SLED Opportunity · FLORIDA · CITY OF PEMBROKE PINES
AI Summary
City of Pembroke Pines seeks qualified contractors for turnkey security system upgrades at FSU, including access control, video surveillance, network infrastructure, programming, testing, and post-installation support. Mandatory certifications required. Bid due April 23, 2026. Estimated start June 15, 2026.
The City of Pembroke Pines is seeking bids from qualified firms, hereinafter referred to as the Contractor, to provide turnkey security system upgrades at FSU - located at 601 SW 172nd Ave, Pembroke Pines, FL 33029, including furnishing and installing access control equipment, video surveillance cameras and supporting network/connectivity infrastructure, programming and integrating LenelS2 OnGuard Enterprise access control components, testing and commissioning the installed systems, and providing post-installation troubleshooting/corrective support for installation- and integration-related issues, in accordance with the terms, conditions, and specifications contained in this solicitation.
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.
4.2. Mandatory Contractor Qualifications / Responsiveness Requirements
The proposing firm must directly hold all mandatory certifications and authorizations identified in this Section 4.2 at the time of bid submission. The proposing firm shall directly perform the core scope of work under this solicitation. Subcontracting, teaming agreements, or similar arrangements may not be used to satisfy mandatory qualification requirements.
Please use the See What Changed link to view all the changes made by this addendum.
Although we were anticipating federal grant funding for this project, we have now confirmed that there will be no federal grant available.
Please use the See What Changed link to view all the changes made by this addendum.
The following Line Item has been updated
Product Code: 01752-301
Description: AXIS Q6075-E PTZ Network Camera
Please use the See What Changed link to view all the changes made by this addendum.
Price Proposal / Bid Table updated
Please use the See What Changed link to view all the changes made by this addendum.
Please note there is a correction Pricing Table in Section C, Line Item 3.0.
The City of Pembroke Pines is seeking bids from qualified firms, hereinafter referred to as the Contractor, to provide turnkey security system upgrades at FSU - located at 601 SW 172nd Ave, Pembroke Pines, FL 33029, including furnishing and installing access control equipment, video surveillance cameras and supporting network/connectivity infrastructure, programming and integrating LenelS2 OnGuard Enterprise access control components, testing and commissioning the installed systems, and providing post-installation troubleshooting/corrective support for installation- and integration-related issues, in accordance with the terms, conditions, and specifications contained in this solicitation.
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.
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.
1. General Requirements
The awarded contractor shall furnish all labor, materials, equipment, tools, transportation, supervision, programming, testing, and incidentals necessary to complete the project.
Work shall include, but not be limited to:
Access control hardware and associated field devices
Video surveillance cameras and mounting hardware
Network/connectivity equipment and supporting infrastructure
Power supplies, backup power, and enclosures
Conduit, cable, boxes, fittings, and accessories
System programming/configuration and integration
Functional testing and commissioning
Coordination with City staff/MSU
Permit/inspection support, if applicable
Final project closeout documentation
2. Access Control Upgrades
Contractor shall provide and install access control equipment and supporting infrastructure for the following:
All quantities shall correspond to the items identified in the Pricing Table
Work shall include, but not be limited to:
The contractor shall provide a complete turnkey solution for all referenced gates and access control locations.
All pricing for this work shall be included in the corresponding Pricing Table sections. Any materials, components, labor, programming, or accessories required for a fully operational system, whether explicitly listed or not, shall be included in the contractor’s pricing.
3. Video Surveillance Upgrades
Contractor shall provide and install video surveillance equipment and supporting infrastructure for designated areas, including staff parking and annex-related coverage.
Work may include:
Outdoor IP cameras (fixed, panoramic, and/or PTZ as required)
Wall, pole, or specialty mounts
NEMA-rated enclosures and weatherproof hardware
PoE/network accessories and extenders (as required)
Industrial switches and/or supporting network equipment
UPS/backup power devices
Cabling, conduit, boxes, fittings, and terminations
Camera mounting, aiming, labeling, and field connectivity testing
Contractor is responsible for furnishing and installing the camera hardware and verifying field power/network connectivity and operational readiness at the device location.
The City’s Municipal Security Unit (MSU) will perform camera onboarding, configuration, and placement within the City’s Video Management System (VMS), unless otherwise specifically requested by the City.
Contractor shall provide post-installation technical support and coordinate troubleshooting with MSU for camera installation-related issues identified during VMS onboarding and testing, including, but not limited to, power, network connectivity, cabling/termination, mounting, device communication, and field installation deficiencies. Contractor shall correct installation-related deficiencies at no additional cost during the applicable warranty/correction period.
4. Network and Connectivity Infrastructure
Contractor shall provide all supporting network and connectivity equipment necessary for the complete operation of the access control and video surveillance systems.
