The proposals will be evaluated and assigned points. The contractor with the highest
number of points will be ranked first, however, nothing herein will prevent the City from
assigning work to any contractor deemed responsive and responsible. The City
reserves the right to further negotiate any proposal, with the highest rated Proposer. If
an agreement cannot be reached with the highest rated Proposer, the City reserves the
right to negotiate and recommend award to the next highest Proposer or subsequent
Proposers until an agreement is reached.
1.10. PUBLIC RECORDS
Upon award recommendation or ten (10) days after opening, whichever occurs first,
proposals become "public records" and shall be subject to public disclosure consistent
with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure
provided by law in the response to the RFP, and must identify the data or other
materials to be protected, and must state the reasons why such exclusion from public
disclosure is necessary. Document files may be examined, during normal working
hours.
1.11. NEWS RELEASES
The Proposer shall obtain the prior approval of the City Manager's Office of all news
releases or other publicity pertaining to this RFP NO: 14- XXXXXXX or the design
build services, study or project to which it relates.
1.12. INSURANCE
The awarded Proposer(s) shall maintain insurance coverage reflecting at least the
minimum amounts and conditions specified herein as set forth below. In the event the
Proposer is a governmental entity or a self- insured organization, different insurance
requirements may apply. Misrepresentation of any material fact, whether intentional or
Page 14
not, regarding the Proposers' insurance coverage, policies or capabilities may be
grounds for rejection of the proposal and rescission of any ensuing Agreement.
1. Evidence of General Liability coverage with limits not less than $1,000,000
per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy
Period);
2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence /$1,000,000 Aggregate (Including Policy Number and Policy
Period);
3. Evidence of Workers' Compensation coverage with statutory limits and
Employer's Liability coverage with limits not less than $100,000 (Including
Policy Number and Policy Period);
4. The City must be listed as an additional insured (this may be specifically
limited to the specific job(s) the contractor will be performing);
5. Minimum 30 -day written notice of cancellation.
1.13. LICENSES
Proposers, both corporate and individual, must be fully licensed and certified in the
State of Florida at the time of RFP NO: 14- XXXXXXX submittal. The proposal of any
Proposer who is not fully licensed and certified shall be rejected.
1.14. PUBLIC ENTITY CRIMES
Award will not be made to any person or affiliate identified on the Department of
Management Design build services' "Convicted Vendor List ". This list is defined as
consisting of persons and affiliates who are disqualified from public contracting and
purchasing process because they have been found guilty of a public entity crime. No
public entity shall award any contract to, or transact any business in excess of the
threshold amount provided in Section 287.017 Florida Statutes for Category Two
(currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a
period of thirty -six (36) months from the date that person or affiliate was placed on the
"Convicted Vendor List" unless that person or affiliate has been removed from the list.
By signing and submitting the RFP NO: 14- XXXXXXX proposal forms, Proposer
attests that they have not been placed on the "Convicted Vendor List ".
1.15. CODE OF ETHICS
If any Proposer violates or is a party to a violation of the code of ethics of the City of
Opa -locka or the State of Florida with respect to this proposal, such Proposer may be
disqualified from performing the work described in this proposal or from furnishing the
goods or design build services for which the proposal is submitted and shall be further
disqualified from submitting any future proposals for work, goods or design build
Page 15
services for the City of Opa -locka .
1.16. DRUG -FREE WORKPLACE
Preference shall be given to businesses with Drug -Free Work Place (DFW) programs.
Whenever two or more proposals which are equal with respect to price, quality, and
design build services are received by the City for the procurement of commodities or
contractual design build services, a proposal received from a business that completes
the attached DFW form certifying that it is a DFW shall be given preference in the award
process.
1.17. PERMITS AND TAXES
The Proposer shall procure all permits, pay all charges, fees, and taxes and give all
notices necessary and incidental to the due and lawful prosecution of the work.
1.18. PROTESTS
Protests of the specifications and other requirements of the Request for Proposals must
be received in writing by the City Clerk's Office at least ten (10) working days prior to
the scheduled bid opening. A detailed explanation of the reason for the protest must be
included. Protests of the award or intended award of the bid or contract must be in
writing and received in the City Clerk's Office within seven (7) working days of the notice
of award. A detailed explanation of the protest must be included.
1.19. TERMINATION FOR CONVENIENCE
A contract may be terminated in whole or in part by the City at any time and for any
reason in accordance with this clause whenever the City shall determine that such
termination is in the best interest of the City. Any such termination shall be effected by
the delivery to the contractor at least five (5) working days before the effective date of a
Notice of Termination specifying the extent to which performance shall be terminated
and the date upon which termination becomes effective. An equitable adjustment in the
contract price shall be made (if applicable) for the completed design build services, but
no amount shall be allowed for anticipated profit on unperformed design build services.
