SLED Opportunity · FLORIDA · CITY OF PEMBROKE PINES

    Exterior Stripping / Coating of Water Storage Tank Re-Bid

    Issued by City of Pembroke Pines
    cityRFPCity of Pembroke PinesSol. 237226
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Mar 25, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    The City of Pembroke Pines seeks qualified contractors to clean, repair, and coat the exterior of a 2.5-million-gallon water storage tank, including crack repair and protective coatings. Completion is required within 180 days. Mandatory pre-bid meeting: March 31, 2026. Bids due April 21, 2026.

    Opportunity details

    Solicitation No.
    237226
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 25, 2026
    Due Date
    April 21, 2026
    NAICS Code
    237110AI guide
    State
    Florida
    Agency
    City of Pembroke Pines

    Description

    The City of Pembroke Pines is seeking bids from qualified firms, hereinafter referred to as the Contractor, to clean, prepare, and coat the exterior of the water storage tank, in accordance with the terms, conditions, and specifications contained in this solicitation.

    The work consists of cleaning, preparing, and coating the exterior of the City's 2.5-million-gallon pre-stressed concrete water storage tank, including repair of all exterior cracks and deficiencies.

    Background

    Pembroke Pines, Florida, ranked as the eleventh largest city among the state's four hundred plus municipalities and the second largest in Broward County, maintains a welcoming small-town ambiance that resonates with its residents. Located conveniently in southwest Broward County, the city provides seamless access to major highways, employment centers, entertainment venues, parks, golf courses, and a diverse array of dining and shopping options.

    With a population of approximately 170,000 residents spread across 32.68 square miles, Pembroke Pines is renowned as one of the best cities to live in America. The city boasts 28 superior parks, lush landscaping, and a distinctive South Florida charm that contributes to its natural beauty. Notably recognized as 2024's Best Place to Raise a Family in Florida, and 2024's Best City of Hispanic Entrepreneurs by WalletHub, Pembroke Pines also earned a place as the on Money Magazine's esteemed Best Places to Live list in 2014, as the sole Florida representative, ranking in at #32 in the nation.

    Incorporated in 1960, Pembroke Pines is celebrated as a safe and desirable community, having received accolades such as the All-America City designation. The city's commitment to arts and culture, exceptional schools, diverse population, numerous parks, and forward-thinking approach in an ever-evolving world make it a standout destination.

    Pembroke Pines is also the home to the largest municipal-run charter school system in the nation, serving over 6,000 students across five separate campuses. The City’s award-winning charter school system is located in the Broward County School District, which is the sixth largest school district in the nation.

    Project Details

    • Reference ID: PSUT-26-01
    • Department: Procurement
    • Department Head: Mark Gomes (Assistant City Manager / Director of Procurement & Sustainability)

    Important Dates

    • Questions Due: 2026-04-14T22:00:37.561Z
    • Pre-Proposal Meeting: 2026-03-31T14:00:35.779Z — 17189 Sheridan St, Pembroke Pines, FL 33331

    Addenda

    • Official Notice #1: Pre-Bid Meeting Completed on 3/31/26 @ 10:00 AM (released 2026-03-31T15:29:48.909Z) —

      The attendance log for the mandatory pre-bid meeting held at 17189 Sheridan St, Pembroke Pines, FL 33331 is attached. 

    • Addendum #1 (released 2026-04-16T17:15:59.428Z) —

      The date of Issuance of Final Answers to Questions has been updated to 4/22/26.

      The bid submission deadline has been extended to 5/5/26.

    Evaluation Criteria

    • General Conditions

      The project involves cleaning, preparing, and coating the exterior of the City's 2.5-million-gallon pre-stressed concrete water storage tank including the dome. It also includes repairing all exterior cracks and deficiencies.

      Debris Disposal

      • The Contractor is solely responsible for properly disposing of all construction debris at an authorized landfill.
      • All disposal costs shall be borne by the Contractor.

      Site Maintenance & Restoration

      • Work areas must meet safety requirements for pedestrian and vehicular traffic.
      • All areas must be left clean and orderly after work completion.
      • Any damaged grass areas or property must be restored to their original condition.
      • The Contractor is encouraged to maintain before-and-after photo documentation at no cost to the City, which should be available to the Engineer upon request.

      Compliance & Standards

      All work must comply with or exceed:

      • Florida Department of Transportation Applicable Standards
      • Florida Building Code
      • Broward County Public Works Standards
      Supervision & Oversight
      • The City's Project Manager has full supervision over the contract execution.
      • Orders from the City Commission and/or City Manager shall be communicated through the Project Manager.
      • The Contractor must strictly follow all instructions given by the Project Manager.
      • A designated foreman or representative must be available to receive instructions in the Contractor’s absence. Otherwise, the Contractor remains responsible for executing instructions.
      • The City's Project Manager must have unrestricted access to the materials and worksite for layout, measurement, inspection, and oversight.

      Plans and Specifications

      • The Technical Specifications prepared by the City are included as part of the Contract Documents.
      • All specifications and related documentation that constitute the contract must be strictly followed regarding work, materials, and dimensions, unless a written exception is authorized by the City's Project Manager.
      • Any measurement discrepancies shall be resolved by the City's Project Manager or their representative.
      • The Contractor must not proceed if there is any uncertainty regarding dimensions or measurements. 

      Limitations of Operations

      • No work shall be conducted during weekends, City holidays, or outside the City’s business hours, unless necessary for the proper care and protection of work already performed.
      • Exceptions may be granted only with permission from the City's Project Manager or their designee.

      Field Office

      • No field office is required for this project.
      • The Contractor must provide the City's Project Manager or their representative with a local telephone number for contact at any time during the project.
      • A competent, English-speaking superintendent must be present at the project site throughout the work's progress. 
    • EXAMINATION OF CONTRACT DOCUMENTS

      Before submitting a Proposal, each Proposer should:

      1. consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work,
      2. study and carefully correlate the Proposer's observations with the Proposal Documents; and
      3. notify the Purchasing Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents.

      The Proposer, by and through the submission of a Proposal, agrees that Proposer shall be held responsible for having familiarized themselves with the nature and extent of the work and any local conditions that may affect the work to be done and the services, equipment, materials, parts and labor required.

    • Project Timeline

      The work shall be completed within 180 calendar days from issuance of the City's Notice to Proceed (NTP), with an estimated start date of April 21, 2026.

    • Purpose

      The City of Pembroke Pines is seeking bids from qualified firms, hereinafter referred to as the Contractor, to clean, prepare, and coat the exterior of the water storage tank, in accordance with the terms, conditions, and specifications contained in this solicitation.

      The work consists of cleaning, preparing, and coating the exterior of the City's 2.5-million-gallon pre-stressed concrete water storage tank, including repair of all exterior cracks and deficiencies.

    • Qualifying & Selecting Firms
      1. Staff will evaluate all responsive proposals received from proposers who meet or exceed the bid requirements contained in the solicitation.  Evaluations shall be based upon the information and references contained in the proposals as submitted.  
      2. Staff will make a recommendation to the City Commission for award of contract.
      3. The contract shall be awarded to the most responsive/responsible bidder whose bid is determined to be the most advantageous to the City taking into consideration the evaluation criteria.
    • NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES

      The City and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that Contract) pertaining to any matter resulting from the underlying Contract.

      Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

    • General Indemnification

      The Contractor shall indemnify and hold harmless the CITY and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Contractor or its employees, agents, servants, partners, principals or subcontractors.  The Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon.  The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents and instrumentalities as herein provided.

    • Background

      Pembroke Pines, Florida, ranked as the eleventh largest city among the state's four hundred plus municipalities and the second largest in Broward County, maintains a welcoming small-town ambiance that resonates with its residents. Located conveniently in southwest Broward County, the city provides seamless access to major highways, employment centers, entertainment venues, parks, golf courses, and a diverse array of dining and shopping options.

      With a population of approximately 170,000 residents spread across 32.68 square miles, Pembroke Pines is renowned as one of the best cities to live in America. The city boasts 28 superior parks, lush landscaping, and a distinctive South Florida charm that contributes to its natural beauty. Notably recognized as 2024's Best Place to Raise a Family in Florida, and 2024's Best City of Hispanic Entrepreneurs by WalletHub, Pembroke Pines also earned a place as the on Money Magazine's esteemed Best Places to Live list in 2014, as the sole Florida representative, ranking in at #32 in the nation.

      Incorporated in 1960, Pembroke Pines is celebrated as a safe and desirable community, having received accolades such as the All-America City designation. The city's commitment to arts and culture, exceptional schools, diverse population, numerous parks, and forward-thinking approach in an ever-evolving world make it a standout destination.

      Pembroke Pines is also the home to the largest municipal-run charter school system in the nation, serving over 6,000 students across five separate campuses. The City’s award-winning charter school system is located in the Broward County School District, which is the sixth largest school district in the nation.

    • Indemnification for Design Professionals and Construction Contracts

      The Contractor shall indemnify and hold harmless the CITY, its officers and employees from any and all liability, losses or damages, including reasonable attorneys' fees and costs of defense, which the CITY, its officers and employees, may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature to the extent such claims are caused by negligence, recklessness, or intentional wrongful conduct of the Contractor and other persons employed or utilized by Contractor during performance of this Agreement.  The Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon.  The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents and instrumentalities as herein provided.

    • CONFLICT OF INSTRUCTIONS

      If a conflict exists between the General Conditions and Instructions stated herein and specific conditions and instructions contained in specifications, the specifications shall govern.

    • PROPOSAL SECURITY APPLICABILITY AND AMOUNT

      A Proposal Security shall be required, only for bidders that have a total cumulative base proposal amount that exceeds $200,000. Proposal Security shall be in the amount of 5% of the total cumulative base amount proposed.

      Note - Contingency is not to be counted in the total amount that the proposal security is based on.
    • Project Timeline

      This contract shall be for an initial TBD period with TBD renewal terms.

    • Performance of Work
      • The Contractor shall provide a qualified Superintendent who will always be present during work and authorized to act on behalf of the Contractor.
      • The Contractor must maintain sufficient plant, equipment, and labor on-site to meet project requirements.
      • All equipment must be in satisfactory operating condition, ensuring safe and efficient work performance.
      • All operations are always subject to inspection by the Project Manager.

      Materials, Equipment, and Procedures

      • The Contractor must submit a description of materials, equipment, and work procedures for approval by the Project Manager.

      Inspection and Work Modifications

      • If requested by the City's Project Manager, the Contractor must uncover or remove portions of finished work for examination.
      • If the examined work is acceptable, costs for uncovering and restoring will be paid as "Extra Work."
      • If the examined work is unacceptable, all associated costs shall be borne by the Contractor.
      • No work shall be performed, nor materials used, without proper supervision or inspection by the City's Project Manager.
      • Failure to initially reject defective work or materials does not prevent later rejection or obligate the City to final acceptance. 

      Independent Contractor Status

      • The Contractor is recognized as an independent contractor for this project, though they must follow the Project Manager’s directions under certain conditions.
    • ACCESS BY THE GRANTEE, SUBGRANTEE, FEDERAL GRANTOR AGENCY AND COMPTROLLER GENERAL

      The Contractor shall allow access by the grantee, sub grantee, Federal grantor agency and Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts and transcriptions.

    • ADDENDA or ADDENDUM

      A formal solicitation may require an Addendum to be issued. An addendum in some way may clarify, correct or change the original solicitation (i.e. due date/time, specifications, terms, conditions, line item).

      Bidders must register for an account on the City's e-Procurement Portal, hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications via email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/pembrokepines

      Contractors are cautioned not to consider verbal modifications to the solicitation, as the addendum issued through OpenGov will be the only official method whereby changes will be made.

    • EQUAL EMPLOYMENT OPPORTUNITY

      The Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees).

      All contractors and subcontractors performing work in connection with this Contract shall provide equal opportunity for employment because of race, religion, color, age, sex, national origin, sexual preference, disability or marital status.  The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in a conspicuous place available for employees and applicants for employment, such notices as may be required by any authority having jurisdiction over the Work setting forth the provisions of the nondiscrimination law.

    • Restoration of Property
      • Any public or private property damaged during construction or removed for project convenience must be repaired or replaced at the Contractor’s expense.
      • Repairs or replacements must be performed in a manner acceptable to the City's Project Manager before final acceptance of the work.
      • This includes, but is not limited to:
        • Signalization equipment and miscellaneous hardware removed from the construction site
        • Driveways, walkways, walls, fences, and mailboxes
        • Sod, landscaping, and irrigation systems
        • Footing or underground utilities
    • PROPOSAL SECURITY REQUIREMENTS

      For projects in which Proposal Securities are required, each Proposal must be accompanied by a certified or cashier’s check or by a Bid Bond made payable to the City of Pembroke Pines on an approved form, duly executed by the Proposer as principal and having as surety thereon a surety company acceptable to CITY and authorized to write such Bond under the laws of the State of Florida.  The agent or attorney in fact or other officer who signs a Bid Bond for a surety company must file with such bond a certified copy of their power of attorney authorizing them to do so.

      Scanned Proposal Security: For projects in which Proposal Securities are required, Proposers must submit a scanned copy of their Proposal Security (certified check, cashier’s check or a Bid Bond) with their bid submittal through OpenGov.

      Physical Proposal Security: For projects in which Proposal Securities are required, Proposers should also submit their original Proposal Security (certified check, cashier’s check or a Bid Bond) at time of the bid due date, or they may be deemed as non-responsive.   The original Proposal Security should be in a sealed envelope, plainly marked “BID SECURITY - IFB # PSUT-26-01 Exterior Stripping / Coating of Water Storage Tank Re-Bid and sent to the:

      City of Pembroke Pines,
      City Clerk’s Office, 4th Floor,
      601 City Center Way,
      Pembroke Pines, Florida, 33025.

      Opportunity to Cure: In the event that the proposer fails to submit the scanned and/or the physical proposal security, in the City’s sole discretion, the City may allow the proposer to furnish the proposal security within 3 days of written notice of deficiency.

      Successful Proposer: The Proposal Security of the Successful Proposer will be retained until such Proposer has executed the Contract and furnished the required insurance, payment and performance bonds, whereupon the Proposal Security will be returned.  If the Successful Proposer fails to execute and deliver the Contract and furnish the required insurance and bonds within fifteen (15) calendar days of the Notice of Award, CITY may annul the Notice of Award and the entire sum of the Proposal Security shall be forfeited. 

      Three Lowest Proposers: The Proposal Security of the three (3) lowest Proposers will be returned within seven (7) calendar days after CITY and the Successful Proposer have executed the written Contract or if no such written Contract is executed within ninety (90) calendar days after the date of the Proposal opening, upon the demand of any Proposer at any time thereafter, provided that the Proposer has not been notified of the acceptance of their Proposal. 

      All Other Proposers: Proposal Security of all other Proposer will be returned within seven (7) calendar days after the proposal opening.

    • Insurance Coverage
      1. Contractor shall not commence work under this Agreement until it has obtained all insurance required under this paragraph and such insurance has been approved by the Risk Manager of the CITY nor shall the Contractor allow any subcontractor to commence work on any subcontract until all similar such insurance required of the subcontractor has been obtained and similarly approved.
      2. Certificates of Insurance, reflecting evidence of the required insurance, shall be filed with the CITY’s Risk Manager prior to the commencement of this Agreement.  Policies shall be issued by companies authorized to do business under the laws of the State of Florida.  The insurance company shall be rated no less than “A” as to management, and no less than “Class VI” as to financial strength according to the latest edition of Best’s Insurance Guide published by A.M. Best Company.
      3. Certificates of Insurance shall provide for thirty (30) days’ prior written notice to the CITY in case of cancellation or material changes in the policy limits or coverage states. If the carrier cannot provide thirty (30) days’ notice of cancellation, either the Contractor or their Insurance Broker must agree to provide notice. 
      4. Insurance shall be in force until all obligations required to be fulfilled under the terms of the Agreement are satisfactorily completed as evidenced by the formal acceptance by the CITY.  In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this Agreement, the Contractor shall furnish, at least forty-five (45) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the Agreement and extension thereunder is in effect.  The Contractor shall neither commence nor continue to provide any services pursuant to this Agreement unless all required insurance remains in full force and effect.  Contractor shall be liable to CITY for any lapses in service resulting from a gap in insurance coverage.
      5. Contractor shall be required to obtain all applicable insurance coverage, as indicated in the sections below, prior to commencing any work pursuant to this Agreement.
    • INTERPRETATIONS AND QUESTIONS

      If the Proposer is in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, the Proposer shall submit a question for interpretation or clarification. 

      The City requires all questions relating to the solicitation to be submitted through the “Question & Answer” tab, for the specific project, on the City’s e-Procurement Portal, located at https://procurement.opengov.com/portal/pembrokepines.  Questions and inquiries must be received by the “Question Due Date” stated in the solicitation.  Questions received after the “Question Due Date” shall not be answered.  Interpretations or clarifications in response to such questions will be issued via OpenGov.  Bidders may also click “Follow” on this solicitation to receive an e-mail notification(s) when answers are posted.  It is the responsibility of the bidder to check the website for answers to inquiries.  The issuance of a response via OpenGov is considered an Addendum and shall be the only official method whereby such an interpretation or clarification will be made. 

      OpenGov Support is also available to assist proposers with submitting their proposal and to ensure that proposers are submitting their proposals correctly.  Proposers should ensure that they contact OpenGov support, with ample time before the bid closing date and time, via one of the following methods: 

      A.    Chat (preferred method): Click the button in the lower right-hand corner of the portal when logged in.
      B.    E-mail:support@opengov.com
      C.    Phone: 1 (605) 336-7167
      D.    https://opengov.my.site.com/support/s/contactsupport 

      For all other questions related to this solicitation, please contact the Procurement Department at purchasing@ppines.com.

    • DAVIS-BACON & RELATED ACTS

      If construction, alternation or repair of public buildings or public works project is funded or assisted under one or more Federal statute, the Davis-Bacon prevailing wage provisions may apply to the project if any of the applicable statutes requires payment of Davis-Bacon wage rates.  

      The Davis-Bacon Act requires that each contract over $2,000 to which the United States or the District of Columbia is a party for the construction, alteration, or repair of public buildings or public works shall contain a clause setting forth the minimum wages to be paid to various classes of laborers and mechanics employed under the contract.  Under the provisions of the Act, contractors or their subcontractors are to pay workers employed directly upon the site of the work no less than the locally prevailing wages and fringe benefits paid on projects of a similar character.  

