Active SLED Opportunity · FLORIDA · CITY OF PEMBROKE PINES

    Interlocking Floor Tiles

    Issued by City of Pembroke Pines
    cityRFQCity of Pembroke PinesSol. 250168
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 6, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238330
    AI-classified industry

    AI Summary

    City of Pembroke Pines seeks qualified firms to install industrial grade PVC interlocking floor tiles at Fire Station 99. Project includes surface prep, installation, and cleanup with a 30-day completion timeline starting May 11, 2026. Estimated cost $44,000. Mandatory pre-bid April 23, 2026. Bid due May 6, 2026.

    Opportunity details

    Solicitation No.
    250168
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 20, 2026
    Due Date
    May 6, 2026
    NAICS Code
    238330AI guide
    State
    Florida
    Agency
    City of Pembroke Pines

    Description

    The City of Pembroke Pines is seeking quotes from qualified firms, to install industrial grade PVC interlocking floor tiles on the bay floors of Fire Station 99, in accordance with the terms, conditions, and specifications contained in this solicitation.

    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: FI-2026-QQ-003
    • Department: Fire
    • Department Head: Marcelino Rodriguez (Fire Chief)

    Important Dates

    • Questions Due: 2026-04-28T22:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-23T14:00:00.000Z — Fire Station 99 - 16999 Pines Blvd, Pembroke Pines, FL 33027

    Evaluation Criteria

    • Purpose

      The City of Pembroke Pines is seeking quotes from qualified firms, to install industrial grade PVC interlocking floor tiles on the bay floors of Fire Station 99, in accordance with the terms, conditions, and specifications contained in this solicitation.

    • General Requirements
      • Contractor shall provide all materials, labor, equipment, and any other necessary items required for complete installation.
      • All materials should be installed per manufacturer's specifications to ensure adhesion and warranty.
      • Contractor shall provide all testing, manufacturer warranties, contractor warranties, and certifications.
      • Contractor shall be responsible for all debris removal and restoration to any existing areas damaged by the contractor once the project is completed. Site shall be made safe and clean of debris at the end of each work day.
    • Project Timeline

      The work shall be completed within 30 calendar days from issuance of the City's Notice to Proceed (NTP), with an estimated start date of May 11, 2026.

    • 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.

    • 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.

    • Project Timeline

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

    • 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.

    • PROPOSAL SECURITY APPLICABILITY AND AMOUNT

      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.
    • 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.

    • Preparation
      • Inspection: Prior to commencing work, thoroughly examine all underlying and adjoining work, surfaces and conditions upon which work is in any way dependent for desired result. Report all conditions which will affect work. No "waiver of responsibility" for incomplete, inadequate or defective underlaying and adjoining work, surfaces and conditions will be considered, unless notice of such unsatisfactory conditions has been filed and agreed to in writing before work begins. Commencement of work constitutes acceptance of surfaces.
      • Verification of all dimensions, square footages and quantities are the responsibility of the contractor.
        • Please see Attachment A - Fire Station 99 Bay Area Floor Plan, Attachment B - Battalion Bay Outline, and Attachment C - Battalion Bay Floor Plan, for reference of the intended installation area.
    • 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.

    • 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.

    • 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.
    • Work to be Performed
      • Concrete bay floor shall be cleaned and degreased to ensure proper adhesion and installation of interlocking floor tiles
      • Concrete bay floor shall be patched to ensure interlocking floor tiles have an even surface to be laid upon
      • Installation shall be uniform over the requested area and provide a smooth, clean appearance
      • Interlocking floor tiles shall be installed per manufacturer's specifications to ensure adhesion and warranty.
        • Tiles must be adhered to bay floor to ensure that heavy equipment does not shift or misalign tiles after installation
      • Tiles should be installed with consideration for exposure to weather - tiles should not flex or expand out of position after installation
    • 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 - QQ # FI-2026-QQ-003 Interlocking Floor Tiles 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.

    • 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.

    • General Tile Specifications

      The specifications detailed below are inclusive but not limited to the complete qualities of the interlocking PVC floor tiles requested. In general, tiles shall be able to withstand the stress of fire engine storage and the wear and tear of a fire station vehicle garage.

      • Joint Design: Dove-tail
      • Dimension: 20.5" x 20.5"
      • Thickness: 7mm
      • Material: PVC
      • Chemical resistant
      • Fire Resistance (ANSI/ASTM E648979 Standard): Class 1
      • Hardness (ISO 868 Standard): Shore A - 92
      • Tensile Strength (ASTM D-638): 2700 PSI
    • 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

    • PAYMENT AND PERFORMANCE BONDS

      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.

    • 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.

    • 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.

    • 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.
    • 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).

    • TAX SAVER PROGRAM

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

    • 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.

    • 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.

    • 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

    • 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.

    • 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.
    • 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.)

    • 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.
    • Tentative Schedule of Events
      Issuance of Solicitation (Posting Date):April 20, 2026
      Pre-Bid Meeting (Non-Mandatory):April 23, 2026, 10:00am

      Fire Station 99 - 16999 Pines Blvd, Pembroke Pines, FL 33027

      Question Due Date:April 28, 2026, 6:00pm
      Issuance of Final Answers to Questions:April 30, 2026
      Bid Submission Deadline:May 6, 2026, 2:00pm

       

    • 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.

    • Pre-Bid Meeting

      This project will not have a pre-bid meeting.

    • 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.

    • 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.
    • 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 Thursday, April 23, 2026 at 10:00 am. Meeting location will be at the Fire Station 99 - 16999 Pines Blvd, Pembroke Pines, FL 33027

      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).

    • Mandatory Pre-Bid Meeting/Site Visit

      There will be a MANDATORY scheduled pre-bid meeting on Thursday, April 23, 2026 at 10:00 am. Meeting location will be at the Fire Station 99 - 16999 Pines Blvd, Pembroke Pines, FL 33027

      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.
    • 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.

    • 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.

    • 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.

    • 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.

    • 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

    • 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.

    • Estimated Project Cost

      $44,000

    • 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.

    • Liquidated Damages

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

    • 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.

    • 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.

    • Grant/Federal Funding

      Not applicable for this project.

    • 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.

    • 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.

    • 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.
    • 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.
    • Grant/Federal Funding

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

      TBD

    • 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.

    • 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.  

    • 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.

    • Proposal Security/Bid Bond

      A Proposal Security shall not be required for this project.

    • Payment and Performance Bonds

      Payment and Performance Bonds shall not be required for this project.

    • 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.

    • 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.

    • 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.

    • 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.
    • 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.

    • 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).

    • 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.

    • 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.

    • 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.

    • 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.

    • 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.

    • 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.

    Submission Requirements

    • 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 three (3) 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 three 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
    • 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)
    • OPTIONAL DOCUMENTATION
    • 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.
            1. Proposals and quotes with additional information not requested in the price proposal / bid table can be uploaded in this 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.
    • 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. April 20, 2026Published
    2. May 6, 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.