1.20. TERM OF AGREEMENT
It is the intent of the City to award an Agreement to a contractor until the completion of
this project.
•..- L
DEFINITIONS
Whenever used in these General Conditions or in the other Contract Documents, the following
terms shall have the meaning indicated which shall be applicable to both the singular and plural
thereof:
City: The City of Opa- locks;
City Website: www.Opa -locka fl.gov
Contract: A formal written contract between the City and a Preferred Proponent to undertake
the Design build services.
Evaluation Team: The team appointed by the City;
Preferred Proponent(s): The Proponent(s) selected by the Evaluation Team to enter into
negotiations for a Contract;
Proponent: An entity that submits a Proposal;
Proposal: A proposal submitted in response to this RFP;
RFP: Request for Proposals;
Design build services: The meaning of any and all construction and administration work
necessary to complete this project
Site: The place or places where the Design build services are to be performed; and
Acceptance: By the City of the Work as being fully complete in accordance with the Contract
Documents subject to waiver of claims.
Agreement: The written Agreement between the CITY and the CONTRACTOR covering the
Work to be performed, which includes the Contract Documents.
Addenda: Written or graphic instruments issued prior to the Bid Opening which modify or
interpret the Contract Documents, Drawings and Specifications, by addition, deletions,
clarifications or correction.
Application for Payment: The form furnished by the CONSULTANT which is to be used by
the CONTRACTOR in requesting progress payments.
Bid: The offer or proposal of the PROPONENT submitted on the prescribed form setting forth
the prices for the Work to be performed.
Bonds: Bid, performance and payment bonds and other instruments of security, furnished by
the CONTRACTOR and their surety in accordance with the Contract Documents and in
accordance with the law of the State of Florida.
Change Order: A written order to the CONTRACTOR signed by the City authorizing an
addition, deletion or revision in the Work, or an adjustment in the Contract Price of the Contract
Time issued after execution of the Agreement.
Page 17
Contract Documents: Contract Documents shall include, Instructions to PROPONENTS,
CONTRACTOR'S Bid, the Bonds, the Notice of Award, these General Conditions, Special
Conditions, the Technical Specifications, Drawings and Modifications, Notice to Proceed,
Invitation to Bid, Insurance Certificates, Change Orders and Acknowledgment of Conformance
with the City of Opa -locka .
Contract Price: The total moneys payable to the CONTRACTOR under the Contract
Documents.
Contract Time: The number of calendar days stated in the Agreement for the completion of the
Work.
Contracting Officer: The individual who is authorized to sign the contract documents on behalf
of the CITY'S governing body.
CONTRACTOR: The proponent, person, firm or corporation with whom the CITY has executed
the Agreement.
Day: A calendar day of twenty -four hours measured from midnight to the next midnight.
Drawings: The drawings which show the character and scope of the work to be performed and
which have been prepared or approved by the City and /or its Consultant and are referred to in
the Contract Documents.
Field Order: A written order issued by the City and /or its Consultant which clarifies or interprets
the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in the Work
in accordance with paragraph 10.2.
Modification: (a) A written amendment of the Contract Documents signed by both parties, (b)
a Change Order, (c ) a written clarification or interpretation if issued by the City and /or its
Consultant or (d) a written order for minor change or alteration in the Work issued by the City
and /or its Consultant. A modification may only be issued after execution of the Agreement.
Notice of Award: The written notice by CITY to the apparent successful PROPONENT stating
that upon compliance with the conditions precedent to be fulfilled by him within the time
specified, CITY will execute and deliver the Agreement to him.
Notice to Proceed: A written notice given by CITY to CONTRACTOR fixing the date on which
the Contract Time will commence to run and on which CONTRACTOR shall start to perform its
obligations under the Contract Documents.
Project: The entire construction Project to be performed as provided in the Contract
Documents.
Construction Observer: An authorized representative of the City and /or its Consultant
assigned to observe the Work performed and materials furnished by the CONTRACTOR or
such other person as may be appointed by the CITY as his representative. The CONTRACTOR
shall be notified in writing of the identity of this representative.
Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data
which are prepared by the CONTRACTOR, a Subcontractor, manufacturer, supplier, or
distributor, and which illustrate the equipment, material or some portion of the work and as
required by the Contract Documents.
Samples: Physical examples which illustrate materials, equipment or workmanship and
establish standards by which the Work will be judged.
Specifications: Those portions of the Contract Documents consisting of written technical
descriptions of materials, equipment, construction systems, standards and workmanship as
applied to the Work.