      In addition to the Davis-Bacon Act itself, Congress has added prevailing wage provisions to approximately 60 statutes which assist construction projects through grants, loans, loan guarantees, and insurance.  These “related Acts” involve construction in such areas as transportation, housing, air and water pollution reduction, and health.  Davis-Bacon wage determinations are to be used in accordance with the provisions of Regulations, 29 CFR Part 1, Part 3, and Part 5

    • Comprehensive General Liability Insurance

      Comprehensive General Liability Insurance written on an occurrence basis including, but not limited to: coverage for bodily injury and property damage, personal & advertising injury, products & completed operations, and contractual liability. Coverage must be written on an occurrence basis, with limits of liability no less than:

      1. Each Occurrence Limit - $1,000,000
      2. Fire Damage Limit (Damage to rented premises) - $100,000
      3. Personal & Advertising Injury Limit - $1,000,000
      4. General Aggregate Limit - $2,000,000
      5. Products & Completed Operations Aggregate Limit - $2,000,000

      Products & Completed Operations Coverage shall be maintained for the later of three (3) years after the delivery of goods/services or final payment under the Agreement. (For Construction projects: Increase to ten (10) years and include a Designated Construction Project(s) General Aggregate Limit)

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • PAYMENT AND PERFORMANCE BONDS

      In the event that the awarded contract, not including owner's contingency, exceeds $200,000, two (2) separate bonds (Payment & Performance Bonds) are required, and both must be approved by the City. The penal sum stated in each bond shall be 100% of the contract price.

      Note - Contingency is not to be counted in the total amount that the payment and performance bonds are based on.

      Coverage Period: The surety company shall only cover the period of performance / construction and not the labor warranty nor the manufacturer’s warranty periods.

      Successful Proposer: Within fifteen (15) calendar days after Notice of Award and in any event prior to commencing work, the Contractor shall execute and furnish to City a performance bond and a payment bond.

      Minimum Requirements of Surety: Each bond shall be written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years.  The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570.  If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or other methods, in accordance with Treasury Circular 297, revised September 1, 1978 (31DFR, Section 223.10, Section 223.11).  Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner.  The surety company shall have at least the following minimum qualification in accordance with the latest edition of A.M. Best's Insurance Guide, published by Alfred M. Best Company, Inc., Ambest Road, Oldwick, New Jersey 08858:

      B+ to A+

      Performance Bond: The performance bond shall be conditioned that the Contractor performs the contract in the time and manner prescribed in the contract.

      Payment Bond: The payment bond shall be conditioned that the Contractor promptly make payments to all persons who supply the Contractor with labor, materials and supplies used directly or indirectly by the Contractor in the prosecution of the work provided for in the Contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law; and that they shall indemnify and save harmless the City to the extent of any and all payments in connection with the carrying out of said Contract which the City may be required to make under the law.

      Recordation of Bonds with the County: Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, it shall be the duty of the Contractor to record the aforesaid payment and performance bonds in the public records of Broward County, with the Contractor to pay all recording costs.

    • Utilities
      • The Contractor is responsible for making all necessary arrangements with utility companies to ensure the maintenance of utility lines during construction.
      • If a complete utility relocation is required but has not been completed before the “Notice to Proceed” is issued, the Contractor must still commence work and schedule activities to avoid interference with utility relocation or repair.
      • The City is not liable for:
        • Any delays or additional expenses incurred by the Contractor due to utility company activities.
        • Any damages to utilities caused by the Contractor’s actions. 
    • RULES, REGULATIONS, LAWS, ORDINANCES and LICENSES

      The awarded Contractor shall observe and obey all laws, ordinances, rules, and regulations of the federal, state, and CITY, which may be applicable to the service being provided.  The awarded firm shall have or be responsible for obtaining all necessary permits or licenses required, if necessary, in order to provide this service.

      Proposer warrants by submittal that prices quoted here are in conformity with the latest federal price guidelines, if any.

    • OWNER'S CONTINGENCY

      While the specifications contained in this solicitation and any ensuing Purchase Orders or contracts have incorporated all anticipated work to be accomplished, there may be unanticipated work required of the Contractor in conjunction with a specific project.  For this reason, the City Commission may award a project with an “Owner’s Contingency”.  This contingency or allowance authorizes the City execute change orders up to the amount of the contingency without the need to obtain additional Commission approval.  The Owner’s Contingency is usually based on a specified percent of the proposed project amount and is established for the specific project being performed under the contract. This dollar amount shall be shown on the specific project purchase order as a distinct item from the Contractor’s overall offer to determine the total potential dollar value of the contract.  It is hereby understood and agreed that the Contractor shall not expend any dollars in connection with the Owner’s Contingency without the expressed prior approval of the City’s authorized representative.  Any Owner’s Contingency funds that have not been utilized at the end of the project will remain with the Owner, the Contractor shall only be paid for the proposed project cost as approved by the City Commission along with any Owner Contingency expenses that were approved by the City’s authorized representative.

    • COPELAND ANTI-KICKBACK ACT
      1. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract.
      2. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA or other administering Federal agency may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses.
      3. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
    • Workers’ Compensation and Employers’ Liability Insurance

      Workers’ Compensation and Employers’ Liability Insurance covering all employees, and/or volunteers of the Contractor engaged in the performance of the scope of work associated with this Agreement. In the case any work is sublet, the Contractor shall require the subcontractors similarly to provide Workers’ Compensation Insurance for all the latter’s employees unless such employees are covered by the protection afforded by the Contractor Coverage for the Contractor and all subcontractors shall be in accordance with applicable state and/or federal laws that may apply to Workers’ Compensation Insurance with limits of liability no less than:

      1. Workers’ Compensation: Coverage A – Statutory
      2. Employers Liability: Coverage B    

      $500,000 Each Accident

      $500,000 Disease – Policy Limit

      $500,000 Disease – Each Employee

      If Contractor claims to be exempt from this requirement, Contractor shall provide CITY proof of such exemption along with a written request for CITY to exempt Contractor, written on Contractor letterhead.

    • Project Safety

      Maintenance of Traffic

      • The contractor must adhere to the applicable portions of the Broward County Public Works Manual regarding traffic safety.
      •  Any excavated material, stored equipment, or other obstructions near or on the roadway pavement must always be adequately marked for traffic safety.
      • The Contractor is responsible for furnishing all necessary traffic control devices, including:
        • Signs
        • Warning devices
        • Barriers
      • The Contractor must maintain the existing flow of traffic throughout the duration of the project.

      Access and Traffic Management

      • The Contractor must provide necessary access to all adjacent properties during construction.
      • Special attention is required for managing pedestrian and vehicular traffic, particularly in school zones.
      • If the Contractor's operations restrict street, road, or work area usage, the City may require the hiring of off-duty police officers (at the Contractor’s expense) to assist with traffic control and safety.
      • Traffic detours require prior coordination and approval from the City's Project Manager. 
    • Comprehensive Auto Liability Insurance

      Comprehensive Auto Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the performance of work under this Agreement, with a combined single limit of liability for bodily injury and property damage no less than:

      1. Any Auto (Symbol 1) 
        Combined Single Limit (Each Accident) - $1,000,000
      2. Hired Autos (Symbol 8) 
        Combined Single Limit (Each Accident) - $1,000,000
      3. Non-Owned Autos (Symbol 9)
        Combined Single Limit (Each Accident) - $1,000,000

      If work under this Agreement includes transportation of hazardous materials, policy shall include pollution liability coverage equivalent to that provided by the latest version of the ISO pollution liability broadened endorsement for auto and the latest version of the ISO Motor Carrier Act endorsement, equivalents or broader language.

      If Contractor requests reduced limits under a Personal Auto Liability Policy and it is agreed to by the CITY, coverage shall include Bodily Injury limits of $100,000 per person/$300,000 per occurrence and Property Damage limits of $300,000 per occurrence.

    • TAX SAVER PROGRAM

      The Contractor shall cooperate on certain projects to allow the City to avail itself of a sales tax savings program.

    • CONTRACT WORK HOURS AND SAFETY STANDARDS

      The Contractor shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3702-3704) as supplemented by Department of Labor regulations (29 CFR Part 5).

    • WARRANTIES FOR USAGE

      Whenever a bid is sought, seeking a source of supply for a specified time for materials or service, the quantities or usage shown are estimated only.  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 contracts.  These quantities are for proposer’s information only and will be used for tabulation and presentation of bid.

    • Materials
      • The Contractor shall provide all workmen, mechanics, tradesmen, and other skilled employees, along with all necessary materials and equipment required for the project.
      • All work performed under this Contract requires the Contractor to supply all labor, equipment, and materials, including any incidental work, even if not explicitly mentioned in the drawings or specifications. 

      Quality and Industry Standards

      • Where not explicitly described, all materials and workmanship shall conform to industry standards.
      • Work must be performed in proper sequence with other contractors, City operations, and must properly integrate with both existing and new construction.

      Inspection and Quality Control

      • All materials, processes, and construction activities are open to inspection at any time.
      • The City's Project Manager and their representatives shall have free access to all parts of the work.
      • If defective work is identified, the Contractor must remove, reconstruct, replace, and correct the work at no additional cost.
      • Errors in judgment by inspectors or prior acceptance of work do not relieve the Contractor of the responsibility to correct defects whenever discovered.
    • RELEASE OF LIEN

      Contractor must provide an executed Partial/Final Release of Lien utilizing the City’s standard Release of Lien Form in order for the City to release any payments to the Contractor

    • Payment for Tests
      • Unless otherwise specified, the Contractor is responsible for the expense of all tests requested by the City's Project Manager. 
      • Testing procedures must conform to all applicable State, County, City, AWWA, or industry standards.
      • Unsatisfactory test results shall be grounds for rejection of work, and the cost of retesting shall be borne by the Contractor.
    • BRAND NAMES

      If and wherever in the specifications a brand name, make, name of manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only.  Since the City does not wish to rule out other competition and equal brands or makes, the phrase “OR EQUAL” is added.  However, if a product other than that specified is bid, Proposers shall indicate on their proposal and clearly state the proposed substitution and deviation.  It is the Contractor’s responsibility to provide any necessary documentation and samples within their bid submittal to prove that the product is equal to that specified.  Such samples are to be furnished before the date of bid opening, unless otherwise specified.  Additional evidence in the form of documentation and samples may be requested if the proposed brand is other than that specified.  The City retains the right to determine if the proposed brand shall be considered as an approved equivalent or not.

    • Umbrella/Excess Liability Insurance

      Umbrella/Excess Liability Insurance in the amount of $2,000,000 as determined appropriate by the CITY depending on the type of job and exposures contemplated.  Coverage must be follow form of the General Liability, Auto Liability and Employer’s Liability.  This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to this Agreement.

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • FEDERAL CLEAN AIR AND WATER ACTS

      Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387), and will report violations to FEMA and the Regional Office of the Environmental Protection Agency (EPA).

    • Project Timeline

      Products shall be delivered within TBD calendar days of the City's issuance of a Purchase Order.

    • QUALITY

      All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be new, the latest model, of the best quality, and highest grade workmanship, unless otherwise noted.

    • SUSPENSION AND DEBARMENT

      Non-federal entities are subject to the non-procurement debarment and suspension regulations implementing Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities.

      1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
      2. The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
      3. This certification is a material representation of fact relied upon by the City. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
      4. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
    • Storage Responsibility
      • The Contractor is responsible for storing materials and maintaining all partly or fully completed work throughout the contract until final acceptance.
      • If any materials or parts of the work are lost, damaged, or destroyed, the Contractor must repair or replace them at their own expense.
      • The Contractor must maintain adequate safety measures, including:
        • Guards and barriers for protection
        • Sufficient lighting at night to prevent accidents 
    • Professional Liability/Errors & Omissions Insurance

      Professional Liability/Errors & Omissions Insurance with a limit of liability no less than $1,000,000 per wrongful or negligent act. This coverage shall be maintained for a period of no less than three (3) years after the delivery of goods/services final payment pursuant to this Agreement. Retroactive date, if any, to be no later than the first day of service to the CITY. (Limit to align with size and scope of the Agreement and exposure inherent with operation/services being performed.  For Construction projects: Increase to ten (10) years.)

    • SOLID WASTE CONSTRUCTION AND DEMOLITION DEBRIS COLLECTION AND DISPOSAL REQUIREMENTS

      The City of Pembroke Pines has an exclusive solid waste franchise agreement with Waste Pro of Florida, Inc. for the collection and disposal of all solid waste including construction and demolition (C & D) debris.  All applicants for bids to perform construction work for the City of Pembroke Pines shall be subject to the requirements found in the City’s exclusive sold waste franchise agreement and must contract Waste Pro of Florida, Inc. for the collection and disposal of all construction and demolition debris generated at such construction job sites.

      For the current applicable rates and fees for Waste Pro of Florida, Inc. dumpsters, roll-off containers, and other related solid waste service equipment needs, please contact David Perez, Waste Pro’s Pembroke Pines Sales Representative at (954) 967-4200 or dperez@wasteprousa.com.

      For further information related to the solid waste franchise requirements, please contact Rose Colombo, Solid Waste Franchise Agreement Contract Manager, at (954) 518-9011 or rcolombo@ppines.com.

      For solid waste franchise enforcement questions, please contact the City of Pembroke Pines Code Compliance Unit at (954) 431-4466.

    • Environmental/Pollution Liability Insurance

      Environmental/Pollution Liability insurance shall be required with a limit of no less than $1,000,000 per wrongful act. Coverage shall include: Contractor’s completed operations, sudden, accidental and gradual pollution conditions.  This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to this Agreement.  Retroactive date, if any, to be no later than the first day of service to the CITY.  (Limit to align with size and scope of the Agreement and exposure inherent with operation/services being performed. For Construction projects: Increase to ten (10) years)

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • ANTI-LOBBYING

      Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended). Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.

      This provision is applicable to all Federal-aid construction contracts and to all related sub-contracts which exceed $100,000 (49 CFR 20).

      1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:
        1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
        2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
      2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
      3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
    • Final Cleanup
      • Upon completion of the project, before acceptance and final payment, the Contractor must:
        • Remove all machinery, equipment, surplus and discarded materials, and temporary structures from the site.
        • Dispose of all materials, rubbish, and construction debris at a legal disposal site or by another approved method.
      • Depositing materials on adjacent or nearby properties is not considered proper disposal. 
    • SAMPLES

      Samples, when requested, must be furnished before, or at the bid opening, unless otherwise specified, and delivered free of expense to the City and if not used in testing or destroyed, will upon request within thirty (30) days of bid award be returned at the proposer’s expense.

    • Tentative Schedule of Events
      Issuance of Solicitation (Posting Date):March 25, 2026
      Pre-Bid Meeting (Mandatory):March 31, 2026, 10:00am

      17189 Sheridan St, Pembroke Pines, FL 33331

      Question Due Date:April 14, 2026, 6:00pm
      Issuance of Final Answers to Questions:April 22, 2026
      Bid Submission Deadline:May 5, 2026, 2:00pm
      Bid Opening:Will be held at 2:30 pm on the day of bid submissions are due.
      Evaluations by Staff:To Be Determined (TBD)
      Recommendation of Contractor to City Commission for Award:June 3, 2026
      Issuance of Notice to Proceed (NTP):June 9, 2026

       

    • ESTIMATED QUANTITIES

      No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased pursuant to this solicitation. Estimated quantities will be used for comparison and ranking purposes only. The City is not obligated to contract for a given amount of commodities/services subsequent to the award of this solicitation. The City reserves the right to issue separate purchase orders as needed, issue a blanket purchase order, and release partial quantities, or any combination of the preceding as deemed necessary by the City.

    • Painting of Infrastructure

      General Requirements

      • Furnish all labor, surface preparation, coating materials, tools, rigging, lighting, ventilation, and other necessary equipment and materials.
      • Ensure a complete coating system on all exterior exposed surfaces throughout the project, except as otherwise specified.

      Coating Requirements

      • Coat existing surfaces of the 2.5-MG ground storage tank as determined by the Owner/Engineer.
      • The City's Project Manager will work with the Contractor to select the color of the coating.

      Work Inclusions

      • Field painting of the exposed 2.5-MG ground storage tank.
      • Paint all exposed surfaces normally painted in a new project.
      • If items or surfaces are not specifically mentioned or excluded, paint them to match adjacent similar materials or areas. 

      Application Standards

      • Clean, prepare, coat, and cure all surfaces in strict accordance with the Manufacturer's published recommendations and specifications.
      • Primers and paints shall be applied with rollers so as not to spray or overspray onto cars, buildings or other adjacent property.
      • Perform all work using skilled personnel in a safe and productive manner, following good coating practices.

      Color Matching

      • If the approved coating does not match existing conditions, the Contractor shall provide the Owner/Project Manager with color samples for selection.
    • RECYCLED PRODUCTS / RECOVERED MATERIALS

      The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including, but not limited to, the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

    • Cyber Liability including Network Security and Privacy Liability

      Cyber Liability including Network Security and Privacy Liability with a limit of liability no less than $1,000,000 per loss.  Coverage shall include liability arising from: theft, dissemination and/or use of confidential information stored or transmitted in electronic form, unauthorized access to, use of, or tampering with computer systems, including hacker attacks or inability of an authorized third party to gain access to your services, including denial of service, and the introduction of a computer virus into, or otherwise causing damage to, a customer’s or third person’s computer, computer system, network, or similar computer-related property and the data, software and programs thereon.  If Contractor is collecting credit card information, it shall cover all PCI breach expenses.  Coverage is to include the various state monitoring and state required remediation as well as meet the various state notification requirements.  This coverage shall be maintained for a period of no less than the later of three (3) years after delivery of goods/services or final payment of the Agreement. Retroactive date, if any, to be no later than the first day of service to the CITY.

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • Pre-Bid Meeting

      This project will not have a pre-bid meeting.

    • MINORITY / WOMEN’S / LABOR SURPLUS FIRMS PARTICIPATION

      In accordance with the requirements as stated in C.F.R. 200.321, the City encourages the active participation of minority businesses, women’s business enterprises and labor surplus area firms as a part of any subsequent agreement whenever possible. 

      If subcontracts are to be let, through a prime contractor, that contractor is required to take the affirmative steps listed in items (1) through (5) below to ensure that small and minority businesses, women’s business enterprises, and labor surplus area firms are used when possible.

      1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists;
      2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;
      3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises;
      4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises;
      5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.
    • Painting Not Included

      The following categories of work are not included as part of the field-applied finish work or are included in other sections of these specifications:

      Shop Priming
      • Unless otherwise specified, shop priming of ferrous metal items is not included.
      Concealed Surfaces
      • Unless otherwise shown or specified, painting is not required on:
        • Walls or ceilings in concealed and generally inaccessible areas.
        • Foundation spaces, furred areas, utility tunnels, pipe spaces, duct shafts, and elevator shafts.
        • Painting of galvanized work that will be concealed in the completed work is not required.
        • Structural steel that is already encased in concrete should not be painted.
        • Structural steel specified elsewhere as not requiring painting should remain unpainted.

      Finished Metal Surfaces

      • Painting is not required on:
      • Anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finished metals, unless otherwise specified.

      Operating Parts and Labels

      • Do not paint moving parts of operating units, including:
        • Mechanical and electrical components such as electrical valve operators, linkages, sensing devices, motor and fan shafts, unless otherwise specified.
      • Do not paint over any code-required labels, including
        • Underwriters' Laboratories (UL) and Factory Mutual (FM) labels.
        • Equipment identification, performance rating, name, or nomenclature plates.
        • Remove all paint, coating, or splatter inadvertently placed on these surfaces.