Work may include:
Wireless bridge/connectivity hardware (where required)
Network switching hardware
CAT cable and/or composite cable
Direct-burial cable where route conditions require
Weatherproof boxes, connectors, and fittings
Conduit and pathway materials
Installation, configuration, and testing of connectivity components
5. Programming, Testing, and Commissioning
Contractor shall:
Program and configure installed access control components
Integrate applicable access control devices into the City’s existing LenelS2 OnGuard Enterprise system
Perform testing of installed access control devices, camera power/network connectivity, and supporting infrastructure
Correct deficiencies prior to final acceptance
Coordinate final system verification with City staff/MSU
MSU will perform camera onboarding/configuration within the City’s VMS. Contractor shall remain available to support troubleshooting and corrective action for installation-, programming-, and integration-related issues discovered during MSU onboarding/testing and initial operational verification, including both video infrastructure and LenelS2 access control components installed under this project.
6. Permits, Inspections, and Coordination (If Required)
If permits/inspections are required for any portion of the work, contractor shall include all necessary effort and costs for:
Permit application support
Required drawings/CAD support (if applicable)
Inspection scheduling and coordination
Inspection-related labor
Closeout support associated with permitted work
7. Project Closeout Deliverables
At project completion, the contractor shall provide:
Equipment/material list (final installed)
Basic as-built documentation/field markups
Warranty information
Testing/commissioning confirmation
Point of contact for service and warranty support
The work shall be completed within TBD calendar days from issuance of the City's Notice to Proceed (NTP), with an estimated start date of June 15, 2026.
Proposers must meet all of the following requirements to be considered responsive:
The proposing firm must directly hold all mandatory certifications and authorizations identified in this Section 4.2 at the time of bid submission. The proposing firm shall directly perform the core scope of work under this solicitation. Subcontracting, teaming agreements, or similar arrangements may not be used to satisfy mandatory qualification requirements.
1. LenelS2 / OnGuard Enterprise Authorization and Certification (Mandatory)
Proposer must be currently authorized by the manufacturer to sell, install, and support LenelS2 OnGuard Enterprise solutions and must have personnel certified for programming/commissioning within an enterprise deployment.
2. Enterprise Integration Experience (Mandatory)
Proposer must demonstrate successful experience with enterprise-level access control integrations of similar size and complexity, including installation, controller deployment, reader integration, programming, testing, and commissioning.
3. AXIS / Milestone Video Surveillance Qualifications (Mandatory)
Proposer shall be an AXIS Solution Gold Partner and a Milestone Premier Partner. Proposer must also demonstrate experience installing and supporting AXIS video surveillance solutions within large corporate / enterprise video management system environments.
4. Compatibility Responsibility (Mandatory)
All proposed equipment, software, and services must be fully compatible with the City’s existing enterprise access control environment and video management system environment. Proposer is responsible for verifying compatibility prior to submission.
5. Non-Responsive Determination
Quotes submitted by firms without documented enterprise-level authorization/certification, required manufacturer partner qualifications, and demonstrated enterprise integration experience may be rejected as non-responsive.
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.
This contract shall be for an initial 2-year period with two (2) additional 2-year renewal terms.
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.
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.
A Proposal Security shall not be required for this project.
Note - Contingency is not to be counted in the total amount that the proposal security is based on.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 - QQ # TS-26-QQ-04 FSU Summer Security Grant Project – Security System Upgrades (Access Control, Video Surveillance, Network/Connectivity)” 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.
The City prefers firms that can provide timely local or regional post-installation support, including warranty service and troubleshooting response capability after project completion.
This preference does not waive or replace the mandatory qualification requirements listed above.
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.
Payment and Performance Bonds shall not be required for this project.
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.
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:
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.
Proposers shall submit a complete quote that includes:
Line-item or category-based pricing breakdown
Qualification/certification documentation (mandatory)
Brief description of enterprise integration experience
Proposed lead time / estimated completion schedule
Warranty information
Primary point of contact for project execution and post-install support
Acknowledgement of post-installation support and corrective action requirements for both LenelS2 access control work and video surveillance installation work
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
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.
Proposer shall acknowledge in its quote that it will provide post-installation technical support and troubleshooting coordination with MSU for issues/errors identified during system onboarding, testing, commissioning, and initial operational verification that are related to proposer-furnished installation, programming, integration, wiring, power, connectivity, or configuration.
This requirement applies to:
Video surveillance equipment and supporting infrastructure installed under this project; and
LenelS2 access control equipment, field devices, and enterprise integration work performed under this project.
Proposer shall correct installation-, programming-, and integration-related deficiencies at no additional cost during the applicable warranty/correction period.