Page 18
Sub - contractor: An individual, firm or corporation having a direct contract with CONTRACTOR
or with any other Subcontractor for the performance of a part of the Work at the site.
Substantial Completion: The date as certified by the City and /or its Consultant when the
construction of the Project or a certified part thereof is sufficiently completed, in accordance with
the Contract Documents, so that the Project or specified part can be utilized for the purposes for
which it was intended; or if there be no such certification, the date when final payment is due in
accordance with paragraph 14.9.
Supplier: Any person or organization who supplies materials or equipment for the Work,
including that fabricated to a special design, but who does not perform labor at the site.
Surety: The corporate body which is bound with the CONTRACTOR and which engages to be
responsible for the CONTRACTOR and their acceptable performance of the Work.
Work: Any and all obligations, duties and responsibilities necessary to the successful
completion of the assigned to or undertaken by CONTRACTOR under the Contract Documents,
including all labor, materials, equipment and other incidentals, and the furnishing thereof.
Written Notice: The term "Notice" as used herein shall mean and include all written notices,
demands, instructions, claims, approvals and disapproval's required to obtain compliance with
Contract requirements. Written notice shall be deemed to have been duly served if delivered in
person to the individual or to a member of the firm or to an officer of the corporation for whom it
is intended, or to an authorized representative or such individual, firm, or corporation, or if
delivered at or sent by registered mail to the last business address known to them who gives the
notice. Unless otherwise stated in writing, any notice to or demand upon the CITY under this
Contract shall be delivered to the CITY.
Page 19
2. PROPOSAL SCHEDULE
Closing Time and Address For Proposal Delivery
Proposals must be received by the office of:
Office of the City Clerk
3400 NW 135th Street, Building-13
Opa- locka, Florida 33054
CONFIDENTIAL — DO NOT OPEN
Proposal Closing Date & Time: XXXXXXX, 2014 at 1:00 P.M. (local time).
The City will open Proposals in a public setting.
Bid Opening Date & Time: xxxx, 2014, 1:05 P.M. (local time).
Proposal Evaluation Date & Time: XXXXXXX, 2014 at 10:00 A.M. (local time).
Bid Opening and Evaluation Location:
3400 NW 135th Street, Building -B, Opa- locks, Florida 33054
Submissions by fax [or email] will not be accepted.
2. INFORMATION MEETING
A mandatory information meeting (pre - proposal meeting) will be hosted by the City
Representative to discuss the City's requirements under this RFP (the "Information Meeting ").
Attendance is mandatory for all Proponents, Any proposal received that was not represented
during the Information Meeting shall be disqualified Number of Copies
Pre - proposal Meeting Date & Time: XXXXXXX, 2014 at 10:00 A.M. (local time).
Pre - proposal Meeting Location:
215 Perviz Avenue, Opa- locks, Florida 33054
Proponents should submit the original plus six hard copies (seven in total) of their Proposals.
3. LATE PROPOSALS
Proposals received after the Closing Time will not be accepted or considered. Delays caused
by any delivery, courier or mail design build services(s) will not be grounds for an extension of
the Closing Time.
4. AMENDMENTS TO PROPOSALS
Proposals may be revised by written amendment, delivered to the location set out above, at any
time before the Closing Time but not after. An amendment must be signed by an authorized
signatory of the Proponent in the same manner as provided in the original proposals.
Page 1 10
All inquiries related to this RFP should be directed in writing, via fax or e-mail to the person
named below (the "City Representative "). Information obtained from any person or source
other than the City Representative may not be relied upon.
Inquiries should be made no later than 7 days before Closing Time. The City reserves the right
not to respond to inquiries made within 7 days of the Closing Time. Inquiries and responses will
be recorded and may be distributed to all Proponents at the discretion of the City.
Proponents finding discrepancies or omissions in the Contract or RFP, or having doubts as to
the meaning or intent of any provision, should immediately notify the City Representative. If the
City determines that an amendment is required to this RFP, the City Representative will issue
an addendum. No oral conversation will affect or modify the terms of this RFP or may be relied
upon by any Proponent.
5. ADDENDA
If the City determines that an amendment is required to this RFP, the City Representative will
post a written addendum on the City Website at www.Opa -locka fl.gov (the "City Website") and
upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is
effective unless it is posted in a formal written addendum on the City Website. Upon submitting
a Proposal, Proponents will be deemed to have received notice of all addenda that are posted
on the City Website.
6. EXAMINATION OF CONTRACT DOCUMENTS AND SITE
Proponents will be deemed to have carefully examined the RFP, including all attached
Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a
Proposal with respect to any and all facts which may influence a Proposal.