      Protection Measures

      • Protect all adjacent areas, equipment, automobiles, and similar items not intended to be painted from splatter, overspray, spillage, etc.
      • Other Exclusions
        • Surfaces to receive chemical coatings are not included in this Specification.
          • Do not paint the following unless otherwise specified
          • Sprinkler heads, fire detection heads.
          • Integrally colored stucco, brick masonry, cast stone, stone masonry, or architectural precast concrete. 
    • DEVELOPMENT COSTS

      Neither the City nor its representatives shall be liable for any expenses incurred in connection with the preparation, submission or presentation of a Bid in response to this solicitation. All information in the Bid shall be provided at no cost to the City.

    • Crime Coverage

      Crime Coverage shall include employee dishonesty, forgery or alteration, and computer fraud in an amount of no less than $1,000,000 per loss.  If Contractor is physically located on CITY’s premises, a third-party fidelity coverage extension shall apply.

    • Non-Mandatory Pre-Bid Meeting/Site Visit

      There will be a non-mandatory scheduled pre-bid meeting on Tuesday, March 31, 2026 at 10:00 am. Meeting location will be at the 17189 Sheridan St, Pembroke Pines, FL 33331

      1. Proof of Attendance: Contractors may be required to sign in at any of the meetings to show proof of attendance.  It is the Contractor’s responsibility to make sure that they sign in at the meeting.
    • COMPLIANCE WITH STATE ENERGY POLICY AND CONSERVATION ACT

      CONTRACTOR shall comply with all mandatory standards and policies relating to energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871).

    • PRICING

      Prices should be stated in units of quantity specified in the bidding specifications.  In case of discrepancy in computing the amount of the bid, the unit prices quoted will govern.

      Proposer warrants by virtue of bidding that prices, terms, and conditions quoted in his bid will be firm for acceptance for a period of ninety (90) days from date of bid opening unless otherwise stated by the City or proposer.

    • Garage Liability & Garage-keepers Legal Liability

      Garage Liability & Garage-keepers Legal Liability for those that manage parking lots for the CITY or service CITY vehicles. Coverage must be written on an occurrence basis, with limits of liability no less than $1,000,000 per Occurrence, including products & completed operations. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment of this Agreement.

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • References

      The following standards and guidelines apply to the work specified:

      ANSI/ASTM Standards

      • ANSI/ASTM D16 – Definitions of terms relating to paint, varnish, lacquer, and related products.
      • ASTM D4541 – Coating Adhesion Testing.
      • ASTM D3276 – Standard Guide for Painting Inspectors (Metal Substrates).
      • ASTM B499 – Dry Film Thickness D1400.
      • ASTM B468 – Hardness.

      Steel Structures Painting Council (SSPC)

      • Volume 1 and 2, most current versions.
    • Mandatory Pre-Bid Meeting/Site Visit

      There will be a MANDATORY scheduled pre-bid meeting on Tuesday, March 31, 2026 at 10:00 am. Meeting location will be at 17189 Sheridan St, Pembroke Pines, FL 33331

      1. Proof of Attendance: Contractors may be required to sign in at any of the meetings to show proof of attendance.  It is the Contractor’s responsibility to make sure that they sign in at the meeting.
    • DELIVERY POINT

      All items shall be delivered F.O.B. destination, and delivery cost and charges included in the bid price.  Failure to do so may be cause for rejection of bid.

    • Follow-Up Pre-Bid Meeting(s)

      Follow-Up Meetings: In the event that a Contractor cannot attend the scheduled pre-bid meeting, or if a Contractor would like a follow up visit to the site, they may request a site visit by contacting Daniel Deleon at (954) 518-9061 Ext: 59021.  We urge all Contractors to attend the scheduled meeting, as a separate or follow-up meeting may not be afforded to the requester due to scheduling and availability of staff to assist with any additional meetings.  In addition, if making a request for a separate or follow-up meeting, Contractors are urged to make these requests as early as possible.

    • REPORTING & RETENTION OF RECORDS

      Pursuant to 44 CFR 13.36(i)(7), CONTRACTOR shall comply with federal requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41, if applicable. Furthermore, both parties shall provide the U.S. Department of Housing and Urban Development, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative access to any books, documents, papers, and records of CONTRACTOR which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. Also, both Parties agree to provide FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Agreement. Notwithstanding any other requirement set forth in this solicitation or the resulting agreement, all required records shall be retained for at minimum three (3) years after final payments and all other pending matters are closed.

    • Liquor Liability

      Liquor Liability for those in the business of selling, serving or furnishing of any alcoholic beverages, whether licensed or not, shall carry a limit of liability of no less than $1,000,000 per occurrence.  Coverage shall be maintained for the later of three (3) years after the delivery of goods/services or final payment under the Agreement.

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • Definitions
      • Conform to ANSI/ASTM D16 for the interpretation of terms used in this section.
    • Sexual Abuse & Molestation

      Sexual Abuse & Molestation for any agreement involving a vulnerable population.  Limits shall be no less than $500,000 per occurrence.  This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment of this Agreement.  Retroactive date, if any, to be no later than the first day of service to the CITY. (Limit to align with size and scope of the Agreement and exposure inherent with operation/services being performed.) 

      The City of Pembroke Pines must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein.

    • Quality Assurance
      Qualifications for the Tank Coating Applicator
      • The Applicator performing the tank surface repair and coating shall have at least  five (5) years of experience in maintaining, re-coating, and repairing Prestressed Concrete Tanks, where applicable.
      • Upon request, the Applicator shall provide references and a list of installations.
      Supervision Requirements
      • All coatings work shall be performed under the supervision of a certified Concrete Coating Inspector (CCI), who shall:
        • Be a full-time staff member of the Specialty Concrete Repair and Rehabilitation (SCRR) Contractor.
        • Have at least 5 years of experience.

      Approved Tank Coatings Applicator

      • All Coating Contractors must submit documentation of the aforementioned requirements with their bid for consideration.
      Applicator Qualifications
      • Submit the name and experience record of the Painting Applicator. Include a list of utility or industrial installations painted, responsible officials, architects, or engineers concerned with the project and the approximate contract price.
      • Painting Applicators whose submissions indicate inadequate experience will not be approved.
      • Furnish a statement to the Owner from the Coatings Manufacturer that materials to be used by the Contractor comply with the Manufacturer's recommendations.
      Source Quality Control
      • Obtain all materials from the same Manufacturer, unless otherwise approved.
      • Obtain materials only from Manufacturers who will:
        • Provide the services of a qualified Manufacturer's representative at the project site as needed or requested by the City's Project Manager to advise on materials, installation, and finishing techniques.
        • Certify long-term compatibility of all coatings with all substrates, both new and existing.
      Reference Standards

      Comply with applicable provisions and recommendations of the following, except where otherwise shown or specified:

      • ANSI A13.1 – Scheme for the Identification of Piping Systems.
      • Great Lakes - Upper Mississippi River Board of State Sanitary Engineers (Ten States Standards) – Recommended Standards for Waste Treatment Works (Latest Edition), Recommended Color Scheme for Piping.
      • Great Lakes - Upper Mississippi River Board of State Public Health and Environmental Managers Engineers (Ten States Standards) – Recommended Standards for Water Works (Latest Edition), Painting of Water Works Piping for Public Water Supplies.
      • OSHA 1910.144 – Safety Color-Code for Marking Physical Hazards.
      • SSPC Volume 2 – Systems and Specifications, Surface Preparation Guide, and Paint Application Specifications.
      Manufacturer's Guarantee
      • The identification signs and nameplates shall be guaranteed in writing by the Manufacturer against:
        • Color fading
        • Chipping
        • Corroding
        • Any other manufacturing defects
      • The guarantee shall be for a period of ten (10) years.
      • The Owner/City Project Manager reserves the right to require qualification of the Product Manufacturer and Applicator, including satisfactory completion of at least two (2) projects of this nature.
      Manufacturer's Inspection Meeting
      • After setting up painting but before commencing work, conduct a meeting at the site among representatives of:
        • Paint Manufacturer
        • Contractor
        • Painting Contractor
        • Owner/City Project Manager
      • The purpose of the meeting is to inspect the facility and review procedures recommended by the Manufacturer for the prevailing conditions.
    • TAX EXEMPT STATUS

      The City is exempt from Florida Sales and Federal Excise taxes on direct purchase of tangible property.

    • Virtual Pre-Bid Meeting

      The meeting for this project will be live-streamed and a combination of in-person and virtual, all as provided by law.  In any event, the public is encouraged to attend the meeting(s) virtually in lieu of attending the meeting in person. 

      While recognizing the importance of public accessibility to the meeting, and considering public health concerns, in the abundance of caution, the City is requesting that interested parties utilize live streaming as a safe way for Contractors and the public to participate in the meeting in lieu of attending the meeting in person.

      The public is invited to attend the meeting virtually via the Cisco Webex Meetings platform.

      The public may download the Cisco Webex Meetings app from https://www.webex.com/downloads.html/, to view, listen and participate in the meeting.

      If any member of the public requires additional information about this meeting or has any questions about how to access the meeting, please contact:

      Daniel Deleon
      8300 South Palm Drive
      Pembroke Pines, FL 33025
      (954) 518-9061 Ext: 59021
      ddeleon@ppines.com

    • RIGHTS TO INVENTIONS

      CONTRACTOR agrees that if this Agreement results in any copyrightable materials or inventions, the Federal Government reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use the copyright of said materials or inventions for Federal Government purposes.

    • Estimated Project Cost

      $200,000

    • NO OBLIGATION BY THE FEDERAL GOVERNMENT

      The federal government is not a party to this contract and is not subject to any obligations or liabilities to the non-federal entity, contractor, or any other party pertaining to any matter resulting from the contract.

    • Builder’s Risk Insurance

      Builder’s Risk Insurance shall be “All Risk” for one hundred percent (100%) of the completed value of the project that is the subject of this Agreement with a deductible of not more than five percent (5%) for Named Windstorm and $20,000 per claim for all other perils. The Builder’s Risk Insurance shall include interests of the CITY, the Contractor and subcontractors of the project.  The Contractor shall include a separate line item for all costs associated with the Builder’s Risk Insurance Coverage for the project.  The CITY reserves the right at its sole discretion to utilize the Contractor’s Builder’s Risk Insurance or for the CITY to purchase its own Builder’s Risk Insurance for the Project.  Prior to the Contractor purchasing the Builder’s Risk insurance for the project, the Contractor shall allow the CITY the opportunity to analyze the Contractor’s coverage and determine who shall purchase the coverage.  Should the CITY utilize the Contractor’s Builder’s Risk Insurance, the Contractor shall be responsible for all deductibles.  If the CITY chooses to purchase the Builder’s Risk Coverage on the project, the Contractor shall provide the CITY with a change order deduct for all premiums and costs associated with the Builder’s Risk insurance in their schedule.   Should the CITY choose to utilize the CITY’s Builder’s Risk Program, the CITY shall be responsible for the Named Windstorm Deductible and the Contractor shall be responsible for the All Other Perils Deductible.

      If and when 100% is not available or reasonable, the CITY Risk Manager is to make the determination as to what limits are appropriate for the given project.

    • CONTRACT TIME

      By virtue of the submission of the Proposal, Proposer agrees and fully understands that the completion time of the work of the Contract is an essential and material condition of the Contract and that time is of the essence.  The Successful Proposer agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion thereof within the time specified.  Failure to complete the work within the time period specified shall be considered a default.

      In addition, time will be of the essence for any orders placed as a result of this bid.  Purchaser reserves the right to cancel such orders, or part thereof, without obligation if delivery is not made at the time(s) or place(s) specified.

    • Regulatory Requirements
      • Comply with all federal, state, and local health and fire regulations when handling and applying paint and coating products.
    • Submittals
      Manufacturer’s Data
      • Submit Manufacturer’s technical information, including:
        • Paint label analysis.
        • Surface preparation and application instructions for each material proposed for use.
        • Indication of surfaces to which each material is to be applied.
      Manufacturer’s Certificate
      • Submit a written certification from the Paint Manufacturer stating that materials furnished for the work meet or exceed specified requirements.
      Painting Schedule
      • Prepare a detailed painting schedule, listing:
        • Each Painting System to be used by Painting System Number.
        • The extent and limits of each system.
        • Colors (by name and number) where appropriate.
      Samples
      • Submit for approval the following:
        • Compliance with all other requirements is the exclusive responsibility of the Contractor.
        • Provide a listing of the material and application for each coat of each finish sample.
        • Paint samples for Owner/Engineer’s review of color and texture only.

      Piping and Equipment Identification

      • Submit for Owner/Engineer approval:
        • A sample of a tag proposed. 
        • Manufacturer’s standard color chart and letter styles.
        • Tags shall have stamped information as shown on the valve schedules.
        • Information on the type of coding system shall be provided by the Owner/Project Manager. 
      Shop Drawings
      • After the award, submit for approval the following:
        • Copies of Manufacturer’s technical information, including paint label analysis and application instructions for each material proposed for use.
        • Copies of Contractor’s proposed protection procedures for each work area.
        • A list of each material, cross-referenced to the specific paints and finish system and application.
        • Identification of materials by Manufacturer’s catalog number.
        • Copies of Manufacturer’s complete color charts for each coating system.
        • Pipe Markers - Copies of Manufacturer's technical brochure, including color chart and list of standard markers.
      Maintenance Manual
      • Upon completion of the Work, furnish copies of a detailed maintenance manual, including:
        • Product name and number.
        • Name, address, and telephone number of Manufacturer and local Distributor.
        • Detailed procedures for routine maintenance and cleaning.
        • Detailed procedures for light repairs (such as dents, scratches, and staining).

      Certificates

      • Submit for approval the following:
        • Certificates stating that materials meet or exceed Specification requirements.
        • Certificate stating that all coatings are compatible with specified substrates, including factory or field-applied prime coats. 
    • DHS SEAL, LOGO, AND FLAGS

      CONTRACTOR shall not use DHS(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific federal pre-approval.

    • COPYRIGHT OR PATENT RIGHTS

      Proposer warrants that there have been no violations of copyrights or patent rights in manufacturing, producing, or selling other goods shipped or ordered as a result of this bid, and seller agrees to hold the purchaser harmless from any and all liability, loss or expense occasioned by such violation.

    • Liquidated Damages

      Liquidated damages for this project shall be FIVE HUNDRED DOLLARS AND NO CENTS ($500.00) per day.

    • Other Insurance

      Update as necessary.  Information that you enter here will show up under the "Other Insurance" sub-section.  If you delete the text here, there will still be a sub-section titled "Other Insurance." If you don't need that section, update your answer to the check boxes which state which insurances you need for this solicitation.

    • ANTI-TRUST VIOLATIONS

      Pursuant to Section 287.137, Florida Statutes, as may be amended, a person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply for any new contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply for a new contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on new leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a new contract with a public entity; and may not transact new business with a public entity.

    • COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS

      This is an acknowledgement that federal financial assistance will be used to fund the Agreement only. CONTRACTOR will comply with all applicable federal law, regulations, executive orders, policies, procedures, and directives.

    • Grant/Federal Funding

      Not applicable for this project.

    • Product Delivery and Storage
      • Deliver all materials to the job site in original, new, and unopened packages and containers bearing the Manufacturer's name and label, including the following information:
        • Name or title of material.
        • Federal Specification number, if applicable.
        • Manufacturer's stock number and date of manufacture.
        • Manufacturer's name.
        • Contents by volume, including major pigment and vehicle constituents.
        • Thinning instructions.
        • Application instructions.
        • Color name and number.

      Storage Requirements:

      • Store paint materials, painting tools, and equipment, including solvents and cleaning materials, in a well-ventilated, dry area away from high heat.
      • Do not store materials in buildings or structures in use or under construction, nor leave them overnight therein.
      • Follow Manufacturer's recommendations for the safe storage of paints and solvents.
      • Take precautions to prevent fire hazards and spontaneous combustion.
    • Required Endorsements
      1. The City of Pembroke Pines shall be named as an Additional Insured on each of the Liability Policies required herein.
      2. Waiver of all Rights of Subrogation against the CITY.
      3. Thirty (30) Day Notice of Cancellation or Non-Renewal to the CITY.
      4. Contractor’s policies shall be Primary & Non-Contributory.
      5. All policies shall contain a “severability of interest” or “cross liability” clause without obligation for premium payment of the CITY.
      6. The City of Pembroke Pines shall be named as a Loss Payee on all Property and/or Inland Marine Policies as their interest may appear.
    • FRAUDULENT STATEMENTS

      CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 applies to CONTRACTOR’s actions pertaining to this Agreement.

    • Safety
      • Ensure all materials, equipment, personnel, procedures, and practices are in compliance with safety regulations to maintain a hazard-free working environment.
      • Observe Manufacturer's health and safety precautions when:
        • Storing, handling, and applying coating materials.
        • Using cleanup materials containing solvents and/or chemical ingredients.
      • Direct personnel’s attention to all product warnings and information given on product labels.

      Protective Equipment:

      • Ensure all personnel mixing and applying coating materials are equipped with adequate protective clothing and devices, including respirators.

      Safety Measures:

      • No smoking in the working area.
      • No items that may produce sparks or open flames in the immediate working area.
      • Post warning signs outside the work area to inform personnel of potential hazards.
      • Erect barriers where necessary.

      Storage & Disposal:

      • Return partially used coating materials to their original containers, tightly resealed, at the end of each workday.
      • Wipe material spills, clean containers, and return them to the designated storage area.
      • Remove waste coating materials and contaminated disposable items from the job site daily.
      • Dispose of all materials in strict accordance with local, state, and federal regulations. 
    • Additional Requirements
      1. Any and all insurance required of the Contractor pursuant to this Agreement must also be required by any subcontractor in the same limits and with all requirements as provided herein, including naming the CITY as an additional insured, in any work that is subcontracted unless such subcontractor is covered by the protection afforded by the Contractor and provided proof of such coverage is provided to CITY.  The Contractor and any subcontractors shall maintain such policies during the term of this Agreement.
      2. The CITY reserves the right to require any other additional types of insurance coverage and/or higher limits of liability it deems necessary based on the nature of work being performed under this Agreement.
      3. The insurance requirements specified in this Agreement are minimum requirements and in no way reduce any liability the Contractor has assumed in the indemnification/hold harmless section(s) of this Agreement.
    • PUBLIC ENTITY CRIMES

      Pursuant to Sec. 287.133(2)(a), Fla. Stat., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime or who has been placed on the discriminatory vendor list 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 may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

      Pursuant to Sec. 287.134(2)(b), Fla. Stat., a public entity may not accept any bid, proposals, or replies from, award any contract to, or transact any business with any entity or affiliate on the discriminatory vendor list for a period of 36 months following the date that entity or affiliate was placed on the discriminatory vendor list unless that entity or affiliate has been removed from the list. A public entity that was transacting business with an entity at the time of the discrimination resulting in that entity being placed on the discriminatory vendor list may not accept any bid, proposal, or reply from, award any contract to, or transact any business with any other entity who is under the same, or substantially the same, control as the entity whose name appears on the discriminatory vendor list so long as that entity’s name appears on the discriminatory vendor list.