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:
$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.
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:
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.
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).
The Contractor shall cooperate on certain projects to allow the City to avail itself of a sales tax savings program.
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).
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.
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.
Products shall be delivered within 45 calendar days of the City's issuance of a Purchase Order.
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.
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.
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.)
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.
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).
| Issuance of Solicitation (Posting Date): | April 9, 2026 |
| Question Due Date: | April 15, 2026, 11:55pm |
| Issuance of Final Answers to Questions: | April 20, 2026 |
| Bid Submission Deadline: | April 23, 2026, 2:00pm |
This project will not have a pre-bid meeting.
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.
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.
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.
There will be a non-mandatory scheduled pre-bid meeting on NO VALUE at NO VALUE. Meeting location will be at the NO VALUE
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.
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).
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.
There will be a MANDATORY scheduled pre-bid meeting on NO VALUE at NO VALUE. Meeting location will be at the NO VALUE
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.
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 Ivan Ospinal at (954) 518-9020. 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.
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.
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.
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:
Ivan Ospinal
8300 South Palm Drive
Pembroke Pines, FL 33025
(954) 518-9020
iospinal@ppines.com
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.
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.
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.
$99,999,00
CONTRACTOR shall not use DHS(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific federal pre-approval.
Liquidated damages for this project shall be FIVE HUNDRED DOLLARS AND NO CENTS ($500.00) per day.
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.
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.
Not applicable for this project.
CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 applies to CONTRACTOR’s actions pertaining to this Agreement.
No, the City plans to utilize the following grant(s)/federal fund(s) for this project:
TBD
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.
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.
A Proposal Security shall not be required for this project.
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.
Payment and Performance Bonds shall not be required for this project.
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.
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.
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.
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.
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.
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).
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.
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.
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.
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.
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.
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.
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:
Each reference provided by the Respondent has up to date contact persons and contact information;
The contact person provided for each reference is someone who has personal knowledge of the Proposer's performance during the referenced project; and
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.
Please see below for details on the options:
Provide estimated cost for the project.
Examples:
Independent Estimate & Cost Analysis
Please see below for details on the options:
Please see below for details on the options:
What is the estimated start date?
Example: July 1, 2025
How many calendar days from issuance of the Notice to Proceed will the vendor have to complete the project?
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 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.
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 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.
Note: If you were using Option 4 and there were no renewal terms, you would enter the word "no".
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.
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:
To ensure consistency throughout the solicitation document, which term should be used to refer to the bidder: Vendor, Contractor, or Consultant?
Will there be liquidated damages?
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.
Are you using Federal/Grant funding?
Which Federal Funds, Grants, or Special Appropriation Funds do you plan to utilize?
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:
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 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.
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 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:
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.
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.
Will you need the vendor to submit references so that the City can conduct reference checks?
Q (Teaming / Subcontractor Structure): For the mandatory qualifications in Section 4.2 (LenelS2 OnGuard authorization, AXIS Solution Gold Partner, and Milestone Premier Partner certifications), will the City accept a prime contractor who holds a valid teaming agreement or subcontract with a firm that holds those certifications? If so, must the certified subcontractor be identified at the time of bid submission, or may that documentation be provided upon award?
A: See Addendum No. 1. The proposing firm must directly hold all mandatory certifications and authorizations identified in Section 4.2 at the time of bid submission. The proposing firm shall directly perform the core scope of work under this solicitation. Teaming agreements or subcontract arrangements may not be used to satisfy mandatory qualification requirements. Failure to meet these requirements may result in the bid being deemed non-responsive.
Q ( LenelS2 Authorization Letter): Section 6, Item 1.7 requires a current LenelS2 authorization letter confirming the proposer or subcontractor is authorized to sell, install, and support LenelS2 OnGuard systems in Florida. May this letter be issued in the name of the subcontractor performing the LenelS2 integration work, provided the prime contractor identifies that subcontractor in the bid submission?
A: See Addendum No. 1. The LenelS2 authorization letter must be issued in the name of the proposing firm. The proposing firm must directly hold the current LenelS2 OnGuard Enterprise authorization at the time of bid submission. Documentation must be submitted with the bid. Documentation may not be deferred until the award is made.
Q (Grant Source and Federal Compliance Requirements): Section 2.4 indicates grant/federal funding is "To Be Determined." Will the City confirm the funding source before bid submission on April 23, so proposers can include applicable federal compliance certifications (e.g., Davis-Bacon wage rates, Buy American provisions, 2 CFR Part 200 requirements) in their pricing? If the funding source remains TBD at the time of submission, are proposers expected to price for federal prevailing wage compliance?