7. OPENING OF PROPOSALS
The City intends to open Proposals in private but reserves the right to open Proposals in public
at its sole discretion.
8. STATUS INQUIRIES
All inquiries related to the status of this RFP, including whether or not a Contract has been
awarded, should be directed to the City Website and not to the City Representative.
9. INSTRUCTIONS TO PROPONENTS FOR PROPOSAL SUBMISSION
11.1 PACKAGE
Page 111
Proposals should be in a sealed package, marked on the outside with the Proponent's
name, title of the Project and reference number.
11.2 FORM OF PROPOSAL
Proponents shall use the Form(s) furnished by the City. Failure to do so may cause the
rejection of the submittal. Removal of any of the response to the RFP may invalidate the
submittal. Proponents shall deliver to the City:
a) The RFP and Instructions to Proponents.
b) A copy of all issued addendum.
c) Seven (7) copies of the RFP response Form completely executed.
d) Bid Security, (Bid Bond or cashier's check) attached to the Bid Form.
e) Certificates of Competencies, State, County and City Licenses.
f) Certificate of Insurance and or Letter of Insurability.
The entire Bid Package shall be placed in an opaque envelope and clearly marked with the
PROPONENT'S name.
11.3 ERASURE OR CORRECTIONS
Bids having an erasure or corrections must be initialed by the PROPONENT in ink. Bids
shall be signed in ink; all quotations shall be typewritten or printed and filled in with ink.
11.4 GUARANTIES
No guarantee or warranty is given or implied by the City as to the total amount that may or
may not be purchased from any resulting Contract or Award. These quantities are for
bidding purposes only and will be used for tabulation and presentation of the Bid proposal.
The City reserves the right to reasonably increase or decrease quantities as required. The
prices offered herein and the percentage rate of discount applies to other representative
items not listed in this RFP.
11.5 MATERIAL
Material(s) delivered to the City under this proposal shall remain the property of the seller
until accepted to the satisfaction of the City. In the event materials supplied to the City are
found to be defective or do not conform to specifications, the City reserves the right to
return the product(s) to the seller at the seller's expense.
11.6 PRICING
Page 112
Prices must be unit cost in the bid form. Bidders must mention all the elements for the
milling and resurfacing including ADA compliance requirement. Unit cost for ADA Ramp,
Curb & Gutter, new sidewalk or repair (4 ", 6 "), marking, stripping, asphalt (in tons and also
in depths and square feet), milling (square feet with depth) and all other necessary items
are required to mention for unit cost. The pricing will be scored based unit cost. In case of a
discrepancy, the City reserves the right to make the final determination at the lowest net
cost to the City.
11.7 LIABILITY, INSURANCE, LICENSES & PERMITS
Where PROPONENTS shall be required to furnish a certified copy of all licenses,
Certificates of Competency or other licensor requirements necessary to practice their
profession as required by Florida State Statute, Florida Building Code, Miami -Dade County
or City of Opa -locka Code. These documents shall be furnished to the City along with the
Bid response. Failure to furnish these documents or to have required licenses will be
grounds for rejecting the Bid and forfeiture of the Bid Bond.
11.8 CERTIFICATE(S) OF INSURANCE
At the time of the Bid submission the PROPONENT must submit Certificates of Insurance,
or evidence of insurability in the form of a letter from PROPONENT'S insurance carriers.
PROPONENT shall indicate that insurance coverage has been obtained from an insurance
company authorized to do business in the State of Florida or otherwise secured in a
manner satisfactory to the City, for those coverage types and amounts listed in Article 5 of
the General Conditions, in an amount equal to 100% of the requirements and shall be
presented to the City prior to issuance of any Contract(s) or Award(s) Document(s). The
City of Opa -locka shall be named as "additional insured" with respect to this coverage.
11.9 INSURANCE RATING
All insurance shall be issued by companies rated A or better per A.M. Best's Key Rating
Guide, latest edition and authorized to issue insurance in the State of Florida. It shall be
the responsibility of the PROPONENT and insurer to notify the City Manager of
cancellation, lapse or material modification of any insurance policies insuring the
PROPONENT, which relate to the activities of such vendor and the City of Opa -locks .
Such notification shall be in writing, and shall be submitted to the City Manager thirty (30)
days prior to cancellation of such policies. This requirement shall be reflected on the
Certificate of Insurance.
11.10 BONDING REQUIREMENTS
The PROPONENT, in submitting this Bid, shall include a Bid Bond in the amount of 5% of
the total amount of the base Bid on the Bid Bond Form included herein. A company or
personal check shall not be deemed a valid Bid Security.