      The Sworn Statement of Public Entity Crime Affidavit Form, in the Submittal Documents section on the OpenGov portal for this solicitation, includes documentation that shall be executed by an individual authorized to bind the Proposer. The Proposer further understands and accepts that any contract issued as a result of this solicitation shall be either voidable or subject to immediate termination by the City. In the event there is any misrepresentation or lack of compliance with the mandates of Section 287.133 or Section 287.134, respectively, Florida Statutes. The City in the event in such termination, shall not incur any liability to the Proposer for any goods, services or materials furnished.

    • CONFLICT OF INTEREST

      The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes.  Proposers must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies.  Further, all Proposers must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer 's firm or any of its branches or affiliate companies.

    • PROHIBITION ON CONTRACTING FOR COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES
      1. Prohibitions. Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons.  Unless an exception applies, the CONTRACTOR and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: 
        1. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;
        2. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;
        3. Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or
        4. Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.
      2. Exceptions. This Section does not prohibit CONTRACTOR from providing:
        1. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
        2. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. By necessary implication and regulation, the prohibitions also do not apply to:
          1. Covered telecommunications equipment or services that:
            1. Are not used as a substantial or essential component of any system; and
            2. Are not used as critical technology of any system.
          2. Other telecommunications equipment or services that are not considered covered telecommunications equipment or services.
      3. Reporting requirement.  In the event CONTRACTOR identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information required of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information.  The CONTRACTOR shall report the following information:
        1. Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
        2. Within ten (10) business days of submitting the information required of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. The CONTRACTOR shall insert the substance of this clause, including this in all subcontracts and other contractual instruments.
    • Job Conditions

      Water-Based Paints:

      • Apply only when surface and air temperatures are between 50°F and 90°F, unless otherwise permitted by the Paint Manufacturer’s printed instructions.

      Solvent-Thinned Paints:

      • Apply only when surface and air temperatures are between 45°F and 95°F, unless otherwise permitted by the Paint Manufacturer’s printed instructions.

      Weather Conditions:

      • The areas and surfaces are enclosed and heated within the specified temperature limits during application and drying periods.
      • Do not apply paint in rain, fog, or mist.
      • Do not apply paint when relative humidity exceeds 85%.
      • Do not paint damp or wet surfaces unless otherwise permitted by the Manufacturer’s instructions.
      • Painting may continue during inclement weather only if permitted by the Manufacturer’s instructions.

      Windy Conditions:

      • Exercise caution when painting in windy conditions.
      • The Contractor is responsible for all damage caused by wind-blown paint and overspray. 
    • Grant/Federal Funding

      No, the City plans to utilize the following grant(s)/federal fund(s) for this project:

      TBD

    • Additional U.S. Department of Housing and Urban Development (HUD) Requirements

      The project is federally funded through the U.S. Department of Housing and Urban Development (HUD) and must adhere to strict federal guidelines. This includes compliance with the Davis-Bacon Act, which requires the payment of prevailing wages for all laborers and mechanics working on the project. The Contractor will be responsible for submitting certified payroll records reflecting the applicable prevailing wages for each trade involved. Please see "HUD's Davis-Bacon and Labor Standards Contractor Guide Addendum" in the attachments section for further information.

      Additionally, the project is governed by Section 3 of the Housing and Urban Development Act of 1968, as amended. Section 3 ensures that employment and economic opportunities created by HUD assistance benefit low- and very low-income individuals, especially those residing within the project’s service area. Contractors must demonstrate their compliance with Section 3 requirements, please see "HUD Section 3 Implementation Plan and Forms 1-6" in the attachments section for additional information. This may include providing information on how they will hire qualified low- and very low-income individuals and/or utilize Section 3 businesses as part of the project. As part of the bidding process, Contractors must return Form 1 with their bid submission, as failure to do so may result in the disqualification of your submittal.  In addition, Forms 2-6 must be submitted with final reporting, 30 days after project completion, as applicable.  

    • FACILITIES

      The City reserves the right to inspect the Proposer’s facilities at any time with prior notice.

    • Related Sections
      • Section 13250 – Prestressed and Cast-in-Place Concrete Storage Tank Repair
    • DOMESTIC PREFERENCE FOR PROCUREMENTS

      As appropriate, and to the extent consistent with law, the CONTRACTOR should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause:  Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.

    • LICENSE AND DELIVERY OF WORKS SUBJECT TO COPYRIGHT AND DATA RIGHTS

      If applicable, the CONTRACTOR grants to CITY, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, CONTRACTOR will identify such data and grant to the CITY or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, CONTRACTOR will deliver to the CONTRACTOR data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by CONTRACTOR.

    • Products

      Colors and Finishes

      • Paint colors, surface treatments, gloss, and finishes are indicated or specified in the schedules of the Contract Documents.
      • Colors and gloss not indicated or specified shall match the Owner’s existing color scheme.
      • Final acceptance of colors will be from samples applied on-site, subject to approval by the Owner/Project Manager.

      Paint Coordination

      • Review other sections of the specifications where prime paints are provided to ensure compatibility with the total coating system for various substrates.
      • Furnish necessary information to Manufacturers, Fabricators, and Suppliers to ensure that compatible prime coats are used.
      • Provide barrier coats over incompatible primers or remove and re-prime as required.

      Undercoats and Thinners

      • Undercoats: Provide undercoat paint produced by the same Manufacturer as the finish coats.
      • Thinners: Use only Manufacturer-approved thinners within recommended limits.

      Acceptable Manufacturers

      • All coating references herein are Tnemec Co., PPG Protective Coatings, or Euclid Chemical.
      • All coatings in contact with potable water must appear on the current Florida Department of Environmental Protection list of approved paints and protective coatings and NSF approved for potable water.
      • Furnish all coating materials by a single Manufacturer.
      • Solvents, thinners, and other miscellaneous materials may be supplied by the same Manufacturer or by a Supplier approved by the Manufacturer.

      Painting Systems

      • Provide a minimum dry film thickness (D.F.T.) as noted in the schedule of finishes.
      • Touch-up shop-applied and field-applied prime coats wherever damaged or bare, ensuring continued protection from rust and corrosion.
      • Use the same type of primer as initially applied for touch-ups.
    • ENVIRONMENTAL REGULATIONS

      CITY reserves the right to consider Proposer’s history of citations and/or violations of environmental regulations in determining a Proposer’s responsibility, and further reserves the right to declare a Proposer not responsible if the history of violations warrant such determination.  Proposer shall submit with the Proposal, a complete history of all citations and/or violations, notices and dispositions thereof.  The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations.  Proposer shall notify CITY immediately of notice of any citation or violation that Proposer may receive after the Proposal opening date and during the time of performance of any contract awarded to Proposers.

    • Proposal Security/Bid Bond

      A Proposal Security shall be required, only for bidders that have a total cumulative base proposal amount that exceeds $200,000. Proposal Security shall be in the amount of 5% of the total cumulative base amount proposed.

    • Payment and Performance Bonds

      In the event that the awarded contract, not including owner's contingency, exceeds $200,000, two (2) separate bonds (Payment & Performance Bonds) are required, and both must be approved by the City. The penal sum stated in each bond shall be 100% of the contract price.

    • Schedule of Finishes

      Existing Exterior Surfaces (Previously Painted – Tnemec-based)

      Exterior Metal

      • System: Epoxy/Polyurethane
      • Spot Primer: Series 135 Chembuild (D.F.T.: 3.0 – 5.0 mils)
      • Tie Coat: Series 135 Chembuild (D.F.T.: 3.0 – 5.0 mils)
      • Topcoat: Series 73U Endura-Shield (D.F.T.: 2.0 – 3.0 mils)
      • Minimum Total D.F.T.: 6.5 mils

      Exterior (Concrete, Block, and Stucco)

      • System: Acrylic
      • First Coat: Series 156 Enviro-crete (D.F.T.: 4.0 – 8.0 mils)
      • Second Coat: Series 156 Enviro-crete (D.F.T.: 4.0 – 8.0 mils)
      • Minimum Total D.F.T.: 8.0 mils
    • PERSONALLY IDENTIFIBALE INFORMATION

      In accordance with 2 C.F.R. §200.303, regarding internal controls of a non-Federal entity, CONTRACTOR must guarantee the protection of all Personally Identifiable Information (PII) obtained. The program will enact necessary measures to ensure PII of all applicants is safeguarded as to avoid release of private information. If a CONTRACTOR or employee should experience any loss or potential loss of PII, the CITY shall be notified immediately of the breach or potential breach.

    • SIGNATURE REQUIRED

      All proposals must be signed with the firm name and by an officer or employee having authority to bind the company or firm by his signature.  FAILURE TO PROPERLY SIGN PROPOSAL SHALL INVALIDATE SAME, AND IT MAY NOT BE CONSIDERED FOR AWARD.

      The individual executing this Bid on behalf of the Company warrant to the City that the Company is authorized to do business in the State of Florida, is in good standing and that Company possesses all of the required licenses and certificates of competency required by the State of Florida and Broward County to provide the goods or perform the services herein described.

      The signed bid shall be considered an offer on the part of the proposer or Contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Pembroke Pines and in case of default on the part of the proposer or Contractor after such acceptance, the City of Pembroke Pines may take such action as it deems appropriate including legal action for damages or specific performance.

    • MANUFACTURER’S CERTIFICATION

      The City of Pembroke Pines reserves the right to request from proposer separate manufacturer certification of all statements made in the proposal.

    • Permit, License, Impact or Inspection Fees

      With the exception of the City related permit, license, impact or inspection fees (including the Building Department and Engineering Department Permit Fees), which will be waived for this project, the City does not anticipate any additional permit, license, impact or inspection fees for this project. Any related State or County fees, for the aforementioned permits, will be paid by the City.

      In addition, the City shall cover the cost for any other permit fees related to external entities through the City’s Owner’s Contingency for this project, therefore proposers should not include permit costs in their total proposal price.

      Furthermore, please note the City’s average time for a Contractor to apply for and receive an approved permit is 30 days; delays in this timeline caused by the Contractor’s failure to actively monitor the permit process and submit all required documentation in a timely manner, will count against the project’s contractual completion period.

    • RIGHTS IN DATA

      Except if otherwise agreed to in writing, the CITY shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials and documents discovered or produced by CONTRACTOR pursuant to the terms of this solicitation, including but not limited to reports, memoranda or letters concerning the research and reporting tasks required.

    • Piping and Equipment Identification

      Tanks, Structures, and Buildings:

      • Colors shall match existing where possible.
      • Final color selections shall be made by the Owner/Engineer.
      • No additional costs shall be incurred by the Owner/Project Manager due to color selection.

      Electrical Conduits and Grounding Cable:

      • Color to match background.
    • MODIFICATION OR WITHDRAWAL OF PROPOSAL

      The City recommends for proposers to submit their proposals as soon as they are ready to do so.  Please allow ample time to submit your proposals on the OpenGov website.  Proposals may be modified or withdrawn prior to the deadline for submitting Proposals.

    • Permit, License, Impact or Inspection Fees

      With the exception of the City related permit, license, impact or inspection fees (including the Building Department and Engineering Department Permit Fees), which will be waived for this project, the City anticipates this project to require the following permits which will be covered by the City’s Owner’s Contingency:

      Permit

      Agency

      Cost (or related

      method of calculation)

      Drainage

      South Broward Drainage District

      $500

      Storage Tank Facility License

      Broward County

      $1,336 total for three 12,000 gallon tanks ($270 per tank for Construction and $175.50 per tank for Operation)

      Storage Tank Closure License

      Broward County

      $259 total for four 4,000 gallon tanks ($64.75 per tank)

      Storage Tank Registration

      Florida Department of Environmental Protection

      $150 total ($50 per tank)

      For any of the permit, license, impact or inspection fees listed above, the costs shall be covered by the City through the City’s “Owner’s Contingency” for this project.  The Contractor shall obtain all required permits to complete the work, however the City shall utilize the Owner’s Contingency to reimburse the contractor for the related permit, license, impact or inspection fees.  Payments will be made to the contractor based on the actual cost of permits upon submission of paid permit receipts. The City shall not pay for other costs related to obtaining or securing permits.

      The City shall determine the amount of the Owner’s Contingency at time of award.  The Owner’s Contingency may be based on a specified percent of the proposed project amount and shall be established for the specific project being performed under the contract. This dollar amount shall be shown on the specific project purchase order as a distinct item from the vendor’s overall offer to determine the total potential dollar value of the contract.  Any Owner’s Contingency funds that have not been utilized at the end of the project will remain with the City, if the permit fees exceed the Owner’s Contingency indicated, the City will reimburse the contractor the actual amount of the permit fees required for project completion.

    • Joint Sealants
      Materials
      • General: Manufacturers and products named herein conform to the intended quality, function, and appearance standards.

      Compatibility:

      • Sealants and caulks used in roofing components must be compatible with roofing materials per Manufacturer's recommendations.
      • Primer: Use as required or recommended by the sealant Manufacturer for subsurface materials.

      Joint Fillers & Backing

      • Joint Filler:
        • Use round rod or closed-cell polyethylene sponge that is compatible with the sealant.
        • Use a joint filler at least 25% larger than the joint width.
      • Joint Backing:
        • Heavy polyethylene tape with adhesive backing.
    • INSPECTION AND ACCEPTANCE
      1. The CITY has the right to review, require correction, if necessary, and accept the work products produced by the CONTRACTOR. Such review(s) shall be carried out within thirty (30) days so as to not impede the work of the CONTRACTOR. Any product of work shall be deemed accepted as submitted if the CITY does not issue written comments and/or required corrections within thirty (30) days from the date of receipt of such product from the CONTRACTOR.
      2. The CONTRACTOR shall make any required corrections promptly at no additional charge and return a revised copy of the product to the CITY within seven (7) days of notification or a later date if extended by the CITY. 
      3. Failure by the CONTRACTOR to proceed with reasonable promptness to make necessary corrections shall be a default. If the CONTRACTOR’s submission of corrected work remains unacceptable, the CITY may terminate the resulting contract (or the task order involved) or reduce the contract price or cost to reflect the reduced value of services received.
    • Elastomeric Sealants
      • General: Comply with ASTM C 920, including specified Type, Grade, Class, and Use.
      • Sealants must withstand total movement as per ASTM C 719 without compromising other requirements.

      One-Part, Non-Sag Low-Modulus Urethane Sealant

      • Specifications:
        • Type: S
        • Grade: NS
        • Class: 25
        • Use: NT
        • Movement Capability: 50% extension and compression
      • Acceptable Manufacturers:
        • Tremco, Inc.
        • Sika Corporation
        • Sonneborn
        • Pecora Corp.

      One-Part, Non-Sag Polysulfide Synthetic Rubber Sealant

      • Specifications:
        • Compliance: FS TT-S-00230C, Type II, Class A
        • Joint Movement Range: 25 - 40%
        • Service Life: 10 - 20 years
        • Ultimate Tensile Strength: 85 - 120 psi
        • Shore-A Hardness: 30 - 34 at 75°F, 50% relative humidity
        • Color: As selected by Owner/Engineer
      • Acceptable Manufacturers:
        • Pecora Corp.
        • Tremco, Inc.
        • Sonneborn

      Two-Part, Non-Sag Polysulfide Synthetic Rubber Sealant

      • Specifications:
        • Compliance: FS TT-S-00227 EOC, Type I, Class B
        • Joint Movement Range: 25 - 50%
        • Service Life: 10 - 20 years
        • Ultimate Tensile Strength: 120 - 770 psi
        • Shore-A Hardness: 15 - 50 at 75°F, 50% relative humidity
        • Color: As selected by Owner/Project Manager
      • Acceptable Manufacturers:
        • Pecora Corp.
        • Grace Construction Products
        • Sonneborn
        • Tremco, Inc.
        • W.R. Meadows
    • PUBLIC BID; BID OPENING AND GENERAL EXEMPTIONS

      All submittals received by the deadline will be recorded, and will subsequently be publicly opened on the same business day at 2:30 pm at the office of the City Clerk, 4th Floor, 601 City Center Way, Pembroke Pines, Florida, 33025.

      All Proposals received from Proposers in response to the solicitation will become the property of CITY and will not be returned to the Proposers.  In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY.  Proposers are requested to identify specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law.

      Pursuant to Section 119.071 of the Florida Statutes, sealed bids, proposals, or replies received by a Florida public agency shall remain exempt from disclosure until an intended decision is announced or until 30 days from the opening, whichever is earlier.

      Therefore, proposers will not be able to procure a copy of their competitor's bids until an intended decision is reached or 30 days has elapsed since the time of the bid opening.

      However, pursuant to Section 255.0518 of the Florida Statutes, when opening sealed bids that are received pursuant to a competitive solicitation for construction or repairs on a public building or public work, the entity shall:

      1. Open the sealed bids at a public meeting.
      2. Announce at that meeting the name of each bidder and the price submitted in the bid.
      3. Make available upon request the name of each bidder and the price submitted in the bid.

      For solicitations that are not for “construction or repairs on a public building or public work” the City shall not reveal the prices submitted in the bids until an intended decision is announced or until 30 days from the opening, whichever is earlier.

    • DOCUMENTATION OF COSTS

      All costs shall be supported by properly executed payrolls, time records, invoices, or vouchers, or other official documentation evidencing in proper detail the nature and propriety of the charges. All checks, payrolls, invoices, contracts, vouchers, orders or other accounting documents, pertaining in whole or in part to the Agreement, shall be clearly identified and regularly accessible.

    • DRUG FREE WORKPLACE

      This certification is required by the regulations implementing Sections 5151- 5160 of the Drug-Free Workplace Act of 1988 (Pub. L. 100-690, Title V, Subtitle D; 41 USC 701 et seq.), 7 CFR Part 3017, Subpart F, Section 3017-600, Purpose. The January 31, 1989, regulations were amended and published as Part II of the May 25, 1990 Federal Register (pages 21681-21691).

    • RESERVATIONS FOR REJECTION AND AWARD

      The City of Pembroke Pines reserves the right to accept or reject any and all bids or parts of bids, to waive irregularities and technicalities, and to request rebids.  The City also reserves the right to award a contract on such items(s) or service(s) the City deems will best serve its interests.  All bids shall be awarded to the most responsive/responsible proposer, provided the (City) may for good cause reject any bid or part thereof.  It further reserves the right to award a contract on a split order basis, or such combinations as shall best serve the interests of the City unless otherwise specified.  No premiums, rebates or gratuities permitted, either with, prior to, or after award.  This practice shall result in the cancellation of said award and/or return of items (as applicable) and the recommended removal of proposer from bid list(s).

    • Latex Sealants

      Acrylic-Latex Emulsion Sealant:

      • One-part, non-sag, mildew-resistant, colored, and paintable.
      • Compliance: ASTM C 834.
    • BID PROTEST

      Any protests or challenges to this competitive procurement shall be governed by Section 35.38 of the City’s Code of Ordinances.