A: At this time, the funding source remains to be determined. Proposers shall submit pricing in accordance with the solicitation requirements as written. Proposers are not required to include federal prevailing wage Davis-Bacon pricing unless otherwise notified by a formal addendum prior to the bid due date. The City reserves the right to incorporate applicable federal compliance requirements through an addendum or contract modification if required.
Q (No subject): Can you please confirm that this is for Parts and Installation?
A: Yes. This solicitation includes furnishing all required equipment, materials, labor, installation, and testing necessary to provide a complete and operational hardware installation consistent with the Scope of Work and Pricing Table.
Q (Lenel / Milestone / Network / IDF Closets ): Lenel ID Dongle and Version - How many Existing Card Readers Milestone System ID and Version - How many Existing Cameras Network closets real estate space in existing racks for equipment to be installed. Existing connectivity through out the facility(ies) / IDF Closets. Verify Davis-Bacon Act
A: This project is an expansion of the City’s existing enterprise access control and video management environments. Detailed system configuration information, including software versions and system identifiers, will be provided to the awarded contractor for coordination purposes following contract execution. Rack space and controller slot capacity are available to support the equipment identified in the pricing table. Existing network infrastructure and IDF connectivity are in place to support the defined scope of work. The awarded contractor shall install and test all equipment and coordinate with MSU during final system onboarding. We were anticipating receiving a federal grant for this project; however, we have been informed that no federal funding will be awarded. The project will instead be funded using City funds.
Q (Drawings): Any Drawings showing location of cameras, access control doors, IDF closets, ....
A: The City will issue a limited reference overlay identifying approximate device and equipment locations for pricing purposes. This overlay is intended to assist proposers in developing accurate pricing. Detailed infrastructure drawings, system configuration information, and sensitive security documentation will not be publicly distributed as part of this solicitation. Final installation details will be coordinated with the awarded contractor following contract execution.
Q (FUNDING): Since Addendum #2 has just been released regarding Federal Grant Funding and the absence of this funding, does the City have funds allocated for this project other than the anticipated Federal Grant to procure the Security Systems Upgrades project?
A: Although we were anticipating federal grant funding for this project, we have now confirmed that there will be no federal grant available. The project will instead be funded using City funds.
Q (No subject): Davis-Bacon Act will not be part of this bid, correct?
A: Correct
Q (Alternative Camera): Are approved alternatives for the cameras acceptable?
A: Alternate manufacturers, substitute equipment, or equivalent products will not be accepted under this solicitation. Proposers are required to provide the exact manufacturer and model numbers specified in the Scope of Work and Pricing Table. Any submission proposing alternate equipment may be considered non-responsive.
Q (Drawings): Are drawings available for the project to calculate wire runs and conduit where applicable?
A: The drawings and plans will be published once they become available.
Q (Clarify correct AXIS "Product Code"): In the "SECTION C - Video Surveillance (Staff Parking and Annex)" BID table, in Line Item 3.2 the Product Code "5506-951" doesn't match the Product Description as AXIS Q6075-E. Please confirm if the intention is to use the AXIS Q6075-E (correct Product Code 01752-301).
A: The Price Proposal / Bid Table has been updated
Q (Locking Hardware): Will locking hardware be needed and if so can you please provide the specifications of the doors that will be involved in this project.
A: The pedestrian gates in this project are aluminum push gates equipped with mechanical panic hardware (crash bar). The existing push bars will remain in place to maintain code-compliant free egress at all times. Access control will be achieved through the installation of compatible electric strike hardware to control entry from the exterior. No modifications shall impede required life safety egress. Proposers shall furnish locking hardware compatible with aluminum gate construction and existing panic hardware as identified in the pricing table. Detailed field coordination will occur with the awarded contractor following contract execution.
Q (AXIS Q3819-PVE (01957-001) Discontinued): Addendum #4 replaced Line Item 3.0 with the AXIS Q3819-PVE (01957-001) which is currently end of life (EOL), the replacement model as per AXIS is the Q4809-PVE (02658-001). Please clarify if the intention is to use the new model.
A: The City acknowledges that the AXIS Q3819-PVE (01957-001) has reached end-of-life status. The intended replacement model for this project is the AXIS Q4809-PVE (02658-001).
Q (Lead Times with Spec. Manufacturers): SECTION 2 of the project specifications requires that products be delivered within 45 calendar days following the City’s issuance of a Purchase Order. Our understanding is that, due to current supply chain conditions and high market demand, some manufacturers are experiencing extended lead times that may exceed this requirement. Could you please confirm whether there is any flexibility with this requirement, or if it would be acceptable to propose alternative manufacturers (for those parts that don't impact the overall design nor scope, e.g cameras.) with shorter lead times that meet the project specifications?
A: Refer to question# 9
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.