11.11 PERFORMANCE AND PAYMENT BOND
Page 113
The City of Opa -locks shall require the successful preferred PROPONENT to furnish a
Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price,
including Alternates if any, with the City of Opa -locks as the oblige, as security for the
faithful performance of the Contract and for the payment of all persons performing labor or
furnishing materials in connection herewith. The bonds shall be with a surety company
authorized to do business in the State of Florida and subject to the prior reasonable
approval of the City.
11.12 GOVERNMENTAL RESTRICTIONS
In the event any governmental restrictions may be imposed which would necessitate
alteration of the material quality, workmanship, or performance of the items offered on this
Bid prior to their delivery, it shall be the responsibility of the successful PROPONENT to
notify the City at once, indicating in its letter the specific regulation which required an
alteration. The City of Opa -locka reserves the right to accept any such alteration, including
any price adjustments occasioned thereby, or to cancel at no further expense to the City.
11.13 AWARD OF BIDS
The City of Opa -locks reserves the right to award the bid to the lowest, most responsive,
responsible PROPONENT, as determined by the City Commission, subject to the right of
the City to reject any and all bids, to waive any irregularity in the bids or bidding procedure
and subject also to the right of the City to award bid and contract to PROPONENTS other
than the low PROPONENT.
11.14 EVALUATION OF BIDS
The City, at its sole discretion, reserves the right to inspect any /all PROPONENT'S
facilities to determine its capability of meeting the requirements for the Contract. Also,
price, responsibility and responsiveness of the PROPONENT, the financial position,
experience, staffing, equipment, materials, references, and pass history of design build
services to the City and /or with other units of state, and /or local governments in Florida, or
comparable private entities and business located in Opa -locka will be taken into
consideration in the Award of the Contract.
11.15 IDENTICAL (TIE BIDS)
Shall be awarded by the City in compliance with Florida State Statutes providing for a drug
free workplace. That is, in the event of an identical Tie Bid, a preference shall be given to a
business having a drug free workplace under Florida Statute Section 287.087, as
amended. Failure to provide proof of compliance when requested shall be cause for
rejection of the Bid as determined by the City.
11.16 HOLD HARMLESS
Page 114
All PROPONENTS shall hold the City, its officials and employees harmless and covenant
not to sue the City, its officials and employees in reference to its decisions to reject, award,
or not award a Bid, as applicable.
11.17 NON - CONFORMANCE TO CONTRACT
The City of Opa -locks may withhold acceptance of, or reject items which are found upon
examination, not to meet the specification requirements. Upon written notification of
rejection, items shall be removed within five (5) calendar days by the vendor at its expense
and redelivered at its expense. Rejected goods left longer than thirty (30) calendar days
will be regarded as abandoned and the City shall have the right to dispose of them as its
own property. Rejection for non - conformance or failure to meet delivery schedules may
result in the Contract being found in default.
11.18 DEFAULT PROVISION
In case of default by the PROPONENT or CONTRACTOR, the City of Opa -locka may
procure the articles or design build services from other sources and hold the PROPONENT
or CONTRACTOR responsible for any excess costs occasioned or incurred thereby.
11.19 INDEMNIFICATION
The CONTACTOR shall indemnify, save harmless, and defend the City of Opa -locka , its
officers, agents and employees from and against any claims, demands or causes of action
of any nature arising out of error, omission, negligent act, conduct, or misconduct of the
CONTRACTOR, its agents, servants or employees in the provision of goods or the
performance of design build services pursuant to this Bid and /or from any procurement
decision of the CITY including without limitation, awarding the Contract to the
CONTRACTOR.
11.20 SECONDARY /OTHER VENDORS
The CITY reserves the right in the event the primary vendor cannot provide an item(s) or
design build services(s) in a timely manner as requested, to seek other sources without
violating the intent of the Contract.
11.21 BID GUARANTEE
The successful PROPONENT shall execute the Contract (Agreement) and provide the
required Performance Bond, Payment Bond and Certificates of Insurance within ten (10)
calendar days of Notice of Award by the City. Any PROPONENT who has the Contract
awarded to him and who fails to execute the Contract and furnish the Performance and
Payment Bonds and Insurance Certificates within the specified time shall, at the City's sole
option forfeit the Bid Security that accompanied his Bid, and the Bid Security shall be
retained as liquidated damages by the City, and it is agreed that this sum is a fair estimate
of the amount of damages the City will sustain in case the PROPONENT fails to enter into
Page 115
the Contract and furnish the Bonds as herein before provided, it being agreed that actual
damages would be impossible to determine, Bid Security deposited in the form of a
cashier's check drawn on a local bank in good standing shall be subject to the same
requirements as a Bid Bond.