    • ADMINISTRATIVE, CONTRACTUAL OR LEGAL REMEDIES

      If the Contractor fails to perform to the City’s satisfaction any material requirement of the contract or is in violation of a material provision of the contract, the City shall provide written notice to the Contractor requesting that the breach or noncompliance be remedied within a set time frame outlined in the contract. Such provisions protect the Federal/State sponsor’s interests and ensure the Contractor is fully aware of its responsibilities, as well as the remedies that will be available to the City and Federal/State sponsor for nonperformance. “Nonperformance” by the Contractor is any failure to follow the terms of the contract.

    • Execution

      Field Observation

      • Verify that surfaces are ready to receive work as instructed by the Product Manufacturer.
      • Do not paint over conditions detrimental to the formation of a durable paint bond and film.
      • Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application.
      • Do not proceed with the work until unsatisfactory conditions have been corrected.
      • Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to the formation of a durable paint film.
      • Provide all necessary equipment, labor, rigging, lighting, and other equipment to facilitate inspections.
      • The Owner/Project Manager may inspect the Work at any time for compliance with the requirements of the Specifications.
      • The Owner/Project Manager reserves the right to approve each phase of the Work before further work is done, halt all Work deemed improper or not in compliance with the specification, and require the Contractor to correct improper practices or deficient Work.
      • The Contractor is responsible for any expenses incurred in association with corrective measures required because of improper practices or defective or deficient work.

      General Requirements

      • Provide adequate explosion-proof lighting sufficient to illuminate clearly the working area without shadows during all surface preparation and coating operations.
      • Maintain adequate and continuous explosion-proof ventilation in confirmed areas during all surface preparation and coating operations and during all recoat and curing periods.
      • Provide ventilation of sufficient capacity to maintain a clear atmosphere that is well below explosive and toxic limits.
      • Arrange the ventilation system, including all fans and temporary duct work, so that no air spaces exist in any area.
      • Heating devices used to create and/or maintain temperature conditions in compliance with specification requirements must be explosion proof and not exhaust sooty or oily residues or contaminants into the air.
      • Heating devices are not to be used when existing temperature and humidity conditions may create dew point conditions.
      • Use equipment that is explosion-proof and non-sparking. Spray equipment must be recommended by or acceptable to the Coatings Manufacturer.
      • Apply caulking material only after the last coat of paint has been applied and has dried hard. Caulking material must be compatible with the specified coating system. No paint on caulking material.

      Surface Preparation

      • General:
      • Perform all preparation and cleaning procedures as specified and in strict accordance with the Paint Manufacturer's instructions for each substrate and atmospheric condition.
      • Remove all the hardware, machined surfaces, plates, lighting fixtures, and similar items in place and not to be painted or provide surface protection prior to surface preparation and painting operations.
      • Remove or reinstall the removed items by skilled workmen after the completion of painting.
      • Clean surfaces are to be painted before applying paint or surface treatments. Remove oil and grease with clean cloths and cleaning solvents before mechanical cleaning.
      • Ferrous Metals:
        • Clean ferrous surfaces to be shopped primed of all oil, grease, dirt, mill scale, and other foreign matter by near-white blast cleaning (SSPC-SP 10).
        • Clean submerged ferrous surfaces to be shop primed by white blasting (SSPC-SP 5).
        • Clean non-submerged ferrous surfaces that have not been shop-coated by near-white blast cleaning (SSPC-SP 10).
        • Clean submerged ferrous surfaces that have not been shop-coated or have been improperly shop coated by white blasting (SSPC-SP 5).
        • Treat bare metal with metal treatment wash coat before priming if recommended by the Paint Manufacturer.
        • Touch-up shop-applied prime coats with primer after commercial blasting (SSPC-SP 6).
      • Nonferrous Metal Surfaces:
        • Clean nonferrous metal surfaces according to the coating system Manufacturer's instructions.
      • Galvanized Surfaces:
        • Clean free of oil and surface contaminants with a non-petroleum-based solvent complying with SSPC-SP 1.
        • Build an angular profile of 1.5 mils or greater before application.
        • Remove chromate treatments by sanding or other methods recommended by the Paint Manufacturer.
      • Concrete Surfaces:
        • Exterior: Hydro blast exterior to remove all existing coating, chalk, dirt, dust, mildew, and other soluble contaminants by ultra-high pressure water blast cleaning (potable water). All coating should be removed to return the tank exterior to bare concrete.

      Material Preparation

      • Mix and prepare painting materials in accordance with Manufacturer's directions.
      • Store materials not in use in tightly covered containers. Maintain containers used for storage, mixing, and application clean and free of foreign materials.
      • Stir materials before application to produce a mixture of uniform density and stir as required during the application. Do not stir the surface film into materials. Remove film and strain if necessary.

      Application

      • General:
        • Apply paint with brush or roller. Other mechanical application techniques (power roller, or airless spray) that are allowed per Manufacturer's recommendations shall only be used as approved by Owner/Project Manager.
        • Apply the first coat to surfaces that have been cleaned or pretreated.
        • Allow sufficient time between successive coatings to permit proper drying. Do not recoat until the previous coat feels firm and does not deform or feel sticky under moderate thumb pressure.
        • Use spray application (with applicable safeguards) only for metal framework, siding, decking, wire mesh, and other surfaces recommended by the Paint Manufacturer.
        • Use brushes suited for the material being applied.
        • Use rollers as recommended by the Paint Manufacturer for texture/required finish.
        • The number of coats and paint film thickness are the same regardless of the application method. Do not apply succeeding coats until the previous coat has completely dried.
        • Apply additional coats if undercoats or other conditions show through the final coat.
        • Paint edges, corners, crevices, welds, and exposed fasteners to ensure equal film thickness.
        • Finish exterior doors on tops, bottoms, and side edges the same as exterior faces unless otherwise specified.
        • Paint aluminum parts in contact with dissimilar materials with the appropriate primer.
        • Omit field primer on shop-primed metal surfaces; touch-up only as approved by Owner/Engineer.
        • Heating, Ventilating, and Electrical Work: Paint electrical items including grounding wire.
        • Minimum Coating Thickness: Apply each material at no less than the Manufacturer's recommended spreading rate.
        • Prime Coats: Recoat primed surfaces where holiday or unsealed areas are detected to ensure no burn-through or defects.
        • Brush Application: Brush all coats onto surfaces in an even film. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, or other surface imperfections are unacceptable.
        • Mechanical Applicators: Use mechanical methods only when permitted by governing ordinances and Paint Manufacturer and approved by Owner/Engineer.

      Protection

      • Furnish and lay drop clothes in all areas where painting work is being done.
      • Protect the work of other trades from the Work of this Section and leave it undamaged.
      • Provide "Wet Paint" signs and remove all temporary protective wrappings after the completion of painting operations.

      Clean-Up

      • Remove discarded paint materials, rubbish, cans, and rags from the site at the end of each workday.
      • Upon completion, clean all paint-spattered surfaces using proper methods to avoid scratching or damaging finishes.
      • Touch-up and restore damaged or defaced painted surfaces as determined by the Owner/Engineer.

      Painting and Coating Schedule

      • Painting and coating shall be in accordance with Section 4.22 Schedule of Finishes.
    • PROHIBITIONS OF GRATUITIES

      By submission of a bid, the Contractor certifies that no employee of the Contractor has or shall benefit financially or materially from such bid or resulting contract. Any resulting contract issued as a result of this solicitation may be terminated at such time as it is determined that gratuities of any kind were either offered or received by any of the aforementioned persons.

    • INDEMNIFICATION

      The Successful Proposer shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the subsequent indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs.

      CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Proposer under the indemnification agreement.  Nothing contained herein is intended nor shall it be construed to waive City’s rights and immunities under the common law or Florida Statute 768.28 as amended from time to time.

      Additional indemnification requirements may be included under Special Terms and Conditions and/or as part of a specimen contract included in the solicitation package.

      General Indemnification: To the fullest extent permitted by laws and regulations, Successful Proposer shall indemnify, defend, save and hold harmless the CITY, its officers, agents and employees, harmless from any and all claims, damages, losses, liabilities and expenses, direct, indirect or consequential arising out of or in consequential arising out of or alleged to have arisen out of or in consequence of the products, goods or services furnished by or operations of the Successful Proposer or his subcontractors, agents, officers, employees or independent contractors pursuant to or in the performance of the Contract.

      Indemnification for Design Professionals and Construction Contracts: The Successful Proposer shall indemnify and hold harmless the CITY, its officers and employees, from any and all liability, losses or damages, including reasonable attorneys' fees and costs of defense, which the CITY, its officers and employees, may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature to the extent such claims are caused by the negligence, recklessness, or intentional wrongful conduct of the Successful Proposer and other persons employed or utilized by the Successful Proposer during performance of the resulting Agreement.

      Patent and Copyright Indemnification: Successful Proposer agrees to indemnify, defend, save and hold harmless the CITY, its officers, agents and employees, from all claims, damages, losses, liabilities and expenses arising out of any alleged infringement of copyrights, patent rights and/or the unauthorized or unlicensed use of any invention, process, material, property or other work manufactured or used in connection with the performance of the Contract, including its use by CITY.

    • Prestressed and Cast-In-Place Concrete Storage Tank Repair

      PART 1 - GENERAL

      This section includes furnishing all labor, materials, equipment, and incidentals required to repair the existing pre-stressed/cast-in-place concrete ground storage tank prior to painting/coating.

      The Contractor shall be responsible for the work associated with repairing all exterior cracks and deficiencies on the exterior walls of the tanks prior to commencing coating/painting activities. No additional work should be performed on these items without written approval from the Owner/Project Manager.

      The Contractor shall examine and visit the proposed sites to determine for themselves the extent of the work to be performed. This includes, but is not limited to, structurally and aesthetically rehabilitating the existing concrete tanks described in the contract documents to allow for proper and functional application of paint/coatings.

      References

        1. ACI 201.1R92 - Guide for Conducting a Visual Inspection of Concrete in Service
        2. ACI 224.1R-93 - Causes, Evaluation, and Repair of Cracks in Concrete Structures
        3. ACI 350-06 - Code Requirements for Environmental Engineering Concrete Structures
        4. ACI 372R-03 - Design and Construction of Circular Wire- and Strand-Wrapped Prestressed Concrete Structures
        5. AWWA D110-04 - Wire- and Strand-Wound, Circular, Prestressed Concrete Water Tanks
        6. ACI 506R - Guide to Shotcrete
        7. ASCE Standard 7-05 - Minimum Design Loads for Buildings and Other Structures
        8. ASTM C881/C881M - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete
        9. ASTM A 185 - Standard Specification for Steel Welded Wire
        10. ASTM A 615 - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement
        11. ACI 305R - Hot Weather Concreting
        12. ACI 350 - Building Code Requirements for Environmental Engineering Concrete Structures and Commentary
        13. ACI/ICRI - Concrete Repair Manual
        14. ICRI 03730 - Surface Preparation for the Repair of Deteriorated Concrete
        15. ICRI 03733 - Selecting and Specifying Materials for Concrete Repair
        16. AWWA C652 - Disinfection of Potable Water Storage Tanks

      Submittals

      • Prequalification Data: Provide prequalification data as required in accordance with Section 4.28 (Part 1).
      • Shop Drawings: Provide shop drawings as applicable with a minimum size of 8.5" x 11" with a complete evaluation of the repair work that needs to be performed, including, but not limited to, critical dimensions.
      • Repair Materials Technical Data: Submit technical information on all materials to be used in the repair or modification work, including a description of its physical properties, surface preparation requirements, and the procedures for application.
      • Mix Designs: Submit technical data covering any concrete or shotcrete material to be provided by a third-party vendor to include proportions of each of the materials included in the mix as well as test data confirming the required strength.
      • Test Reports: Submit any required concrete or repair mortar strength reports for 7-day and 28-day breaks taken in accordance with the requirements of Section 3.3.A.1 for all structural repairs.
      • Safety: Submit Contractor’s job-specific safety plan.

      Quality Assurance

      • Qualifications and Experience:
        • Specialty Concrete Repair and Rehabilitation Contractor (SCRR) Qualifications: The SCRR Contractor shall have a minimum of 5 previous and concurrent years of providing maintenance services on structures of similar sizes and types of those included in this specification to ensure to the owner that it has the organization, technical skill, quality control, reliability, and financial stability to maintain and guarantee the structures in accordance with the quality required by these specifications. 
        • Prestressed Concrete Qualifications: The SCRR Contractor shall have no less than 5 years of experience in the design, construction, maintenance, and restoration of ANSI/AWWA D110 wire-wound, circular prestressed concrete tanks.
        • Licensed Design Professional Qualifications: The SCRR Contractor shall employ a licensed design professional with no less than 5 years of experience in the design and construction of ANSI/AWWA D110 wire-wound, circular prestressed concrete tanks. The licensed design professional shall be a full-time staff member of the SCRR Contractor and shall be licensed to work in the state where the work is to be completed.
        • Safety Qualifications: The SCRR Contractor shall have a full written safety manual to include programs for the following areas of safety: Confined Space, Personal Protective Equipment (PPE), and Scaffold.

      Contractor Prequalification

      • Company Prequalification:
        • The SCRR Contractor shall provide a company profile detailing its experience with specialty concrete repair and rehabilitation.
        • The SCRR Contractor shall provide a copy of their current General Contractor’s License for the state where the work will be performed.
        • The SCRR Contractor shall provide a complete record of experience showing ten previous and concurrent years of providing maintenance services on structures of similar sizes and types. The record shall include the size/type of structure, name, address, and telephone number of the Owner, and the year of construction.
        • The SCRR Contractor shall be able to provide letters of certification for application from the following list of manufacturers:
          • Tnemec
          • Sika
          • CIM
          • Euclid
          • Prime Resins
          • PPG
          • Sherwin Williams
      • Licensed Design Professional Prequalification:
        • The SCRR Contractor shall provide a copy of the LDP’s license for the state where the project is to be performed.
      • Safety Prequalification:
        • The SCRR Contractor shall provide a copy of its safety manual and current certificates for all applicable training, such as Confined Space, PPE, Scaffold, etc.
        • The SCRR Contractor shall provide a copy of the safety professional’s OSHA 500 certification.

      Warranty

      • The CONTRACTOR shall warrant the work against defective materials or workmanship for a period of two (2) years from the date of completion. If any materials or workmanship prove to be defective within two (2) years, they shall be replaced or repaired by the CONTRACTOR at the CONTRACTOR’s expense.

      Rules and Regulations

      • The Standard Building Codes shall control demolition, modification, or alteration of the existing buildings or structures.
      • The Contractor shall be responsible for meeting the requirements of OSHA and other agencies concerned with safety for this type of Work.
      • All services shall comply with the State of Florida, Florida Administrative Code (FAC) 62-555.530.

      Sequence of Work

      • Any work that affects the operations of the tank shall be coordinated with the Owner/Engineer.
      • Prior to any repair work being performed, and coordinated with the Owner/Engineer, the Painting Contractor shall survey the work to verify the limit of the repairs and the type of repair to be performed. These limits shall be marked at the time of this survey.

      Damage

      • Promptly repair damages incurred during construction activities at no additional cost to the Owner/Engineer.

      Quality Control

      • Manufacturer’s Field Services: The Material Manufacturer shall provide engineering field services to review the project and the selected material application prior to any preparation; to approve the applicator, the material used, and the procedure to be used; approving the surface preparation plan, and the application and curing procedures. The field representative shall instruct the applicator as needed to assure that handling, mixing, placing, and curing of materials are in accordance with the Specifications and Manufacturer’s requirements.
      • The Repair Contractor shall have experience and proficiency specific to the repair type and shall be acceptable to the Owner/Project Manager and Material Supplier. If requested, the Contractor shall submit a satisfactory experience record including references for previous application of the specified materials to concrete structures of similar design and complexity.
      • The Contractor shall maintain the materials on site in a condition that will maintain their integrity and quality until time of placement. All materials will be preconditioned to the appropriate temperature and prepared in accordance with the Material Manufacturer’s recommendations.

      Disposal of Material

      • Salvageable material shall become the property of the Owner, if the Owner requests any specific item. The Contractor shall dismantle all materials to such a size that it can be readily handled, and deliver any of this salvageable material requested by the Owner to a storage area designated by the Owner.
      • Any materials that the Owner rejects shall become the Contractor's property and must be removed from the site.

      Related Sections

      • Section 09900 - Painting of Infrastructure

      PART 2 - Products

      Performance

      • Substitutions to the materials in this Specification may only be made if submitted in writing and approved by the Owner/Project Manager.
      • Concrete repair and restoration products/materials shall be manufactured by the following companies:
        • Euclid Chemical Company
        • BASF Corporation
        • Sika Corporation
        • Tnemec
        • PPG
        • Or equal.

      Equivalent products from other manufacturers that regularly produce high-quality concrete and restoration products/materials, provide engineering field services, and meet the specified quality assurance requirements may be furnished subject to acceptance by the Owner/Project Manager.

      Delivery, Storage, Handling & Environmental Requirements

      • Extreme care shall be exercised in transporting and delivering repair materials. Special instructions for proper field handling and installation, as required or recommended by the Manufacturer, shall be attached securely to the products and carefully followed by the Contractor or subcontractor(s).
      • Any items not protected properly shall be assumed to have been damaged or contaminated and shall immediately be removed and replaced at no additional cost with the Owner/Project Manager.

      Concrete Repair

      • Repair of Non-structural Shrinkage Cracks:
        • Elastomeric ter-polymer sealant to bridge and seal cracks from 1/16” to ¼”.
        • Acceptable products: Lighthouse Products VIP 5000
      • Repair of Structural Cracks:
        • Two components, 100% solid, moisture-tolerant, low viscosity, high strength, multi-purpose, epoxy resin adhesive.
        • Crack Injection Epoxy (All Cracks): Sikadur 35 Hi-Mod LV or equal
      • Repair of Leaking Cracks:
        • Single component, low viscosity, hydrophilic MDI-based polyurethane resin.
        • Acceptable products: DeNeef Sealfoam PURe
      • Construction Joints:
        • Two components, polyurethane-based, elastomeric sealant in self-leveling and non-sag formulations for use to bridge and seal construction joints in concrete structures.
        • Adhesion enhancing primer shall be used in all submerged applications.
        • Acceptable products: Sikaflex 2c with Sikaflex 429 primer.
      • Bonding Epoxy:
        • Three components pre-proportioned, VOC compliant, water-based epoxy modified Portland cement bonding agent, that does not form a vapor barrier and contains a migratory corrosion inhibitor for use on concrete and steel.
        • Acceptable products: Euclid Chemicals Duralprep AC, Sika Armatec 110 EpoCem, EMACO P24
      • Resurfacing Concrete Less Than 1 Inch:
        • Trowelable horizontal resurfacing mortar for application thicknesses up to 3/8” (9.5mm). Cement-based, one-component, polymer-modified, fiber-reinforced concrete resurfacing mortar.
        • Compressive Strength minimum 4,000 psi at 28 days per ASTM C 109
        • Acceptable products: Euclid Chemical Company (The); Euco Re-Cover, Masterbuilders BASF Masteremaco 310, Sikatop 124
      • Patching Concrete Surfaces Less Than 2 Inches:
        • Trowelable cement-based repair mortar for vertical and overhead repairs with integral polymer and microsilica with integral corrosion inhibitor.
        • Minimum 28-day compressive strength per ASTM C109: 5500 psi
        • Minimum 28-day flexural strength per ASTM C348: 1200 psi
        • Shrinkage per ASTM C157 50% RH: 0.10%
        • Acceptable products: Euclid Verticoat Supreme, Sikatop 122 Plus, MasterEmaco N425
      • Patching Concrete Surfaces Greater Than 2 Inches: 
        • Trowelable one-component or two-component polymer-modified, cementitious mortar containing a migratory corrosion inhibiting admixture and suitable for interior or exterior use.
        • Minimum compressive strength per ASTM C109 using 2-inch cubes:
        • 2,500 psi at 1 day
        • 6,000 psi at 7 days
        • 7,000 psi at 28 days
        • Minimum flexural strength per ASTM C348:
        • 650 psi at 7 days
        • 1,200 psi at 28 days
        • Bonding agent shall be a repair mortar scrub coat utilizing mixed product per Manufacturer’s printed installation instructions.
        • The bonding agent shall be used for all trowel-applied mortars.
        • Acceptable products: MasterEmaco S440 CI BASF Verticoat Supreme, Euclid Speed Crete PM Euclid, SikaTop 123 Plus Sika
    • BUY AMERICAN ACT

      The Contractor shall comply with all applicable standards, orders, or requirements regarding the Buy American Act as may be applicable to the resulting contract (42 U.S.C 5206 - ex-tended until 2023)(7 CFR at 210.21(d). 

      Section 104(d) of the William F. Goodling Child Nutrition Reauthorization Act of 1998 (Public Law 105-336) added a provision, Section 12(n) to the NSLA (42 USC 1760(n)), requiring school food authorities (SFAs) to purchase, to the maximum extent practicable, domestic commodity or product. Section 12(n) of the NSLA defines “domestic commodity or product” as an agricultural commodity that is produced in the United States and a food product that is processed in the United States using substantial agricultural commodities that are produced in the United States. “Substantial” means that over 51 percent of the final processed product consists of agricultural commodities that were grown domestically. Products from Guam, American Samoa, Virgin Islands, Puerto Rico, and the Northern Mariana Islands are allowed under this provision as territories of the United States. The Buy American provision (7 CFR Part 210.21(d)) is one of the procurement standards SFAs must comply with when purchasing commercial food products served in the school meals programs.

    • Execution

      Concrete Repair

      Unless otherwise specified, the Contractor shall prepare and apply all materials in strict accordance with the Manufacturer’s printed installation instructions, which are hereby made part of this Specification.

      • Repair of Thin Shrinkage Cracks:
        • Remove all loose material and dirt by mechanical means or pressure washing to open cracks.
        • Apply ter-polymer sealant over the cracks, pushing material into the crack and feathering the edges flush.
      • Repair of Larger Shrinkage Cracks (over 1/16 inch) (Non-structural):
        • The cracks shall be enlarged using a crack chasing blade to approximately 1/4” wide by 1/4” deep.
        • The routed area should then be blown out to remove any dust or debris that may remain.
        • Seal the crack with a flexible ter-polymer sealant.
      • Repair of Shrinkage Cracks over ¼ inch:
        • The cracks shall be enlarged using a crack chasing blade to approximately 3/8” wide by 3/8” deep.
        • The routed area should be blown out to remove any dust or debris that may remain.
        • Seal the crack with resurfacing concrete.
      • Repair of Concrete Spalls Less Than ½ Inch and Deformations:
        • Pressure wash the area to remove all loose and deteriorated concrete.
        • Prepare the surface in accordance with the Manufacturer’s recommendations, or CSP 3 minimum.
        • Apply material to the affected area, feathering edges back to the original grade so that the repair area blends with the adjoining surface.
      • Repair of Concrete Spalls Less Than 2 Inches:
        • Remove any loose deteriorated concrete to the limits as determined in the inspection.
        • Square off edges per ICRI guidelines and chip back the concrete to provide a minimum depth of ¼” at the edges.
        • Ensure concrete surface is prepared in accordance with the Manufacturer’s recommendations, or CSP 4 minimum.
        • Apply a surface repair using a polymer-modified non-shrink cementitious patching mortar with corrosion inhibitor and a bonding epoxy.
      • Repair of Concrete Spalls Greater Than 2 Inches:
        • Remove any loose deteriorated concrete, chip completely behind, and expose any corroded steel (minimum of ¾” behind the bar), and chase any corroded bars until 6” minimum of clean steel is exposed.
        • Square off and chip back the concrete to provide a minimum depth of ¼”.
        • Sandblast or mechanically remove corrosion products of the exposed steel and concrete surface.
        • Apply a surface repair using a polymer-modified non-shrink cementitious patching mortar with corrosion inhibitor and a bonding epoxy as required.
      • Repair of Actively Leaking Cracks (Epoxy Injection):
        • Use a nonflammable, hydrophilic urethane grout to stop the leakage.
        • Polyurethane injection shall be carried out using a pressure pumping procedure, through injection ports. Injection ports shall be installed in sufficient number to allow injection of the epoxy without developing high pressure, which will damage the tank wall.
        • After polyurethane has been injected, injection ports will be removed.
        • After the injection ports have been removed, the areas at the injection ports will be repaired using a two-component, cement-based patching material, modified with an acrylic polymer. The surface will be prepared in accordance with the Manufacturer’s recommendations prior to the application of the patching material.
      • Repair of Hollows and Non-Leaking Cracks within the Concrete Cross Section (Epoxy Injection):
        • Use a two-component high modulus, low viscosity, high strength, 100% solid, epoxy resin adhesive.
        • Epoxy injection shall be carried out using a pressure pumping or gravity fill procedure, through injection ports. Injection ports shall be installed in sufficient number to allow injection of the epoxy without developing high pressure, which will damage the tank
        • After epoxy has been injected, injection ports will be removed.
        • After the injection ports have been removed, the areas at the injection ports will be repaired using a two-component, cement-based patching material, modified with an acrylic polymer. The surface will be prepared in accordance with the Manufacturer’s recommendations prior to the application of the patching material.

       

    • DEFAULT PROVISION

      In the case of default by the proposer or Contractor, the City of Pembroke Pines may procure the articles or services from any other sources and hold the proposer or Contractor responsible for any excess costs occasioned or incurred thereby.

      The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Proposer to accept the Award, to furnish required documents, and/or to fulfill any portion of the contract within the time stipulated. Upon default by the successful Proposer to meet any terms of this agreement, the City will notify the Proposer five (5) days (weekends and holidays excluded) to remedy the default. Failure on the Contractor’s part to correct the default within the required five (5) 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:

      1. Failure to perform the Work required under the contract and/or within the time required or failing to use the subcontractor, entities and personnel as identified and set forth, and to the degree specified in the contract.
      2. Failure to begin the Work under this Bid within the time specified.
      3. Failure to perform the Work with sufficient Workers and equipment or with sufficient materials to ensure timely completion.
      4. 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.
      5. Becoming insolvent, being declared bankrupt, or committing act of bankruptcy or insolvency, or making an assignment renders the successful Proposer incapable of performing the Work in accordance with and as required by the contract.
      6. 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 Proposer shall pay all attorney’s fees and court costs incurred in collecting any damages. The successful Proposer shall pay the City for any and all costs incurred in ensuing the completion of the project.

      Additional provisions may be included in the specimen contract.

    • ACCEPTANCE OF MATERIAL

      The material delivered under this proposal shall remain the property of the seller until a physical inspection and actual usage of this material and/or services is made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully in accord with specifications and of the highest quality.  In the event the material and/or services supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product to seller at the sellers expense.

    • DISCOUNTS, REBATES & CREDITS

      All goods, services, or monies received as the result of any equipment or USDA Foods rebate shall be credited to the School Food Authority’s nonprofit food service account.

    • LOCAL GOVERNMENT PROMPT PAYMENT ACT

      The City complies with Florida Statute 218.70, Local Government Prompt Payment Act.

    • CIVIL RIGHTS

      The Contractor shall comply with Title VI of the Civil Rights Act of 1964, as amended; USDA regulations implementing Title IX of the Education Amendments; Section 504 of the Rehabilitation Act of 1973; Age Discrimination Act of l975; 7 C.F.R. Parts 15, 15a, and 15b; and FNS Instruction 113-1, Civil Rights Compliance and Enforcement—Nutrition Programs and Activities, and any additions or amendments.

    • SCRUTINIZED COMPANIES LIST

      In accordance with Section 287.135, Florida Statues, as amended, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of:

      1. Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; or
      2. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company:
        1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to Section 215.473, Florida Statutes; or
        2. Is engaged in business operations in Syria.

      By submitting a bid, proposal or response, the company, its principals or owners, certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or is engaged in business operations in Syria.

    • INSPECTION OF FACILITY

      The City reserves the right to inspect work performed by Contractor, the Contractor’s preparation and storage facilities, and transporting vehicles, as may be applicable, prior to award of Contract and without notice at any time during each resulting contract term, including the right to be present during construction, preparation, and delivery of meals.

    • PUBLIC RECORDS; TRADE SECRET, PROPRIETARY AND CONFIDENTIAL SUBMITTALS

      The Proposer’s response to this solicitation is a public record pursuant to Florida law, which is subject to disclosure by the City under the State of Florida Public Records Law, Florida Statutes Chapter 119.07 (“Public Records Law”).  The City shall permit public access to all documents, papers, letters or other material submitted in connection with this solicitation and the Contract to be executed for this solicitation, subject to the provisions of Chapter 119.07 of the Florida Statutes.

      Any language contained in the Proposer’s response to the solicitation purporting to require confidentiality of any portion of the Proposer’s response to the solicitation, except to the extent that certain information is in the City’s opinion a Trade Secret pursuant to Florida law, shall be void.  If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (“Public Records Laws”), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt.  The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07.  The City shall be the final arbiter of whether any information contained in the Proposer’s response to the solicitation constitutes a Trade Secret.

      Any claim of confidentiality on financial statements must be asserted at the time of submittal.  The firm must identify the specific statute that authorizes the exemption from the Public Records Law.  Please note that the financial statement exemption provided for in Section 119.071(1)c, Florida Statutes only applies to submittals in response to a solicitation for a “public works” project.

      EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION AS PROPRIETARY OR CONFIDENTIAL.  DO NOT MARK YOUR RESPONSE TO THE SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED.  ALL DOCUMENTS THAT THE FIRM PURPORTS TO BE CONFIDENTIAL, PROPRIETARY OR A TRADE SECRET SHALL BE UPLOADED TO THE OPENGOV WEBSITE AS A SEPARATE ATTACHMENT CLEARLY IDENTIFYING THE EXEMPTION BEING CLAIMED UNDER FLORIDA STATUTES 119.07.

      The city’s determination of whether an exemption applies shall be final, and the proposer agrees to defend, indemnify, and hold harmless the city and the city’s officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the city’s treatment of records as public records.

    • PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES

      It is hereby made part of this solicitation that the submission of any bid response to this advertised request constitutes a bid made under the same or similar terms and conditions, for the same price, or better price, to other government agencies if agreeable by the proposer and the government agency.

      At the option of the Contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities.

      Each governmental agency allowed by the Contractorto use this contract shall do so independently of any other governmental entity.  Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received, and accepted.  No agency receives any liability by virtue of this bid and subsequent contract award.

    • CONE OF SILENCE

      Prohibited Communication: In accordance with the Cone of Silence Ordinance, Section 35.40 of the City’s Code of Ordinances, during the course of a sealed competitive solicitation, a cone of silence shall be in effect between:

      A. Any person or entity that seeks a contract, contract amendment, award, recommendation, or approval related to a sealed competitive solicitation or that is subject to being evaluated or having its response evaluated in connection with a sealed competitive solicitation, including a person or entity's representative; and

      B. The City Manager or any person or group of persons appointed or designated by the City Commission or the City Manager to evaluate, select, or make a recommendation to the City Commission or the City Manager regarding a sealed competitive solicitation, including any member of the selection/evaluation committee.

      Effective Dates: A cone of silence shall be in effect during a sealed competitive solicitation process beginning upon the advertisement for the sealed competitive solicitation or during such other procurement activities as declared by the City Commission, and shall terminate at the time the City Commission takes final action or gives final approval of a contract, rejects all bids or responses to the sealed competitive solicitation, or takes other action which ends the sealed competitive solicitation process.

      Permitted Communication: The cone of silence shall not apply to:

      A. Written or oral communications with legal counsel for the city, the Procurement Department staff for the city, and the person or persons designated in the sealed competitive solicitation as the contact person for clarification or information related to the sealed competitive solicitation.

      B. Public presentations, asking questions, or providing feedback at pre-bid meetings, site visits or conferences or at a selection, evaluation or negotiation meeting related to the sealed competitive solicitation.

      C. Contract negotiations with the selected entity.

      Violations: Any action in violation of this section shall be cause for disqualification of the bid or the proposal.

    • E-VERIFY

      Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below.

      1. Definitions for this Section:
        1. “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. “Contractor” includes, but is not limited to, a vendor or consultant.
        2. “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration.
        3. “E-Verify system” means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees.
      2. Registration Requirement; Termination:
        Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of:
        1. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and
        2. All persons (including subvendors / subconsultants / subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Pembroke Pines. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of Pembroke Pines; and
        3. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such.  If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination.
    • JESSICA LUNSFORD ACT

      Background screening requirements for Contractor’s performing services for or at City’s Charter Schools.

      1. Except as provided in §§1012.467 or 1012.468, Florida Statutes, non-instructional school employees or contractual personnel who:
        1. are permitted access on school grounds when students are present,
        2. have direct contact with students or,
        3. have access to or control of school funds must meet level 2 screening requirements as described in §1012.32, Florida Statutes. Contractual personnel shall include any Contractor, individual, or entity under contract with the City engaged to perform services for or at City’s Charter Schools.
      2. Every 5 years following employment or entry into a resulting contract in a capacity described in subsection (A), each person who is so employed or under contract with the City must meet level 2 screening requirements as described in §1012.32, Florida Statutes, at which time the City shall request the Department of Law Enforcement to forward the fingerprints to the Federal Bureau of Investigation for the level 2 screening. If, for any reason following employment or entry into a resulting contract in a capacity described in subsection (A), the fingerprints of a person who is so employed or under contract with the City are not retained by the Department of Law Enforcement under §1012.32(3)(a) and (b), Florida Statutes, the person must file a complete set of fingerprints with the City. Upon submission of fingerprints for this purpose, the City shall request the Department of Law Enforcement to forward the fingerprints to the Federal Bureau of Investigation for the level 2 screening, and the fingerprints shall be retained by the Department of Law Enforcement under §1012.32(3)(a) and (b), Florida Statutes. The cost of the state and federal criminal history check required by level 2 screening shall be borne by the Contractor, or the person fingerprinted. Under penalty of perjury, each person who is employed or engaged to perform a resulting contract in a capacity described in subsection (A) must agree to inform his or her employer or the party with whom he or she is under contract within 48 hours if convicted of any disqualifying offense while he or she is employed or under a resulting contract in that capacity.
      3. If it is found that a person who is employed or under contract in a capacity described in subsection (A) does not meet the level 2 requirements, the person shall be immediately suspended from working in that capacity and shall remain suspended until final resolution of any appeals.
    • PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING

      Bidders are hereby notified of the provisions of Section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder. Bidders are further notified that the City's governing body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests.

    Submission Requirements

    • CONFIRMATION TO BIND
    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • CERTIFICATION OF INSURANCE COMPLIANCE AND INTENT TO PROCURE REQUIRED COVERAGE

      NOTE: Vendors are not required to purchase any additional insurance in order to submit a bid. However, they must certify that they either currently hold, or are able and willing to obtain, all required insurance coverages, endorsements, and limits prior to award and execution of the contract.

    • I certify that, if awarded this contract, I will be required to obtain and maintain all insurance policies as detailed in the INSURANCE REQUIREMENTS Section of this solicitation before any work may commence, and throughout the life of the contract. (required)
    • Do you confirm that you will only use insurance carriers licensed to do business in the State of Florida and rated no less than “A” as to management, and no less than “Class VI” as to financial strength by A.M. Best, and that you understand all endorsements required (e.g., Additional Insured, Waiver of Subrogation, etc.) must be included? (required)
    • Do you currently carry insurance policies that meet or exceed the minimum requirements outlined in the INSURANCE REQUIREMENTS section of this solicitation? (required)
    • Please upload your current certificate(s) of insurance that demonstrate compliance with the insurance requirements outlined in this solicitation. (required)
    • Please upload documentation showing that you have obtained a letter from your insurance broker or carrier, such as a Letter of Intent to Insure, Evidence of Insurability, or a Conditional Certificate of Insurance. (required)

      Documentation should show that:

      • You can obtain the required insurance.
      • The limits and types of coverage will meet the INSURANCE REQUIREMENTS outlined in the solicitation.
      • You will provide a COI upon contract award.
    • Please upload your current certificate(s) of insurance. (required)
    • Do you believe you are exempt from one or more insurance requirements (e.g., Workers' Compensation)? (required)
    • Please upload written documentation requesting an exemption on your company letterhead, subject to City approval. (required)
    • Do you plan on using subcontractors for this project? (required)
    • Do you acknowledge that all subcontractors must also carry the same insurance or be covered under your policy, and that proof of such coverage must be provided to the City? (required)
    • PRICE PROPOSAL
    • PRICING/BID TABLE(S) (required)
          1. The Vendor must provide their pricing through the designated line items listed on the attached Excel Sheet.
          2. Please download the attached document, complete all required fields, and upload the completed form here.
    • REFERENCE # 1

      The minimum experience for this project is five (5) years. Provide specific examples of similar experience conducting licensed work of equal or similar scope of work, preferably delivered by the proposed team members. A minimum of 3 references should be from the last five years and should be capable of explaining and confirming your firm’s capacity to successfully complete the scope of work outlined herein. As part of the proposal evaluation process, the City may conduct an investigation of references, including a record check or consumer affairs complaints. Proposers’ submission of a proposal constitutes acknowledgment of the process and consent to investigate. The City is the sole judge in determining Proposers qualifications. In this section you will have the ability to enter information for 5 different references including their contact details and specific project information.

      Please note that the City prefers references who are not current employees of the City of Pembroke Pines, as we generally do not contact our own employees for reference checks.

      Proposers are advised to confirm that:

      1. Each reference provided by the Respondent has up to date contact persons and contact information;

      2. The contact person provided for each reference is someone who has personal knowledge of the Proposer's performance during the referenced project; and

      3. The contact person for each reference has been contacted by the Proposer regarding this specific bid submittal and such person confirmed their willingness to serve as a reference.