11.22 TIME OF COMPLETION
The time of completion of the work to be performed under this contract is the essence of
the contract. Delays and extensions of time may be allowed only in accordance with the
provisions stated in the appropriate section of the General Conditions. The time allowed for
the completion of the work shall be as stated in the Bid Form. There shall be a $700
charge per day liquidated damages for delay for every day that the project is not completed
per the agreed upon schedule; the parties acknowledging that said amount represent fair
and reasonable liquidated damages for delay or the actual damages are difficult or
impossible to determine.
11.23 SIGNATURE
The legal name of the person or firm submitting the Proposal should be included in the
proposal. The Proposal should be signed by a person authorized to sign on behalf of the
Proponent and include the following:
(a)lf the Proponent is a corporation then the full name of the corporation should be
included, together with the names of authorized signatories. The Proposal should be
executed by all of the authorized signatories or by one or more of them provided that a
copy of the corporate resolution authorizing those persons to execute the Proposal on
behalf of the corporation is submitted;
(b) If the Proponent is a partnership or joint venture then the name of the partnership
or joint venture and the name of each partner or joint venture should be included, and each
partner or joint venture should sign personally (or, if one or more person(s) have signing
authority for the partnership or joint venture, the partnership or joint venture should provide
evidence to the satisfaction of the City that the person(s) signing have signing authority for
the partnership or joint venture). If a partner or joint venture is a corporation then such
corporation should sign as indicated in subsection (a) above; or
(c)lf the Proponent is an individual, including a sole proprietorship, the name of the
individual should be included.
10. EVALUATION AND SELECTION
12.1 EVALUATION TEAM
The evaluation of Proposals will be undertaken on behalf of the City by the Evaluation
Team. The Evaluation Team may consult with others including City staff members, third
party consultants and references, as the Evaluation Team may in its discretion decide is
Page 116
required. The Evaluation Team will give a written recommendation for the selection of a
Preferred Proponent or Preferred Proponents to the City.
12.2 EVALUATION CRITERIA
The Evaluation Team will compare and evaluate all Proposals to determine the
Proponent's strength and ability to provide the Design build services in order to determine
the Proposal which is most advantageous to the City, using the following criteria:
12.2.1 EVALUATION TEAM
The evaluation of Proposals will be undertaken on behalf of the City by the
Evaluation Team. The Evaluation Team may consult with others including City staff
members, third party consultants and references, as the Evaluation Team may in its
discretion decide is required. The Evaluation Team will give a written
recommendation for the selection of a Preferred Proponent or Preferred
Proponent(s) to the City.
12.2.2 EVALUATION CRITERIA
The Evaluation Team will compare and evaluate all Proposals to determine the
Proponent's strength and ability to provide the Services in order to determine the
Proposal which is most advantageous to the City, using the following criteria:
Proposal(s) that satisfy the minimum requirements will be scored as follows:
Letter of Introduction ............................ ............................... 5 points
PriceProposal ..................................... ............................... 60 points
Experience........................................... ............................... 10 points
LocalHire ............................................ ............................... 15 points
References.............................................. ..............................5 points
DBE Preference Firm( s) .......................... ............................... 5 points
( a ) PRICE PROPOSAL
The City will consider the proponent's price proposal in terms of accuracy,
completeness, value, local market and substantiated industry standards. Prices
must be unit cost in the bid form. Bidders must mention all the elements for the
milling and resurfacing including ADA compliance requirement. Unit cost for ADA
Ramp, Curb & Gutter, new sidewalk or repair (4 ", 6 "), marking, stripping, asphalt (in
tons and also in depths and square feet), milling (square feet with depth) and all
other necessary items are required to mention for unit cost. The pricing will be
scored based unit cost.
(b) EXPERIENCE
The City will consider the proponent's past experience in undertaking similar projects in
type, scope, and budget.
Page 117
At a minimum, the proposal should contain the following information
• Business Organization - State the full name, address, phone number and fax
number of your business and whether you operate as an individual, partnership, or
corporation. Also indicate if you are a female or minority owned and /or operated
business.
• List of business's experience with federal, state or municipal programs
pertaining to sidewalk replacement. If applicable, also identify other services
performed for federal, state or municipal programs.
• Fee Schedule - Please state your standard fee schedule according to the
standard formats of compensation.
• Proof of appropriate state certifications - Provide proof that you are licensed
to operate in Florida and are lead certified.
• Management Summary - Include a brief narrative description of the proposed
services that will be delivered and the equipment available to perform the services.
• Qualifications - Please indicate completed projects of similar nature. Also
indicate a contact person for each reference cited.