    • Reference Contact Information - Name of Firm, City, County or Agency (required)
    • Reference Contact Information - Reference's Business Address (required)
    • Reference Contact Information - Reference's Contact Name & Title (required)
    • Reference Contact Information - Reference's E-mail Address (required)
    • Reference Contact Information - Reference's Phone Number (required)
    • Project Information - Was your firm the prime contractor for the listed project? (required)
    • Project Information - Name of Contactor Performing the Work (required)
    • Project Information - Name and location of the project (required)
    • Project Information - Nature of the firm's responsibility on the project and work for which staff was responsible for (required)
    • Project Information - Project Duration (required)
    • Project Information - Completion (Anticipated) Date (required)
    • Project Information - Size of Project (required)
    • Project Information - Cost of Project (required)
    • REFERENCE # 2
    • Reference Contact Information - Name of Firm, City, County or Agency (required)
    • Reference Contact Information - Reference's Business Address (required)
    • Reference Contact Information - Reference's Contact Name & Title (required)
    • Reference Contact Information - Reference's E-mail Address (required)
    • Reference Contact Information - Reference's Phone Number (required)
    • Project Information - Was your firm the prime contractor for the listed project? (required)
    • Project Information - Name of Contactor Performing the Work (required)
    • Project Information - Name and location of the project (required)
    • Project Information - Nature of the firm's responsibility on the project and work for which staff was responsible for (required)
    • Project Information - Project Duration (required)
    • Project Information - Completion (Anticipated) Date (required)
    • Project Information - Size of Project (required)
    • Project Information - Cost of Project (required)
    • REFERENCE # 3
    • Reference Contact Information - Name of Firm, City, County or Agency (required)
    • Reference Contact Information - Reference's Business Address (required)
    • Reference Contact Information - Reference's Contact Name & Title (required)
    • Reference Contact Information - Reference's E-mail Address (required)
    • Reference Contact Information - Reference's Phone Number (required)
    • Project Information - Was your firm the prime contractor for the listed project? (required)
    • Project Information - Name of Contactor Performing the Work (required)
    • Project Information - Name and location of the project (required)
    • Project Information - Nature of the firm's responsibility on the project and work for which staff was responsible for (required)
    • Project Information - Project Duration (required)
    • Project Information - Completion (Anticipated) Date (required)
    • Project Information - Size of Project (required)
    • Project Information - Cost of Project (required)
    • REFERENCE # 4
    • Reference Contact Information - Name of Firm, City, County or Agency
    • Reference Contact Information - Reference's Business Address
    • Reference Contact Information - Reference's Contact Name & Title
    • Reference Contact Information - Reference's E-mail Address
    • Reference Contact Information - Reference's Phone Number
    • Project Information - Was your firm the prime contractor for the listed project?
    • Project Information - Name of Contactor Performing the Work
    • Project Information - Name and location of the project
    • Project Information - Nature of the firm's responsibility on the project and work for which staff was responsible for
    • Project Information - Project Duration
    • Project Information - Completion (Anticipated) Date
    • Project Information - Size of Project
    • Project Information - Cost of Project
    • REFERENCE # 5
    • Reference Contact Information - Name of Firm, City, County or Agency
    • Reference Contact Information - Reference's Business Address
    • Reference Contact Information - Reference's Contact Name & Title
    • Reference Contact Information - Reference's E-mail Address
    • Reference Contact Information - Reference's Phone Number
    • Project Information - Was your firm the prime contractor for the listed project?
    • Project Information - Name of Contactor Performing the Work
    • Project Information - Name and location of the project
    • Project Information - Nature of the firm's responsibility on the project and work for which staff was responsible for
    • Project Information - Project Duration
    • Project Information - Completion (Anticipated) Date
    • Project Information - Size of Project
    • Project Information - Cost of Project
    • Specialty Concrete Repair and Rehabilitation Contractor (SCRR)
    • Specialty Concrete Repair and Rehabilitation Contractor (SCRR) (required)
      • Specialty Concrete Repair and Rehabilitation Contractor (SCRR) Qualifications: The SCRR Contractor shall have a minimum of 5 previous and concurrent years of providing maintenance services on structures of similar sizes and types of those included in this specification to ensure to the owner that it has the organization, technical skill, quality control, reliability, and financial stability to maintain and guarantee the structures in accordance with the quality required by these specifications.
        • The SCRR Contractor shall provide a company profile detailing its experience with specialty concrete repair and rehabilitation.
        • The SCRR Contractor shall provide a copy of their current General Contractor’s License for the state where the work will be performed.
        • The SCRR Contractor shall provide a complete record of experience showing ten previous and concurrent years of providing maintenance services on structures of similar sizes and types. The record shall include the size/type of structure, name, address, and telephone number of the Owner, and the year of construction.
        • The SCRR Contractor shall be able to provide letters of certification for application from the following list of manufacturers:
          • Tnemec
          • Sika
          • CIM
          • Euclid
          • Prime Resins
          • PPG
          • Sherwin Williams
      • Prestressed Concrete Qualifications: The SCRR Contractor shall have no less than 5 years of experience in the design, construction, maintenance, and restoration of ANSI/AWWA D110 wire-wound, circular prestressed concrete tanks.
      • Licensed Design Professional Qualifications: The SCRR Contractor shall employ a licensed design professional with no less than 5 years of experience in the design and construction of ANSI/AWWA D110 wire-wound, circular prestressed concrete tanks. The licensed design professional shall be a full-time staff member of the SCRR Contractor and shall be licensed to work in the state where the work is to be completed.
        • The SCRR Contractor shall provide a copy of the LDP’s license for the state where the project is to be performed.
      • Safety Qualifications: The SCRR Contractor shall have a full written safety manual to include programs for the following areas of safety: Confined Space, Personal Protective Equipment (PPE), and Scaffold.
        • The SCRR Contractor shall provide a copy of its safety manual and current certificates for all applicable training, such as Confined Space, PPE, Scaffold, etc.
        • The SCRR Contractor shall provide a copy of the safety professional’s OSHA 500 certification.
    • Approved Tank Coatings Applicator (required)
      • Submit the name and experience record of the Painting Applicator. Include a list of utility or industrial installations painted, responsible officials, architects, or engineers concerned with the project and the approximate contract price.
      • Furnish a statement to the Owner from the Coatings Manufacturer that materials to be used by the Contractor comply with the Manufacturer's recommendations.
    • PROJECT DOCUMENTS
    • PROPOSERS BACKGROUND INFORMATION FORM (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • PROPOSAL SECURITY (BID BOND FORM OR CASHIER'S CHECK) (required)
          1. A Proposal Security shall be in the amount of $10,000 or 5% of the total cumulative base amount proposed, whichever is less.
          2. Therefore, proposal should be accompanied by a certified or cashier’s check or by a Bid Bond made payable to the City of Pembroke Pines on an approved form, duly executed by the Proposer as principal and having as surety thereon a surety company acceptable to CITY and authorized to write such Bond under the laws of the State of Florida. 
          3. Contingency is not to be counted in the total amount the proposal security is based on.
          4. Proposers must submit a scanned copy of their bid security (bid bond form or cashier's check) with their bid submittal through OpenGov.
          5. Proposers should also submit their original bid security (bid bond form or cashier’s check) at time of the bid due date, or they may be deemed as non-responsive. 
          6. The original Bid Bond or Cashier's Check should be in a sealed envelope, plainly marked “BID SECURITY - PSUT-26-01 Exterior Stripping / Coating of Water Storage Tank Re-Bid and sent to the City of Pembroke Pines, City Clerk’s Office, 4th Floor, 601 City Center Way, Pembroke Pines, Florida, 33025.
          7. Please see SPECIAL TERMS & CONDITIONS of this document for additional information.
    • PROPOSAL SECURITY (BID BOND FORM OR CASHIER'S CHECK) (required)
          1. A Proposal Security shall be in an amount not less than of 5% of the total cumulative base amount proposed.
          2. Therefore, proposal should be accompanied by a certified or cashier’s check or by a Bid Bond made payable to the City of Pembroke Pines on an approved form, duly executed by the Proposer as principal and having as surety thereon a surety company acceptable to CITY and authorized to write such Bond under the laws of the State of Florida. 
          3. Contingency is not to be counted in the total amount the proposal security is based on.
          4. Proposers must submit a scanned copy of their bid security (bid bond form or cashier's check) with their bid submittal through OpenGov.
          5. Proposers should also submit their original bid security (bid bond form or cashier’s check) at time of the bid due date, or they may be deemed as non-responsive. 
          6. The original Bid Bond or Cashier's Check should be in a sealed envelope, plainly marked “BID SECURITY - PSUT-26-01 Exterior Stripping / Coating of Water Storage Tank Re-Bid and sent to the City of Pembroke Pines, City Clerk’s Office, 4th Floor, 601 City Center Way, Pembroke Pines, Florida, 33025.
          7. Please see SPECIAL TERMS & CONDITIONS of this document for additional information.
    • PROPOSAL SECURITY (BID BOND FORM OR CASHIER'S CHECK)
          1. In the event that your total cumulative base proposal amount exceeds $200,000, a Proposal Security shall be in an amount not less than of 5% of the total cumulative base amount proposed.
          2. Therefore, proposal should be accompanied by a certified or cashier’s check or by a Bid Bond made payable to the City of Pembroke Pines on an approved form, duly executed by the Proposer as principal and having as surety thereon a surety company acceptable to CITY and authorized to write such Bond under the laws of the State of Florida. 
          3. Contingency is not to be counted in the total amount the proposal security is based on.
          4. Proposers must submit a scanned copy of their bid security (bid bond form or cashier's check) with their bid submittal through OpenGov.
          5. Proposers should also submit their original bid security (bid bond form or cashier’s check) at time of the bid due date, or they may be deemed as non-responsive. 
          6. The original Bid Bond or Cashier's Check should be in a sealed envelope, plainly marked “BID SECURITY - PSUT-26-01 Exterior Stripping / Coating of Water Storage Tank Re-Bid and sent to the City of Pembroke Pines, City Clerk’s Office, 4th Floor, 601 City Center Way, Pembroke Pines, Florida, 33025.
          7. Please see SPECIAL TERMS & CONDITIONS of this document for additional information.
    • SWORN STATEMENT ON PUBLIC ENTITY CRIMES UNDER FLORIDA STATUTES CHAPTER 287.133(3)(a)
    • SWORN STATEMENT ON PUBLIC ENTITY CRIMES FORM (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • Public Entity Crimes Status (required)
          • Which option did you select on the Sworn Statement on Public Entity Crimes Form:
            • A) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.
            • B1) The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.)
            • B2) The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hear¬ings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.)
            • B3) The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.)
    • Did you select option B1 or B2 above? (required)
    • Please upload a copy of the final order issued by the hearing officer of the State of Florida, Division of Administrative Hearings. (required)
    • Did you select option B3 above? (required)
    • Please describe any action taken by or pending with the Department of General Services. (required)
    • DRUG-FREE WORKPLACE CERTIFICATION
    • VENDOR DRUG FREE WORKPLACE CERTIFICATION FORM (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • Drug-Free Status (required)
    • STANDARD DOCUMENTS

      The following documents are standard documents that the City generally requires for every solicitation. As a result, we recommend vendors to keep these documents updated and readily available so that they can be easily uploaded for each project that the vendor would like to participate in. In the event that the City does not have one of the forms or documents listed below for your company, the City may reach out to your company after the bid has closed to obtain the document(s).

    • NON-COLLUSIVE AFFIDAVIT (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • SCRUTINIZED COMPANY CERTIFICATION (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • E-VERIFY SYSTEM CERTIFICATION (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
          2. Effective January 1, 2021, pursuant to Section 448.095. Florida Statues, the City may not enter into a contract with a vendor/contractor/subcontractor unless that vendor/contractor/subcontractor is registered with and uses the E- Verify system administered by the U.S. Department of Homeland Security (“DHS”).
          3. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract.
    • HUMAN TRAFFICKING AFFIDAVIT (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • VENDOR REGISTRATION
    • Do you currently have a City of Pembroke Pines Vendor Number registered in the PaymentWorks System? (required)
          • The City of Pembroke Pines utilizes OpenGov as its e-Procurement platform for solicitation and bid submission purposes. However, please be advised that vendor registration for onboarding and processing payments is handled separately through the City's Accounts Payable Division using PaymentWorks, a secure online vendor management platform.
          • All vendors that will be submitting invoices and requiring payments from the City are required to register on the PaymentWorks platform.  If the vendor is not currently registered with the City via PaymentWorks and does not have a Vendor Number, the City will have to invite the vendor to register.
          • For formal solicitations such as this project, the Procurement Department will send PaymentWorks registration invitations to vendor(s) who are under active consideration for award. Please be aware that not all vendors who submit proposals will receive an invitation, in order to manage system usage and avoid onboarding vendors who are unlikely to receive payments from the City.
          • Invitations will typically be sent to the contact listed on the submitted Vendor Information Form.
    • What is your Vendor Number? (required)
    • VENDOR INFORMATION FORM (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
    • FORM W-9 (REVISED MARCH 2024) (required)
          1. Please download the attached document, complete all required fields, and upload the completed form here.
          2. Note - Please use the March 2024 version of the form as previously dated versions of this form may delay the processing of any payments to the selected vendor.
    • OPTIONAL DOCUMENTATION
    • TRADE SECRETS
          1. The Proposer’s response to this solicitation is a public record pursuant to Florida law, which is subject to disclosure by the City under the State of Florida Public Records Law, Florida Statutes Chapter 119.07 (“Public Records Law”).  The City shall permit public access to all documents, papers, letters or other material submitted in connection with this solicitation and the Contract to be executed for this solicitation, subject to the provisions of Chapter 119.07 of the Florida Statutes.
          2. Any language contained in the Proposer’s response to the solicitation purporting to require confidentiality of any portion of the Proposer’s response to the solicitation, except to the extent that certain information is in the City’s opinion a Trade Secret pursuant to Florida law, shall be void.  If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (“Public Records Laws”), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the document or information is exempt.  The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07.  The City shall be the final arbiter of whether any information contained in the Proposer’s response to the solicitation constitutes a Trade Secret.
          3. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR RESPONSE TO THE SOLICITATION AS PROPRIETARY OR CONFIDENTIAL.  DO NOT MARK YOUR RESPONSE TO THE SOLICITATION OR ANY PART THEREOF AS COPYRIGHTED.  ALL DOCUMENTS THAT THE FIRM PURPORTS TO BE CONFIDENTIAL, PROPRIETARY OR A TRADE SECRET SHALL BE UPLOADED TO THE OPENGOV WEBSITE AS A SEPARATE ATTACHMENT, IN THIS SECTION, CLEARLY IDENTIFYING THE EXEMPTION BEING CLAIMED UNDER FLORIDA STATUTES 119.07.
          4. The city’s determination of whether an exemption applies shall be final, and the proposer agrees to defend, indemnify, and hold harmless the city and the city’s officers, employees, and agent, against any loss or damages incurred by any person or entity as a result of the city’s treatment of records as public records. 
    • FINANCIAL STATEMENTS
          1. The City is NOT requesting the vendor to submit any financial statements for this project and prefers if the vendor does not submit financial statements.  In addition, if the City needs a copy of the vendor’s financial statements, the City can contact the vendor after the bid due date to request those documents.  However, if the vendor does submit the financial statements, they should be uploaded in this section.
          2. Any claim of confidentiality on financial statements must be asserted at the time of submittal.  The firm must identify the specific statute that authorizes the exemption from the Public Records Law.  Please note that the financial statement exemption provided for in Section 119.071(1)c, Florida Statutes only applies to submittals in response to a solicitation for a “public works” project.
    • ALTERNATIVES
          1. If you are submitting an alternative product, please upload any related information in this section (such as specification sheets, etc.).
          2. In addition, pursuant to the “Brand Names” Section included in the GENERAL TERMS AND CONDITIONS Section if and wherever in the specifications a brand name, make, name of manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only.  Since the City does not wish to rule out other competition and equal brands or makes, the phrase “OR EQUAL” is added.  However, if a product other than that specified is bid, Proposers shall indicate on their proposal and clearly state the proposed substitution and deviation.  It is the vendor’s responsibility to provide any necessary documentation and samples within their bid submittal to prove that the product is equal to that specified.  Such samples are to be furnished before the date of bid opening, unless otherwise specified.  Additional evidence in the form of documentation and samples may be requested if the proposed brand is other than that specified.  The City retains the right to determine if the proposed brand shall be considered as an approved equivalent or not.
    • ADDITIONAL INFORMATION
          1. Please provide any additional information that you deem necessary to complete your proposal in this section, if it has not been requested in another section.
    • PROFESSIONAL LICENSES
          1. If applicable, please upload any professional licenses that may be required to perform the services outlined in the solicitation.  The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation.
            1. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work.
            2. Said licenses shall be in the Firm's name as it appears on the OpenGov registration and as appropriately registered with the applicable licensing entity. Proposer shall supply appropriate license numbers, with expiration dates, as part of their bid. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the bid.
            3. Subcontractors contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits as necessary. Said licenses must be in the name of the subcontractor.
    • PROFESSIONAL LICENSES
          1. If applicable, please upload any professional licenses that may be required to perform the services outlined in the solicitation.
    • VENDOR CLASSIFICATION
    • Is your firm a Local Pembroke Pines Vendor (LPPV) and Local Broward County Vendor (LBCV)? (required)
          1. The evaluation of competitive bids is subject to section 35.36 of the City’s Procurement Procedures which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation.   A local business shall be defined as:
            1. "Local Pembroke Pines Vendor" shall mean a business entity which has maintained a permanent place of business with full-time employees within the City limits for a minimum of one (1) year prior to the date of issuance of a bid or proposal solicitation.  The permanent place of business may not be a post office box. The business location must actually distribute goods or services from that location.  In addition, the business must have a current business tax receipt from the City of Pembroke Pines, OR;
            2. “Local Broward County Vendor" shall mean or business entity which has maintained a permanent place of business with full-time employees within the Broward County limits for a minimum of one (1) year prior to the date of issuance of a bid or proposal solicitation.  The permanent place of business may not be a post office box. The business location must actually distribute goods or services from that location.  In addition, the business must have a current business tax receipt from the Broward County or the city within Broward County where the business resides.
          2. A preference of five percent (5%) of the total evaluation point, or five percent (5%) of the total price, shall be given to the Local Pembroke Pines Vendor(s); A preference of two and a half percent (2.5%) of the total evaluation point for local, or two and a half percent (2.5%) of the total price, shall be given to the Local Broward County Vendor(s).
    • Please indicate your Local Vendor Status (required)
    • Local Vendor Preference Certification (required)
            1. Please download the attached document, complete all required fields, and upload the completed form here.
    • Local Business Tax Receipts (required)
            1. If claiming Local Vendor Preference, please upload any previous business tax receipts to indicate that the business entity has maintained a permanent place of business for a minimum of one (1) year.
    • Is your firm a Veteran Owned Small Business (VOSB)? (required)
          1. The evaluation of competitive bids is subject to section 35.37 of the City’s Procurement Procedures which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to veteran owned small businesses. To satisfy this requirement, the vendor shall affirm in writing its compliance with the following objective criteria as of the bid or proposal submission date stated in the solicitation. 
          2. A preference of two and a half percent (2.5%) of the total evaluation point, or two and a half percent (2.5%) of the total price, shall be given to the Veteran Owned Small Business (VOSB).  
    • Upload the "Determination Letter" from the United States Department of Veteran Affairs Center notifying the business that they have been approved as a Veteran Owned Small Business (VOSB)
    • Upload Veteran Owned Small Business Certification(s) from any relevant agency(ies)
    • Is your firm a Minority-Owned Business Enterprise (MBE)? (required)
    • Please indicate the classification of your Minority-Owned Business Enterprise (MBE) (required)
    • MBE Certification Documentation (required)
            1. Upload your MBE Certification Documentation here, preferably with the State of Florida's Office of Supplier Diversity.  If you have multiple MBE certifications, please combine them into one (1) document and upload.
    • Is your firm a Woman-Owned Business Enterprise (WBE)? (required)
    • WMBE Certification Documentation (required)
            1. Upload your WMBE Certification Documentation here, preferably with the State of Florida's Office of Supplier Diversity.  If you have multiple WMBE certifications, please combine them into one (1) document and upload.
    • Is your firm a HubZone Business / Labor Surplus Area Firm? (required)
    • HubZone Business / Labor Surplus Area Firm Certification Documentation (required)
            1. Upload your HubZone Business / Labor Surplus Area Firm Certification Documentation, preferably with the U.S. Small Business Administration (SBA).  If you have multiple certifications, please combine them into one (1) document and upload.
    • Is your firm a Broward County Small Business Enterprise (SBE)? (required)
    • SBE Cerification Documentation (required)
            1. Upload your SBE Certification Documentation from Broward County's Office of Economic and Small Business Development (OESBD).  If you have multiple certifications, please combine them into one (1) document and upload.
    • Is your firm a Broward County Business Enterprise (CBE)? (required)
    • CBE Certification Documentation (required)
            1. Upload your CBE Certification Documentation from Broward County's Office of Economic and Small Business Development (OESBD).  If you have multiple certifications, please combine them into one (1) document and upload.
    • Is your firm a Broward County Disadvantaged Business Enterprise (DBE)? (required)
    • DBE Certification Documentation (required)
            1. Upload your DBE Certification Documentation from Broward County's Office of Economic and Small Business Development (OESBD).  If you have multiple certifications, please combine them into one (1) document and upload.
    • Does your firm have a Vendor Classification that was not listed above? (required)
    • Other Vendor Classification Certification Documentation (required)
            1. Upload your other Certification Documentation here. If you have multiple certifications, please combine them into one (1) document and upload.
    • FEDERAL DOCUMENTS
    • Certification Regarding Lobbying; Debarment, Suspension and Other Responsibility Matters for Expenditure of Federal Funds (required)
          1. Lobbying:
            1. As required by 7 CFR Part 3018, for persons entering into a contract, grant or cooperative agreement over $100,000 involving the expenditure of Federal funds, the Contractor must complete the Certification Regarding Lobbying.
            2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress, in connection with this Federal contract, grant, loan, or cooperative agreement, the Contractor shall also complete and submit the Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
          2. Debarment, Suspension and Other Responsibility Matters:
            1. Where the Contractor is unable to certify to any of the statements in the certification for Debarment, Suspension and Other Responsibility Matters, he or she shall provide an explanation.
          • Please download the below documents, complete, and upload.
    • Are you currently registered as an active entity on SAM.gov (System for Award Management)? (required)
          1. All vendors submitting bids for this project must be registered and active in the System for Award Management (SAM.gov) at the time of bid award. This is a federal requirement for entities receiving federal funds, including contracts, grants, or other financial assistance. Registration on SAM.gov ensures that vendors are eligible to do business with the U.S. government and are not suspended, debarred, or otherwise excluded from participation in federal programs.  SAM registration is free and can be completed at https://sam.gov. Bidders must provide their Unique Entity ID (UEI) and proof of active registration as part of their proposal.
    • If yes, please provide your Unique Entity ID (UEI) (required)
    • What is the expiration date of your current SAM.gov registration? (MM/DD/YYYY) (required)
    • Proof of Registration Upload (required)
            1. Please upload a PDF copy or screenshot of your entity's active registration status from SAM.gov that includes:
              1. Entity Name
              2. Unique Entity ID (UEI)
              3. DUNS (if applicable)
              4. Registration Status ("Active")
              5. Expiration Date
            2. This document must be downloaded from https://sam.gov and must show the current status at the time of bid submission.
    • Debarment Status - Is your entity currently debarred, suspended, or otherwise excluded from receiving federal contracts or financial assistance? (required)
    • If yes, please provide an explanation. (required)
    • If yes, please upload any relevant documentation, if applicable.
    • Form 1 of HUD Section 3 Implementation Plan (required)
          1. This project is governed by Section 3 of the Housing and Urban Development Act of 1968, as amended. Section 3 ensures that employment and economic opportunities created by HUD assistance benefit low- and very low-income individuals, especially those residing within the project’s service area. 
          2. NO VALUEs must demonstrate their compliance with Section 3 requirements, please see "HUD Section 3 Implementation Plan and Forms 1-6" in the attachments section for additional information. 
          3. This may include providing information on how they will hire qualified low- and very low-income individuals and/or utilize Section 3 businesses as part of the project.
          4. As part of the bidding process, NO VALUE must return Form 1 with their bid submission, as failure to do so may result in the disqualification of your submittal.   
          5. In addition, Forms 2-6 must be submitted with final reporting, 30 days after project completion, as applicable. 
          6. Please download the below documents, complete, and upload.
    • I certify that the information provided above is true and correct to the best of my knowledge. I understand that false or misleading statements may disqualify this bid and subject the entity to federal penalties. (required)
    • Procurement Classification (Abbreviation) (required)

      Please see below for details on the options:

      • IFB (Invitation for Bids): Solicits competitive sealed bids for specific commodities or services when the scope of work or specifications can be precisely defined. 
        • This is generally for requests anticipated to cost $100,000.01 or above, for the initial contract term. 
        • Awarded to the lowest priced bidder that is the most responsive and responsible.  No evaluation criteria or committee.
      • RFP (Request for Proposals): Solicitation for competitive sealed proposals with general information, functional or general specifications, a statement of work, proposal instruction and evaluation criteria, including the relative importance of price and any other evaluation criteria.
        • This is generally for requests anticipated to cost $100,000.01 or above, for the initial contract term. 
        • Selection based on a relative weight of price and qualifications.
      • RFQ (Request for Qualifications): Solicitation for competitive sealed offers with general information, functional or general specifications, a statement of work, proposal instruction and the relative importance of any evaluation criteria. 
        • This is generally for requests anticipated to cost $100,000.01 or above, for the initial contract term. 
        • No pricing, selection is solely based on the qualifications.
      • RLI (Request for Letters of Interest): A request for letters of interests shall include, but is not limited to, general information and submission deadline.  The city shall engage in competitive negotiations with responsible offerors determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of and conformance to the solicitation requirements.  Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion.
      • RFI (Request for Information): A request used to gather information from vendors about available products, services, capabilities, or market conditions. An RFI is for planning and research purposes only and is not intended to result in a contract award. Information received may be used to develop or refine specifications, determine appropriate procurement methods, estimate costs, or identify potential vendors for a future solicitation.
      • QQ(Quick Quote): Solicits competitive bids for specific commodities or services when the scope of work or specifications can be precisely defined.
        • This is for requests anticipated to cost $100,000 or less, for the initial contract term, and is required for projects between $25,000 and $100,000.00. 
        • Awarded to the lowest priced bidder that is the most responsive and responsible.  No evaluation criteria or committee.
      • NTSS (Notice to Sole Source): Solicits for vendors to come forward and challenge the statement made by a vendor that they are the Sole Source of the specified goods or services detailed in the notice. 
      • ITQ (Invitation to Quote): Solicits competitive sealed bids from a preselected pool of vendors for specific commodities or services when the scope of work or specifications can be precisely defined.
        • This request can cost from $0 to over $100,000.
          • For anything under of $100,000 or lower departments are able to award right away. 
          • For awards over $100,000, departments must take the award to commission for approval. 
        • Awarded to the lowest priced bidder that is the most responsive and responsible.  No evaluation criteria or committee.
    • Estimated Cost (required)

      Provide estimated cost for the project.

      Examples:

      • $100,000.
      • Aggregate spend is estimated up to $200,000 annually.
      • Staff estimates this project to cost approximately $300,000.50,
      • Staff estimates this project to cost approximately $400,000, which does not include permit costs.
      • Staff estimates this project to cost approximately $500,000, which does not include permit costs or an owner's contingency.

      Independent Estimate & Cost Analysis

      • Please note that for Federally funded projects, the City must perform a cost or price analysis in connection with every procurement action in excess of the Federal Simplified Acquisition Threshold (SAT).  The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the City must make independent estimates before receiving bids or proposals.
      • Even though this is only required for Federally funded projects, the Procurement Department recommends for Departments to complete and upload their Independent Estimate & Cost Analysis for all projects under the "Internal Documents" of the "Attachments" section.
    • Will there be a Pre-Bid Meeting or Site Visit? (required)
    • Mandatory or Non-Mandatory Pre-Bid Meeting? (required)
    • Pre-Bid Meeting Options (required)

      Please see below for details on the options:

      • Virtual Pre-Bid Meeting Option: This option adds language to allow the vendors to join the meeting in person or via Webex.
      • Follow-Up or Additional Pre-Bid Meeting Options: This option allows the vendor to schedule additional or follow-up pre-bid meetings through the assigned Procurement Specialist, regardless of if the vendor attended the original scheduled meeting.  Even if the vendor requests the meeting, it may not be allowed due to timing or staff's availability.
        • Please note that the Procurement Department recommends that the Departments choose not to conduct a MANDATORY PRE-BID MEETING, however if the Department selects to do so, the Procurement Department recommends that the Department allows for Follow-Up or Additional Pre-Bid Meetings.  
        • If only one MANDATORY PRE-BID MEETING is allowed, and only one vendor shows up to that meeting, they would know that they can submit whatever price they choose to as there would be no competition for them.
    • Procurement Type (required)

      Please see below for details on the options:

      • Construction (One-Time): This would be for construction procurements for a new building or a specific project.
      • Construction (Continuing): This would be for on-going construction projects, such as City-Wide Fencing or City-Wide Planting, Installation of Cabinets for the Housing Division, etc. in which the awarded contractor(s) would be given construction projects on an as-needed basis, utilizing their line-item pricing in the contract.
      • Goods Only (One-Time): This would typically be for the purchase of items where services would not be included, such as the purchase of laptops.  These would typically not require an agreement, unless it is using Federal Funds, or a grant, and we need to have some of those terms memorialized in an agreement.
      • Goods Only (Continuing): This would typically be for items that are purchased on an as-needed basis at a fixed price over a set period, such as Body Armor for the Police Department and Chemicals for the Utilities Department. 
      • Services (One-Time): This would be for services that would be performed once, such as cleaning up an oil spill, and would have no renewal terms.
      • Services (Continuing): This would be for Janitorial Services, Armored Car Services, etc., in which the vendor would have set rates that they would have to hold over the length of the contract, and they would generally performed those services over the term of the agreement with renewal terms.
      • Design-Build Services: This would be for a single contract with a design-build firm for the design and construction of a public construction project.  A “design-build firm” means a partnership, corporation, or other legal entity that is certified to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or to practice engineering, architecture, or landscape architecture.
      • CCNA Non-Continuing Contract: This would be related to services outlined in Florida Statue 287.055 "Consultants’ Competitive Negotiation Act" as defined by the statute for services related to:
        • Professional Architectural
        • Engineering
        • Landscape Architectural, or
        • Surveying and Mapping Services
      • CCNA Continuing Contract: This would be related to services outlined above and for a "Continuing Contract," which would allow the consultant to perform various projects over a period, in lieu of just a specific project.
      • Professional Services: This would be for the procurement of Professional Services that do not fall under the CCNA guidelines, which may include Financial Auditors, etc.
    • Estimated Start Date (required)

      What is the estimated start date? 

      Example:  July 1, 2025

    • Completion Time (required)

      How many calendar days from issuance of the Notice to Proceed will the vendor have to complete the project?

    • Initial Contract Term (required)

      Fill in the blank, example shown below in red, and an example value has already been populated for easy editing.

      On August 26, 2025, the Procurement Department held a workshop with the City Commission, during which the City Commission directed staff to standardize contract lengths. The contract term options below represent the standard contract lengths that Departments should use in most cases.

      Departments should select Option 1, 2, or 3 unless the contract clearly meets one of the specific exemption categories that require a case-by-case review.

      Standard Contract Term Options (Default Selections)

      • Option 1: Routine Goods & Services 
        • (e.g., janitorial, landscaping)
        • Initial 2-year term with two (2) additional 2-year renewal options
      • Option 2: Professional Services
        • (e.g., consultants, A&E, auditors)
        • Initial 3-year term with two (2) additional 3-year renewal options
      • Option 3: Function Sourcing or Franchise Agreements
        • (e.g., Operation, Maintenance & Management of the City's Water and Wastewater Utility System, Building Department, Solid Waste Collection)
        • Initial 5-year term with one (1) additional 5-year renewal option

      Option 4: Case-by-Case Basis (Deviation from Standard Contract Terms – Exemption Required)

      Deviation from the standard contract terms in Options 1–3 is permitted only when the contract falls under one or more of the exemption categories listed below and a deviation is being requested as a direct result of that exemption. Such contracts are subject to a case-by-case review and approval.

      • Technology & Software (licenses, SaaS, maintenance)
      • Lease and financing agreements
      • Construction
      • Interlocal Agreements (ILAs) and agreements with other governmental agencies
      • Piggyback agreements
      • Local, state, or federal law, regulation, or grant requirement mandates or necessitates a contract term that differs from the City’s standard contract lengths
    • Renewal Terms (required)

      Fill in the blank, example shown below in red, and an example value has already been populated for easy editing.

      On August 26, 2025, the Procurement Department held a workshop with the City Commission, during which the City Commission directed staff to standardize contract lengths. The contract term options below represent the standard contract lengths that Departments should use in most cases.

      Departments should select Option 1, 2, or 3 unless the contract clearly meets one of the specific exemption categories that require a case-by-case review.

      Standard Contract Term Options (Default Selections)

      • Option 1: Routine Goods & Services 
        • (e.g., janitorial, landscaping)
        • Initial 2-year term with two (2) additional 2-year renewal options
      • Option 2: Professional Services
        • (e.g., consultants, A&E, auditors)
        • Initial 3-year term with two (2) additional 3-year renewal options
      • Option 3: Function Sourcing or Franchise Agreements
        • (e.g., Operation, Maintenance & Management of the City's Water and Wastewater Utility System, Building Department, Solid Waste Collection)
        • Initial 5-year term with one (1) additional 5-year renewal option

      Option 4: Case-by-Case Basis (Deviation from Standard Contract Terms – Exemption Required)

      Deviation from the standard contract terms in Options 1–3 is permitted only when the contract falls under one or more of the exemption categories listed below and a deviation is being requested as a direct result of that exemption. Such contracts are subject to a case-by-case review and approval.

      • Technology & Software (licenses, SaaS, maintenance)
      • Lease and financing agreements
      • Construction
      • Interlocal Agreements (ILAs) and agreements with other governmental agencies
      • Piggyback agreements
      • Local, state, or federal law, regulation, or grant requirement mandates or necessitates a contract term that differs from the City’s standard contract lengths

      Note: If you were using Option 4 and there were no renewal terms, you would enter the word "no".

    • Product Delivery Timeframe (required)

      Fill in the blank, example shown in red below:

      Products shall be delivered within 30 calendar days of the City’s issuance of a Purchase Order.

    • Permits, License, Impact of Inspection Fees (required)

      Besides the permits for the City's Building Department and/or Engineering Department, does this project require any additional permits, such as, but not limited to:

      • Drainage
      • Storage Tank License
      • Storage Tank Closure License
      • Storage Tank Registration
      • Etc.
    • Vendor Type (required)

      To ensure consistency throughout the solicitation document, which term should be used to refer to the bidder: Vendor, Contractor, or Consultant?

    • Liquidated Damages (required)

      Will there be liquidated damages?

    • Liquidated Damages Amount (required)

      Fill in the blank (in capital letters and with the written words as well), example shown in red below:

      ...CITY may elect to collect liquidated damages for each such breach, and CONTRACTOR will pay CITY as liquidated damages, and not as penalty, FIVE HUNDRED DOLLARS AND NO CENTS ($500.00) for every day of such malfunction.

    • Federal Funds? (required)

      Are you using Federal/Grant funding?

    • Federal Funding Type (required)

      Which Federal Funds, Grants, or Special Appropriation Funds do you plan to utilize?

    • Proposal Security (required)

      A Proposal Security is a financial guarantee submitted by a vendor with their proposal. It protects the City by ensuring the vendor is serious about their offer and will honor it if selected.

      If required, the Proposal Security typically takes the form of a bid bond, cashier’s check, or other approved security in a specified dollar amount or percentage of the proposal.

      The Proposal Security may be forfeited if the vendor:

      • Fails or refuses to execute the contract within 15 days of award
      • Fails to provide required insurance, performance or payment bonds

      A Proposal Security is most commonly required for construction, capital improvement, or high-risk procurements exceeding $200,000, in an amount equal to 5% of the total proposal.

      Note - Bid Security submitted by unsuccessful bidders will be returned after award.

      Select the appropriate option below:

    • Payment and Performance Bonds (required)

      Payment and Performance Bonds are financial guarantees provided by the successful vendor after award. These bonds protect the City by ensuring the vendor will properly perform the work and pay subcontractors, laborers, and suppliers.

      • A Performance Bond guarantees completion of the project in accordance with the contract terms.
      • A Payment Bond guarantees payment to all subcontractors and suppliers, protecting the City from claims.

      Pursuant to Florida Statute 255.05, Payment and Performance Bonds are required for construction of a public building (completion of a public work, or for repairs upon a public building or public work) in excess of $200,000.

      • The bond amount must equal 100% of the full contract price.
        • For contracts over $250 million, if a bond for the full amount is not reasonably available, the City may require the largest bond amount reasonably available, but no less than $250 million.

      The City’s Contract Division will obtain the required Payment and Performance Bonds from the successful vendor after award of the project and prior to execution of the contract by the City Manager. Failure to provide the required Payment and Performance Bonds may result in forfeiture of the award and the Proposal Security.

      Select the appropriate option:

    • Pricing Sheet Type (required)
    • Scope of Work (required)
    • Insurance (required)

      Please note all insurance requirements selected for this procurement are subject to review and approval by the City’s Risk Management Department. Risk Management will evaluate the project scope and risk exposure and may confirm, modify, or require additional insurance coverage prior to the advertisement of the solicitation.

      Select all that apply.

    • What is the procurement purpose? (required)

      Please fill in the blank for the following sentence: "The City of Pembroke Pines is seeking bids from qualified firms, hereinafter referred to as the Contractor, to [____________________________________], in accordance with the terms, conditions, and specifications contained in this solicitation.

    • References (required)

      Will you need the vendor to submit references so that the City can conduct reference checks?

    Key dates

    1. March 25, 2026Published
    2. April 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.