• References - References from at least two (2) clients preferably municipalities
for whom your company has completed sidewalk repair services within the last two
(2) years. The references should include the name, address and telephone number
of a contact person for each reference cited.
• List of firm's insurance policies, the insurer, policy numbers and amount
pertaining to required services, including policies for sidewalk replacement services.
(c) LOCAL WORK FORCE PARTICIPATION
The bidders must make commitment to hire local residents and /or local contractors
within the city limits. Project specific policy to hire local residents with numbers, i.e. how
many project specific employees are projected to be hired from the city must be
included in the bid package.
(d) DBE Preference:
The Evaluation Team will consider the Proponent's Disadvantage Business
Enterprise Certification.
The Evaluation Team will not be limited to the criteria referred to above, and the
Evaluation Team may consider other criteria that the team identifies as relevant during the
evaluation process. The Evaluation Team may apply the evaluation criteria on a
comparative basis, evaluating the Proposals by comparing one Proponent's Proposal to
another Proponent's Proposal. All criteria considered will be applied evenly and fairly to all
Proposals.
11.11DISCREPANCIES IN PROPONENT'S FINANCIAL PROPOSAL
If there are any obvious discrepancies, errors or omissions in the Price Proposal
(Proponent's Financial Proposal), then the City shall be entitled to make obvious
corrections, but only if, and to the extent, the corrections are apparent from the Proposal
as submitted, and in particular:
Page 118
(a) If there is a discrepancy between a unit price and the extended total, then the unit prices
shall be deemed to be correct, and corresponding corrections will be made to the
extended totals;
(b) If a unit price has been given but the corresponding extended total has been omitted,
then the extended total will be calculated from the unit price and the estimated quantity;
and,
(c) If an extended total has been given but the corresponding unit price has been omitted,
then the unit price will be calculated from the extended total and the estimated quantity.
(d) The Proponent agrees to be bound by the City's calculations pursuant to paragraphs (a)
through (c) of this section 1.3
12.LITIGATION
In addition to any other provision of this RFP, the City may, in its absolute discretion, reject a
Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is
or has been engaged directly or indirectly in a legal action against the City, its elected or
appointed officers, representatives or employees in relation to any matter.
In determining whether or not to reject a Proposal under this section, the City will consider
whether the litigation is likely to affect the Proponent's ability to work with the City, its
consultants and representatives and whether the City's experience with the Proponent indicates
that there is a risk the City will incur increased staff and legal costs in the administration of the
Contract if it is awarded to the Proponent.
13.ADDITIONAL INFORMATION
The Evaluation Team may, at its discretion, request clarifications or additional information from
a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to
only selected Proponents. The Evaluation Team may consider such clarifications or additional
information in evaluating a Proposal.
14. INTERVIEWS
The Evaluation Team may, at its discretion, invite some or all of the Proponents to appear
before the Evaluation Team to provide clarifications of their Proposals. In such event, the
Evaluation Team will be entitled to consider the answers received in evaluating Proposals.
15. NEGOTIATION OF CONTRACT AND AWARD
If the City selects a Preferred Proponent or Preferred Proponents, then it may:
Page 119
(a) Enter into a Contract with the Preferred Proponent(s); or
(b) Enter into discussions with the Preferred Proponent(s) to clarify any outstanding issues
and attempt to finalize the terms of the Contract(s), including financial terms. If
discussions are successful, the City and the Preferred Proponent(s) will finalize the
Contract(s); or
(c) if at any time the City reasonably forms the opinion that a mutually acceptable
agreement is not likely to be reached within a reasonable time, give the Preferred
Proponent(s) written notice to terminate discussions, in which event the City may then
either open discussions with another Proponent or terminate this RFP and retain or
obtain the Design build services in some other manner.
The City is under no obligation to accept any Proposal submitted. The City reserves the right in
its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any
Proposal deemed most favorable in the interest of the City, or cancel the competition at any
time without award. Thereafter, the City may issue a new Invitation / Request, sole source or do
nothing.
16. GENERAL CONDITIONS
18.1 NO CITY OBLIGATION
This RFP is not a tender and does not commit the City in any way to select a Preferred
Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the
City reserves the complete right to at any time reject all Proposals, and to terminate this
RFP process.
18.2 PROPONENTS' EXPENSES
Proponents are solely responsible for their own expenses in preparing, and submitting
Proposals, and for any meetings, negotiations or discussions with the City or its
representatives and consultants, relating to or arising from this RFP. The City and its
representatives, agents, consultants and advisors will not be liable to any Proponent for
any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits,
or for any other matter whatsoever, incurred by the Proponent in preparing and submitting
a Proposal, or participating in negotiations for a Contract, or other activity related to or
arising out of this RFP.
18.3 NO CONTRACT
By submitting a Proposal and participating in the process as outlined in this RFP,
Proponents expressly agree that no contract of any kind is formed under, or arises from,
this RFP, prior to the signing of a formal written Contract.
Page 120
18.4 CONFLICT OF INTEREST
Proponents shall disclose any potential conflicts of interest and existing business
relationships they may have with the City. If requested by the City, Proponents should
provide all pertinent information regarding ownership of their company within forty -eight
(48) hours of the City's request.
18.5 SOLICITATION OF COMMISSION MEMBERS
Proponents and their agents will not contact any member of the City Commission or City
staff with respect to this RFP at any time prior to the award of a contract or the termination
of this RFP, and the City may reject the Proposal of any Proponent that makes any such
contact.
18.6 CONFIDENTIALITY
All submissions become the property of the City and will not be returned to the Proponent.
The City will hold all submissions in confidence unless otherwise required by law.
Proponents should be aware the City is a "public body" defined by and subject to the
Freedom of Information and Protection of Privacy Act of the State of Florida
17. SCOPE OF WORK
The Specific requirements for the milling and resurfacing of the project are as follows:
The bidder shall agree to furnish all the labor, tools, materials and equipment
necessary to complete in every detail the street milling and resurfacing along with
marking and stripping in strict accordance with the Contract Documents. The
proposal shall contain competitive unit costs as the unit cost provided on the bid
document shall be utilized to calculate the total cost per street. The project will be
completed in different phases as different streets will be in construction in
different time due to coordination with city's current and future State Revolving
Fund Projects. It will be the responsibility of the Contractor to measure and verify
the selected project areas to prepare engineering plans as is required for milling
and resurfacing and also to ensure proper milling and asphalt depth; appropriate
slope for drainage is attained. All material furnished and all work performed must
be in accordance with applicable FDOT, County, local codes and also per city's
need.
Prices must be unit cost in the bid form. Bidders must mention all the elements
for the milling and resurfacing including ADA compliance requirement. Unit cost
for ADA Ramp, Curb & Gutter, new sidewalk or repair (4 ", 6 "), marking, stripping,
asphalt (in tons and also in depths and square feet), milling (square feet with
depth) and all other necessary items are required to mention for unit cost. The
pricing will be scored based unit cost.
• Asphalt shall be minimum of 1 -1/2" structural course S -1 and 1" friction course
Page 121
FC -3
• Contractor to use milling machine with means to effectively limit the amount of
dust escaping during the pavement milling operation. City may require pre -
wetting of the pavement.
• For milling and resurfacing remove the existing pavement to minimum 1" average
depth, in a manner that will restore the pavement surface to a uniform cross -
section and longitudinal profile.
• Contractor to take ownership of milled material and must be disposed within 72
hours of being deposited in the construction area and at the contractor's
expense.
• Sweep the milled surface with a power broom prior to placing asphalt concrete
minimizing the potential for creation of a traffic hazard and to minimize air
pollution.
• The contractor shall perform standard clearing and grubbing for the work being
done as approved by the City.
• All existing utilities are to remain and may need to be adjusted based on site
assessment.
• Any material to be stockpiled for periods greater than 24 hours shall be protected
by appropriate erosion control devices. Cost to be included in the related bid
item.
• Contractor must arrange for a site visit to have a clear understanding of the
project.
• All other disturbed areas (i.e. driveway, or sidewalks, fence, gates) shall be fully
restored. Grass species shall match existing species.
• Construction Teams shall be responsible to secure any environmental permits
from DERM and other agencies
• Construction Team will be responsible for all required testing including, but not
limited to, NPDES water quality monitoring, geotechnical, and material testing.
Page 122
" P r e - a p p r o v e d b y C i t y s t a f f w i l l b e r e q u i r e d I f r o a d c l o s u r e i s n e e d e d d u r i n g
c o n s t r u c t i o n . C o n t r a c t o r s h a l l b e r e s p o n s i b l e t o p r o v i d e a d e q u a t e m a i n t e n a n c e o f
t r a f f i c a n d r e - r o u t e t r a f f i c d u r i n g c l o s u r e . C l o s u r e c a n o n l y t a k e p l a c e d u r i n g
a c t i v e w o r k p e r i o d .
" A l l s t r i p i n g m u s t b e t h e r m o p l a s t i c .
" S i g n s a n d t r a f f i c c o n t r o l s s h a l l b e p e r t h e M a n u a l o n U n i f o r m T r a f f i c C o n t r o l
D e v i c e s a n d M i a m i D a d e C o u n t y s t a n d a r d s
" T h e C i t y '